Desktop Telephone Handsets - Project Dashboard

140
Washington Health Benefit Exchange (WAHBE) Request for Proposals (RFP) HBE 19-005 for System Integrator (SI) Services RFP RELEASE DATE: July 1, 2019

Transcript of Desktop Telephone Handsets - Project Dashboard

Washington Health Benefit Exchange (WAHBE)

Request for Proposals (RFP)

HBE 19-005

for

System Integrator (SI) Services

RFP RELEASE DATE:

July 1, 2019

RFP HBE 19-005 System Integrator Services for WAHBE Page i

Table of Contents

1 Introduction ...................................................................................................................... 5

1.1 RFP Purpose and Content ......................................................................................... 5

1.2 Organization Background ........................................................................................... 5

1.3 Vendor Eligibility ......................................................................................................... 6

1.3.1 Minimum Mandatory Qualifications ......................................................................... 6

1.3.2 Use of Subcontractors ............................................................................................ 7

1.3.3 Diverse Participation .............................................................................................. 7

1.4 Period of Performance ............................................................................................... 7

1.5 Project Background and Vision .................................................................................. 7

1.6 Current Environment .................................................................................................. 8

1.6.1 Business Environment ............................................................................................ 8

1.6.2 Technical Environment ........................................................................................... 9

1.7 2025 Vision for WAHBE ........................................................................................... 13

1.8 Partner Agencies/Departments ................................................................................ 13

1.9 Alignment with CMS ................................................................................................. 14

2 Administrative Information ............................................................................................ 15

2.1 Acquisition Authority ................................................................................................. 15

2.2 Selection of ASV ...................................................................................................... 15

2.3 Procurement Website ............................................................................................... 15

2.4 Communication through RFP Coordinator ................................................................ 15

2.5 Definition of Mandatory, Mandatory Scored, and Optional Scored ............................ 15

2.6 Procurement Schedule ............................................................................................. 16

2.7 Vendor Questions .................................................................................................... 17

2.8 Mandatory Vendor Conference (M) .......................................................................... 17

2.9 Mandatory Letter of Intent (M) .................................................................................. 18

2.10 Proposal Presentation and Format (M) ..................................................................... 18

2.11 Proposal Organization and Content (M) ................................................................... 19

2.12 Delivery of Proposals (M) ......................................................................................... 20

2.13 Cost of Proposal Preparation ................................................................................... 21

2.14 Proposal Property of WAHBE ................................................................................... 21

2.15 Proposal Public Disclosure ....................................................................................... 21

2.16 Errors in Proposal .................................................................................................... 21

RFP HBE 19-005 System Integrator Services for WAHBE Page ii

2.17 Waiver of Irregularities ............................................................................................. 22

2.18 Best and Final Offer (BAFO) .................................................................................... 22

2.19 Amendments/Addenda ............................................................................................. 22

2.20 Contract Requirements ............................................................................................ 22

2.21 Performance Standards ........................................................................................... 22

2.22 Incorporation of Documents into Contract ................................................................ 23

2.23 No Obligation ........................................................................................................... 23

2.24 Right to Reject All Proposals .................................................................................... 23

2.25 Funding .................................................................................................................... 23

2.26 Right to Award .......................................................................................................... 23

2.27 No Work or Charges Prior to Award ......................................................................... 23

2.28 Authority to Bind WAHBE ......................................................................................... 23

2.29 Non-Endorsement and Publicity ............................................................................... 23

2.30 Withdrawal of Proposal ............................................................................................ 24

3 Scope of Work ................................................................................................................ 24

3.1 Organization of Scope of Work (SOW) Section of RFP ............................................ 24

3.2 Assumptions for the SOW ........................................................................................ 25

3.3 Overview of SOW ..................................................................................................... 25

3.4 Service Area 1: Global Services ............................................................................... 28

3.5 Service Area 2: Core Technical Services ................................................................. 38

3.6 Service Area 3: M&O Agile Services ........................................................................ 46

3.7 Service Area 4: DDI Agile Services .......................................................................... 49

3.8 Service Area 5: Vendor and Project Management Services ..................................... 52

3.9 Service Area 6: Transition Services .......................................................................... 54

3.10 Summary of Vendor Meetings .................................................................................. 60

3.11 Summary of Vendor Deliverables ............................................................................. 66

3.12 Staffing Requirements .............................................................................................. 72

3.12.1 General Staffing Requirements ......................................................................... 72

3.12.2 Overview of Proposed Staffing Model ............................................................... 74

3.12.3 Staff Roles for Service Teams .......................................................................... 75

4 Vendor Technical Proposal – Required Submittals ..................................................... 98

4.1 Proposal Checklist (M) ............................................................................................. 98

4.2 Letter of Submittal (M) .............................................................................................. 98

4.3 Subcontractor Utilization Statement (M) ................................................................... 98

RFP HBE 19-005 System Integrator Services for WAHBE Page iii

4.4 Executive Summary (M) ........................................................................................... 98

4.5 Vendor Background and Experience (MS) ............................................................... 99

4.6 Proposed Services ................................................................................................. 100

4.6.1 Overall Strategy and Approach (MS) .................................................................. 100

4.6.2 Proposed Approach to Service Requirements .................................................... 100

4.7 Proposed Staffing Approach (MS) .......................................................................... 102

4.7.1 Vendor Assumptions for Staffing Requirements (M) ........................................... 102

4.7.2 Staffing and Organization (MS) .......................................................................... 102

4.7.3 Key Staff (MS) .................................................................................................... 103

4.7.4 Staff and Subcontractor Management (MS) ........................................................ 104

4.7.5 Acceptance of/Exceptions to Each General Staffing Requirement (MS) ............. 104

4.8 Additional Service-Related Questions (MS) ............................................................ 104

5 Vendor Business Proposal – Required Submittals ................................................... 108

5.1 Proposed Costs (M) ............................................................................................... 108

5.1.1 Cost Narrative and Assumptions (M) .................................................................. 108

5.1.2 Proposed Cost Schedules (MS) ......................................................................... 109

5.2 Prior Contract Performance (M) ............................................................................. 111

5.3 Certifications and Assurances (M) .......................................................................... 112

5.4 Exceptions to Sample Contract (M) ........................................................................ 112

5.5 Financial Rating (M) ............................................................................................... 112

5.6 Vendor Organizational References (M) .................................................................. 113

6 Evaluation Approach ................................................................................................... 114

6.1 Stage 1 – Administrative Screening ........................................................................ 114

6.1.1 Step 1.1: Administrative Review ......................................................................... 115

6.1.2 Step 1.2: Minimum Mandatory Qualifications Review ......................................... 115

6.1.3 Step 1.3: Responsiveness to Requirements ....................................................... 115

6.2 Stage 2 – Technical and Business Proposal Evaluation ......................................... 115

6.2.1 Step 2.1: Evaluation and Scoring of Technical Responses ................................. 115

6.2.2 Step 2.2: Evaluation and Scoring of Business Responses .................................. 116

6.2.3 Step 2.3: Summation of Technical and Business Proposal Scores ..................... 117

6.3 Stage 3 – Oral Presentations, Reference Checks, and BAFO ................................ 117

6.3.1 Step 3.1: Oral Presentations............................................................................... 117

6.3.2 Step 3.2: Reference Checks ............................................................................... 117

6.3.3 Step 3.3: Best and Final Offer (BAFO) ............................................................... 118

RFP HBE 19-005 System Integrator Services for WAHBE Page iv

6.4 Stage 4 – Announcement of ASV and Contract Negotiations ................................. 118

6.4.1 Step 4.1: Announcement of ASV ........................................................................ 118

6.4.2 Step 4.2: Negotiation with ASV ........................................................................... 118

6.4.3 Step 4.3: Contract Execution .............................................................................. 119

6.5 Optional Vendor Debriefing .................................................................................... 119

6.6 Protest Procedures ................................................................................................ 119

6.6.1 Grounds for protest ............................................................................................ 120

6.6.2 Protest Form and Content .................................................................................. 120

6.6.3 Submitting a Protest ........................................................................................... 120

6.6.4 Protest Bond ...................................................................................................... 120

6.6.5 Protest Process .................................................................................................. 121

7 Exhibits, Attachments and Additional Documentation ............................................. 122

Exhibit A – Glossary of Acronyms and Terms .................................................................... 124

Exhibit B – Proposal Checklist (M) ..................................................................................... 133

Exhibit C – Letter of Submittal (M) ...................................................................................... 135

Exhibit D – Subcontractor Utilization Statement (M) ........................................................... 138

Exhibit E – Certifications and Assurances (M) .................................................................... 139

RFP HBE 19-005 System Integrator Services for WAHBE Page 5

1 Introduction

1.1 RFP Purpose and Content

The Washington Health Benefit Exchange (“WAHBE”) is initiating this Request for Proposals (RFP) to

obtain one (1) qualified System Integrator (SI) Vendor (“Vendor”) to perform ongoing System

Development, Maintenance, and Operations (SDMO) for the Washington Healthplanfinder (HPF) – a

website and mobile application supported by a highly integrated, custom-developed software

application. The Apparently Successful Vendor (ASV) will assume or continue maintenance and

operation activities for both the HPF website and mobile application, as well as develop and

implement new functionality and enhancements over time.

In addition to the Requirements and information contained within the main body of this document, this

RFP contains, or references, both additional Exhibits and Attachments, which are defined as follows:

• Exhibits are Mandatory elements of the Vendor’s Proposal. Exhibits include

administrative, cost and other response forms the Vendor must complete, sign, and submit

with their Proposal. Exhibits A through E are directly attached to this document. Exhibits F

through H are fillable spreadsheets that are provided separately.

• Attachments include the Sample Contract (Attachment 1) and additional project information

including current processes, examples, forms, and documents which may, or may not, be

specifically referenced herein. All Attachments are provided separately. Vendors are

responsible to thoroughly review and consider the information provided in the Attachments

before responding to the RFP.

Some Attachments and other documentation made available to Vendors through this RFP may be

partially redacted for WAHBE security or other public disclosure purposes. Upon request to the RFP

Coordinator, certain redacted materials may be made available for onsite viewing at Washington

Health Benefit Exchange, 810 Jefferson Street SE, Olympia WA 98501.

A glossary of acronyms and terms used throughout this document is attached as Exhibit A – Glossary

of Acronyms and Terms.

1.2 Organization Background

WAHBE is the State of Washington’s (State’s) health insurance marketplace—the place where

Washingtonians can compare and choose insurance from top insurance companies and qualify for

financial assistance to reduce premiums and cost-sharing or qualify for no cost Washington Apple

Health (WAH). WAHBE is an independent part of the state government whose job is to make the

health insurance marketplace work for Washington consumers. WAHBE is overseen by an eleven-

member bipartisan board nominated by the Legislature and appointed by the Governor.

As the primary portal for applying for health insurance benefits, HPF offers state residents:

• Tax credits or financial help to pay for co-pays and premiums

• Side-by-side comparisons of health, dental, and Medicaid Managed Care Plans

• Expert customer support offered online, by phone, or in person through local organizations or insurance brokers

RFP HBE 19-005 System Integrator Services for WAHBE Page 6

WAHBE serves more than 1.8 million residents annually. As of October 2018, more than 180,000

Washington residents were enrolled in Qualified Health Plans (QHPs) and more than 1.6 million were

enrolled in WAH. In addition to the HPF serving as the portal for eligibility determination, existing

clients continue to access the HPF to update their client records when needed, receive HPF-

generated notices and other required correspondence, and access customer support services

provided by the WAHBE Call Center and Navigator program. On behalf of Washington residents

needing health coverage, WAHBE seeks to improve access to high-quality, affordable health care.

WAHBE’s mission is to redefine people’s experience with health care by radically improving how

Washingtonians secure health insurance through innovative and practical solutions and an easy-to-

use customer experience. These activities are reflected in WAHBE’s values of integrity, respect,

equity, and transparency as it relates to those we work with and those we serve. Supporting goals are

provided in Figure 1.1 below.

Figure 1.1. Goals Supporting WAHBE’s Mission

For further information on WAHBE, please use the following link: https://www.wahbexchange.org/about-

the-exchange/what-is-the-exchange/.

1.3 Vendor Eligibility

1.3.1 Minimum Mandatory Qualifications

This procurement is open to Vendor organizations that can fulfill the Requirements stated within

this RFP, including the following minimum mandatory qualifications:

• The Vendor must be currently licensed to operate a business in the United States.

• The Vendor must be licensed to conduct business in the State of Washington within thirty (30)

calendar days of being identified as the ASV. The Vendor is responsible for fully

understanding and complying with all business licensing, registration, and tax requirements of

the State of Washington. General information is available on the Washington State

Department of Revenue (DOR) website at: https://dor.wa.gov/doing-business/business-

types/out-state-businesses and https://www.business.wa.gov/site/alias__business/949/8-

Steps-to-forming-a-business-in-Washington-State.aspx.

• The Vendor must have a minimum of five (5) years of experience providing SI services like the

magnitude and complexity of the services being requested in this RFP.

RFP HBE 19-005 System Integrator Services for WAHBE Page 7

• The Vendor’s risk assessment, as evidenced by a Dun and Bradstreet business credit report,

must not contain “high-risk” level designations for any of the following categories: PAYDEX,

Financial Stress, Delinquency Predictor, and Supplier Evaluation. The Dun and Bradstreet

report must be dated no more than sixty (60) days prior to the submittal date of the Proposal.

1.3.2 Use of Subcontractors

The Vendor shall not subcontract more than 25% of the total cost of the Vendor’s proposed

services. WAHBE will accept Proposals that include Subcontractor involvement only if the Vendor

submitting the Proposal agrees to take complete responsibility for all actions and omissions of such

Subcontractors.

The Vendor shall provide detailed information for each Subcontractor in its Proposal, as described

in Section 4.3: Subcontractor Utilization Statement.

1.3.3 Diverse Participation

Improving economic opportunities for small, minority-, women’s- and veteran-owned businesses is

a priority for WAHBE. WAHBE encourages Proposals that reflect our community and are from, or

include, minority-, women-, and veteran-owned businesses and small, locally owned businesses.

The Vendor and any Subcontractor shall provide their status on whether they qualify for any of the

following, as a small, minority-, women- and/or veteran-owned business. While no minimum

participation by such entities or individuals is required, resources to register as—or connect with—

diverse businesses are available at: https://des.wa.gov/services/contracting-purchasing/doing-

business-state/bid-opportunities/business-diversity.

1.4 Period of Performance

The period of performance of the Contract resulting from this RFP begins on or around April 1, 2020

and ends June 30, 2025. WAHBE, at its sole discretion, may extend the period of performance

through June 30, 2028, in whatever time increments WAHBE deems appropriate.

1.5 Project Background and Vision

This section is intended to provide a high-level understanding of WAHBE’s vision for this procurement

and shall not constrain or prescribe the Vendor’s Proposal to this RFP. The Proposal shall

demonstrate how the Vendor will help WAHBE achieve the vision through the Vendor’s experience,

approach, and understanding of industry best practices.

In 2012, WAHBE published an RFP and selected Deloitte Touche Tohmatsu Limited, commonly

referred to as Deloitte, as its SI to build and maintain the HPF. The Contract with Deloitte ends on

June 30, 2020. As a result, WAHBE seeks a Vendor to assume or continue the responsibilities of

maintaining the HPF, as well as developing and implementing new functionality and enhancements

over time, as described in Section 3: Scope of Work. If applicable, a transition-in period for the ASV

will begin on or around April 1, 2020 and end June 30, 2020—when the new Vendor shall be fully

operational. At WAHBE’s discretion, the incumbent Vendor may be called upon to provide transition-

out support services for two months beyond June 30, 2020.

WAHBE is a dynamic organization that recently transitioned from waterfall to Agile software

development. WAHBE continues to evolve to meet changing customer, industry, and regulatory

RFP HBE 19-005 System Integrator Services for WAHBE Page 8

requirements and demands. WAHBE seeks a collaborative and flexible Vendor committed to

continuous improvement. The ASV shall expect regular review and evaluation of scope of work

activities to ensure WAHBE’s evolving needs are most effectively and efficiently met. This review

could result in changes to the ASV responsibilities (e.g., requests for additional or reduced work or

Staff, changes to Staff skills, or reconfiguration of Agile teams).

WAHBE seeks to Contract with a Vendor that demonstrates the ability to:

• Support WAHBE in Implementing its Strategic Plan to improve the customer experience, user

tools, and modernization of the HPF: https://www.wahbexchange.org/wp-

content/uploads/2018/10/HBE_181001_2018-Strategic-Plan_Final.pdf

• Continuously collaborate in prioritization of the enhancement and defect correction backlog to

maximize value to the customer and other HPF users

• Bring an understanding of industry SI and SDMO standards and best practices to play a

consultative role in proactively and continuously improving the HPF system architecture

• Understand HPF capabilities and limitations in order to be able to advise on solutions that meet

WAHBE’s goals

• Continue to evolve in usage of software development methodologies consistent with WAHBE’s

strategic goals and industry best practice throughout the duration of the Contract (e.g., Agile,

DevSecOps)

• Improve HPF modularity to support reuse of functionality and service additional programs or

business lines

• Offer continuous process and HPF improvements that balance innovation and stability, improve

efficiency, and help to ensure that the HPF can modernize yet comply with continuously

evolving stakeholder, federal, state, and market changes

• Offer cost transparency to ensure accountability for public funds and that appropriate services

for associated costs are received

1.6 Current Environment

1.6.1 Business Environment

As a mid-sized, quasi-public entity, WAHBE is structured to dynamically respond to its customers—

Washington State residents seeking health coverage—as well as provide nimble and innovative

solutions that support changes in the market, state partner agencies, and broader public initiatives.

To assist the ASV in understanding WAHBE’s operations, WAHBE’s governance and authorizing

environment, major state partnerships, financing, and high-level Staff and activities are outlined in

this section.

WAHBE’s governing structure includes its board and committees, executive leadership, oversight

by funders, and participation in health and human services enterprise governance activities.

WAHBE is subject to State and federal laws and rules governing state-based health insurance

marketplaces. It is subject to the State open public meetings and public records act. WAHBE’s

bipartisan Board members are nominated by the republican and democratic caucuses in both the

Washington State House of Representatives and Senate. The Director of Washington State Health

RFP HBE 19-005 System Integrator Services for WAHBE Page 9

Care Authority (HCA) and the Insurance Commissioner are ex-officio, non-voting board members.

WAHBE receives federal funding, which includes requirements and oversight, primarily by the

Centers for Medicaid and Medicare Services (CMS). WAHBE also participates in State enterprise

governance for health and human services technology assets of Washington State.

WAHBE’s services support—and are dependent upon—collaboration with the Department of

Social and Health Services (DSHS), the HCA, and the Office of the Insurance Commissioner

(OIC). WAHBE also works with other partners, as described in Section 1.8: Partner

Agencies/Departments.

WAHBE’s budget is appropriated by the Legislature and has three primary funding sources: (1) a

2% tax on health insurance premiums associated with QHP enrollment through the HPF,

augmented by a per member per month carrier assessment; (2) reimbursement for activities

performed on behalf of WAH, and (3) a small amount of State General Fund. WAHBE’s current

budget is approximately $65 million per year. The total annual base budget for SI services is

approximately $9.5 million. In recent years, this amount has been augmented by additional funding

for legislative changes requiring HPF enhancements. Information about WAHBE’s budget is

available at: https://www.wahbexchange.org/about-the-exchange/what-is-the-exchange/budget-

finance/.

WAHBE employs approximately 130 Full-Time Equivalents (FTEs), led by the Chief Executive

Officer (CEO) and a seven-member executive leadership team. WAHBE departments include

Operations, Information Technology (IT), Marketing and Outreach, Policy, Finance, and Project

Management. The IT department of about 35 Staff is currently supported by eight additional

contractors, excluding SI Vendor resources. Organizational charts depicting WAHBE’s leadership

team, Operations department, and IT department compositions are provided in Attachment 2 –

WAHBE Organization Charts.

WAHBE’s Call Center provides statewide application and enrollment assistance. In addition,

WAHBE has over 1,700 brokers, approximately 800 WAHBE-certified Navigators, and 80 tribal

assisters to provide outreach, education, and in-person enrollment assistance.

1.6.2 Technical Environment

1.6.2.1 Infrastructure

The HPF ran on a dedicated infrastructure hosted at the Secure-24 data center from its initial

go-live in October 2013 to April 2019, when WAHBE transitioned to the Azure Government

(Gov) Cloud. All HPF environments and the HPF application, along with recently upgraded

versions of the associated application components, are currently hosted in the Azure Gov Cloud

as Infrastructure as a Service (IaaS). The HPF infrastructure was set up in Azure Gov Cloud

using key design considerations to promote high availability, redundancy, scalability, and

security for the HPF solution.

The Azure Gov Cloud infrastructure is Federal Risk and Authorization Management Program

(FedRAMP) MODERATE/HIGH-certified, which is a United States government-wide program

that provides a standardized approach to security assessment, authorization, and continuous

monitoring for cloud products and services.

RFP HBE 19-005 System Integrator Services for WAHBE Page 10

The WAHBE infrastructure team currently conducts maintenance and oversight of the Operating

System (OS)-down responsibilities of the HPF, working directly with Microsoft to troubleshoot

any issues with the OS-down components. WAHBE also partners with the incumbent Vendor for

troubleshooting issues when the incident may be a result of issues above or below the OS. The

incumbent Vendor is currently responsible for all OS-up managed services, including

management of Enterprise Software such as Oracle products. WAHBE intends to continue this

separation of duties and has included in this RFP Requirements for the ASV to perform all OS-

up managed services.

1.6.2.2 HPF Application

The HPF is a highly integrated, custom-developed software application that was built utilizing

Java code on an Oracle platform. The HPF is integrated with federal and State data sources, as

well as several complementary Commercial Off-the-Shelf (COTS) software products including:

Edifecs, BetterDoctor, and GetInsured, a WAHBE-developed Customer Service Application

(CSA). A visual of the HPF’s component architecture is provided in Figure 1.2.

Figure 1.2: HPF Component Architecture

The HPF collects all application data and connects directly to the Federal Data Services Hub to

retrieve federally verified information. The HPF packages the information and calls DSHS’

eligibility service to obtain real-time eligibility determination. Once eligibility results have been

received, HPF facilitates WAH and QHP plan shopping, selection and enrollment. Additional

detail on HPF integration partners is provided in Figure 1.3.

RFP HBE 19-005 System Integrator Services for WAHBE Page 11

Figure 1.3: HPF Integration Partners

1.6.2.3 WAHBE Mobile Application

The HPF mobile application, available for iOS and Android, has been developed as a companion tool

for HPF customers to manage their coverag

e conveniently. The mobile application leverages device-specific tools, such as the camera and

geolocation, to offer secure document upload by snapping a photo and searching for in-person

customer support through a Google map integration. Additionally, using single sign-on technology, the

application allows customers to update their HPF application and shop for coverage direct from their

mobile device.

1.6.2.4 Agile Software Development Methodology

In 2018, WAHBE transitioned its Secure Software Development Lifecycle (sSDLC) from waterfall to

Agile with the goal of achieving efficient, effective, and meaningful enterprise-wide transformational

change. WAHBE has developed an sSDLC document to provide WAHBE Staff and external partners

with the agreed-upon (in-scope) processes, templates, tools, metrics, and norms used for the Agile

development of the HPF and CSA products. Currently, WAHBE and the incumbent Vendor operate a

few scrum teams, which they jointly Staff.

The sSDLC may be found in Attachment 3 – Secure Software Development Lifecycle.

1.6.2.5 Opportunities for Customer Experience Optimization

WAHBE seeks a Vendor that will collaborate with and support its ongoing efforts to optimize the

customer experience when using the HPF and mobile application. The following list is a compilation of

digital strategy user stories that represent potential opportunities to enhance the customer experience

with HPF:

RFP HBE 19-005 System Integrator Services for WAHBE Page 12

• I want to navigate anywhere in the application, so that I can quickly take the action I need to

take.

• I want to apply for coverage or access my account anytime, so that I can do this on my own

time.

• When I sign in, I want a system that will guide my actions so that I know what to do and when.

• I want to be alerted by text, email, phone if my coverage is about to be terminated, so that I

can take necessary steps to keep it.

• I want to update my information without having to resubmit my application, so that I can make

changes quickly.

• I want to get plan recommendations based on my actual usage from the previous year, so that

I pick the right plan.

• I want to enroll in a different plan than my spouse, so that we can both keep our doctors.

• I want to import my 1040 from a preferred app (Turbo, ADP, etc.), so that my tax and income

upload, and I can complete the application much faster.

• I want to encounter fewer modals and pop-ups as I apply so that it doesn’t feel like my

progress is constantly stalled.

• I want my shopping experience to feel familiar so that I’m confident I’ve come to the right place

to purchase this product.

• I want actions I need to take to maintain coverage clear to me so that I know what I need to do

to stay enrolled.

1.6.2.6 Opportunities for Continuous Technical Optimization

WAHBE is seeking a Vendor that, as part of its total quality management process, will work to

optimize the HPF solution by continuously identifying, reporting to WAHBE, and Implementing ways to

improve performance of services. Current WAHBE-desired HPF improvements include:

• Regularly decommission unused code

• Improve use of the business rules engine and integration across technical and functional

modules

• Identify additional opportunities to reduce the amount of tightly coupled code and modularize

HPF components

• Build toward an architecting vision with a clear roadmap for development

• Reduce planned and unplanned outage time

• Continue to increase the use of Azure Gov Cloud Platform as a Service (PaaS) capabilities

• Improve the use of Application Program Interface (API) management to improve internal and

external integrations that are more RESTful

• Further decompose the HPF into modules and micro services

• Identify and apply techniques and tools from other Vendor installations that would benefit

WAHBE either operationally or financially

RFP HBE 19-005 System Integrator Services for WAHBE Page 13

• Stabilize IDM security suite and more clearly delineate its functions compared to the ones

provided by HPF’s custom code.

1.7 2025 Vision for WAHBE

Looking to the future, WAHBE will build on the success it has achieved to date. It is the organization’s

belief that it should look beyond the current services to innovative, longer-term goals that will benefit

consumers and the state overall, including leveraging the HPF public asset to serve as the single

health eligibility and enrollment portal for Washington State.

Efforts included in the 2025 vision are:

Offer Higher Value Products and Services to Its Customers

WAHBE will have a secure, customer-centric approach to innovative products and services that allow

customers to evaluate their health insurance choices. This task includes partnering with stakeholders

to address cost of care and value of health plans offered, as well as building out current technologies

to support other health insurance-like products.

Provide an Excellent Customer Experience

Market evolutions will require a new set of customer interactions that could include technologies, such

as artificial intelligence, that better support and expedite information and resolve customer issues.

WAHBE will also bring more tools to Navigators, brokers, and other customer assistance channels

enabling them to have solutions in hand to help their clients.

Deliver Innovation in Health Care

WAHBE will play a role in the state’s policy development to promote innovative, affordable, and high

value health solutions for the residents of Washington State. It will also move its focus from providing

a one-size-fits-all user experience to a customized experience built upon a customer’s personal

profile.

Provide Easy Access for Historically Underserved Populations

WAHBE will remove barriers that impede those in Washington State who are seeking health

coverage. This work includes additional services and outreach specific to populations that have faced

barriers to care. These efforts will also include dedicated efforts to create outreach programs and

technologies that are easily sent over common communications channels, including smart phones

and other devices.

1.8 Partner Agencies/Departments

The following Washington State agencies work with WAHBE to deliver health and human services in

Washington State. Vendor agrees to work cooperatively and professionally with WAHBE partners, for

benefit of our mutual interests and in connection with the performance of Vendor’s Requirements and

obligations, as needed.

• The HCA is the single Medicaid Agency for the State of Washington and is responsible for the

administration of the Medicaid program. The HCA maintains and operates the Washington

Medicaid Management Information System (MMIS), called ProviderOne. ProviderOne

RFP HBE 19-005 System Integrator Services for WAHBE Page 14

supports over $11 billion in annual Medicaid payments to providers and managed care plans

across the state.

• The DSHS provides a range of social services including shelter, care, protection, and/or

support to over 2.4 million people each month. This work is supported by a complex system,

centered on the Automated Client Eligibility System (ACES), foundational to Medicaid eligibility

determination in Washington State. The ACES complex serves as the system of record for

Medicaid eligibility and is a critical component of eligibility determination for Modified Adjusted

Gross Income (MAGI) and classic Medicaid clients.

• The Department of Children, Youth, and Families (DCYF) utilizes the DSHS eligibility system

to determine eligibility for childcare subsidies. Additionally, the HCA works closely with the

DCYF to ensure Washington children are assessed for eligibility for Foster Care Medical and

Apple Health for Kids. DCYF funding includes Title IV-E funding for foster care, adoption, and

guardian assistance programs, which require the use of the 1996 federal Aid to Families with

Dependent Children eligibility rules.

• The Department of Health (DOH) is responsible for several information systems and registries

that have received enhanced funding through Medicaid technology dollars (e.g., Prescription

Monitoring Program, Cancer, Immunization, and Syndromic Surveillance), as well as the

Comprehensive Hospital Abstract Reporting System (CHARS).

• The Washington State Office of the Chief Information Officer (OCIO) provides oversight

consulting on state agency IT projects, reviews and recommends funding for those IT projects,

and is engaged in oversight of large-scale Medicaid technology projects. Additionally, the

OCIO is the contract administrator for the Independent Verification & Validation (IV&V)

contractor for the Medicaid Enterprise. The OCIO is also responsible for the overarching

enterprise architecture for state government. With the approval of the Technology Services

Board, the OCIO develops policies and standards that agencies must meet.

1.9 Alignment with CMS

HPF is partially funded by CMS and is therefore subject to strict federal requirements and principles. Obtaining and maintaining approval of the HPF by CMS, to ensure WAHBE continues to receive federal financial participation, is a primary objective of the resulting Contract.

To ensure ongoing CMS approval and funding, all work performed by the ASV shall be in

compliance with CMS’ Medicaid Eligibility and Enrollment Toolkit (MEET) and MITA 3.0 Seven

Standards and Conditions.

RFP HBE 19-005 System Integrator Services for WAHBE Page 15

2 Administrative Information

2.1 Acquisition Authority

WAHBE issues this RFP under the authority under Chapter 43.71 Revised Code of Washington

(RCW), which established the WAHBE Board, and WAHBE.

2.2 Selection of ASV

WAHBE intends to award one (1) Contract as a result of this RFP to the finalist selected as the ASV.

All Vendors responding to this RFP shall be notified by email and/or Washington’s Electronic

Business Solution (WEBS) when WAHBE has determined the ASV.

2.3 Procurement Website

The contents of this RFP and related documents, any addenda and written answers to questions, and

any other formal communications will be provided via the Washington’s Electronic Business Solution

(WEBS) website at: https://fortress.wa.gov/ga/webscust/.

WAHBE will make the document(s) available in Adobe Acrobat, Microsoft Excel, or Microsoft Word

formats.

2.4 Communication through RFP Coordinator

Upon release of this RFP, all Vendor communications concerning this solicitation shall be directed to

the RFP Coordinator listed below. Unauthorized contact regarding this solicitation with other WAHBE

Staff or board members or State employees involved with the solicitation may result in disqualification.

Proposals shall be based on the material contained in this RFP and any related amendment(s).

Questions and written answers shall be directed through the RFP Coordinator.

All oral communications shall be considered unofficial and non-binding on WAHBE. Vendors shall rely

only on written statements issued by the RFP Coordinator.

For Submission of Vendor Questions and Letters of Intent ONLY:

Erin Hamilton, RFP Coordinator

Washington Health Benefit Exchange

Email: [email protected] (please include RFP #HBE 19-005 in subject line)

For Delivery of Proposals ONLY:

Washington Health Benefit Exchange Attn: Erin Hamilton, RFP Coordinator 810 Jefferson St SE Olympia, WA 98501

2.5 Definition of Mandatory, Mandatory Scored, and Optional Scored

Several sections within Section 2: Administrative Information and every section within Section 4:

Vendor Technical Proposal – Required Submittals and Section 5: Vendor Business Proposal –

Required Submittals are designated as either Mandatory, Mandatory Scored, or Optional Scored –

indicating WAHBE will evaluate that section of the Proposal.

RFP HBE 19-005 System Integrator Services for WAHBE Page 16

• Sections marked Mandatory or (M) must be submitted by the Vendor and will be evaluated on

a pass/fail basis in the evaluation process described in Section 6: Evaluation Approach.

Vendors failing to comply with any of the Mandatory Requirements or submit any of the

Mandatory sections of the RFP will not proceed to Stage 2 of the evaluation process. These

are not scored elements of the Proposal.

• Sections marked Mandatory Scored or (MS) must be submitted by the Vendor and will be

scored in accordance with the evaluation criteria and scoring provided in Section 6.2: Stage 2

– Technical and Business Proposal Evaluation.

• Sections marked Optional Scored or (OS) may be submitted by the Vendor and will be

scored in accordance with the evaluation criteria and scoring provided in Section 6.2: Stage 2

– Technical and Business Proposal Evaluation.

2.6 Procurement Schedule

This RFP is being issued under the following schedule. The Proposal deadlines are mandatory and

non-negotiable. All times are Pacific Time (PT). Failure to meet any of the required deadlines (dates

and times) will result in disqualification from participation.

Table 2.1: Procurement Schedule

# Activity Dates/Deadlines

1 WAHBE Issues RFP 7/01/2019

2 MANDATORY Vendor Conference 11:00 a.m. PT, 7/24/2019

3 Deadline for Vendor Submission of Written Questions 3:00 p.m. PT, 8/1/2019

4 WAHBE Issues Responses in Addendum 8/22/2019

5 Deadline for MANDATORY Vendor Letter of Intent 3:00 p.m. PT, 8/29/2019

6 Deadline for Vendor Submission of Sealed Proposals 3:00 p.m. PT, 9/12/2019

7 WAHBE Review and Evaluation 9/13/19 – 10/29/2019

8 WAHBE Conducts Reference Checks for Top-Scoring Vendors 10/30/19 – 11/8/2019

9 Vendor Oral Presentations 11/18/19 – 11/26/2019

10 Deadline for Vendor Best and Final Offer (BAFO) (if requested) 3:00 p.m. PT, 12/11/19

11 WAHBE Announces ASV 12/17/2019

12 Vendor Request for Optional Debrief Deadline 12/24/2019

13 WAHBE Conducts Optional Debriefs 12/26/19 – 1/03/20

14 WAHBE Submits Contract to CMS for Review and Approval 2/01/19 – 3/30/2020

15 WAHBE Executes Contract 4/1/2020

16 ASV Transition Period (if applicable) 4/1/19 – 6/30/2020

17 ASV “Go-Live” 7/1/2020

WAHBE reserves the right to revise this schedule at any time. Items 1 to 6 may be revised at any time

by written addendum. Dates listed for items 7 to 17 are approximate and may be changed at any time

without prior notice.

RFP HBE 19-005 System Integrator Services for WAHBE Page 17

2.7 Vendor Questions

WAHBE will accept Vendor questions regarding this RFP until the date and time specified in Section

2.6: Procurement Schedule. Early submission of questions is encouraged. Vendor questions must be

submitted in writing via email to the RFP Coordinator at the email listed in Section 2.4:

Communication through RFP Coordinator.

WAHBE will post official responses to Vendors’ written questions as a numbered addendum on

WEBS at https://fortress.wa.gov/ga/webs/home.html by the date(s) and time(s) specified in Section

2.6: Procurement Schedule. The name of the Vendor that submitted the question(s) will not be

identified. Only written responses posted to WEBS and WAHBE’s webpage will be considered official

and binding.

Vendors must use the format provided in Table 2.2 when submitting their written questions.

Table 2.2: Format for Vendor Questions

Question

#

Document Name

(e.g., Main RFP,

Exhibit, or

Attachment)

Section #

and Title

Page and

Paragraph #

Question

2.8 Mandatory Vendor Conference (M)

WAHBE will conduct a Mandatory Vendor conference at the time and date provided below. The

Vendor conference is required for Vendors interested in submitting a Proposal. Failure to attend the

Mandatory Vendor conference may result in Vendor disqualification and the rejection of any

subsequent Proposal.

Vendors are encouraged to attend the Vendor conference in person but may participate via “Skype for

Business.” This conference will provide prospective Vendors a formal opportunity to clarify the

baseline Requirements, procurement method and procedure, terms and conditions, and other items

related to the RFP.

If feasible, Vendors are asked to notify the RFP Coordinator if intending to attend in person. Doing so

will assist WAHBE in ensuring adequate space for all attendees.

Vendor Conference Information:

Date: 7/24/2019 (Wednesday)

Time: 11:00 a.m. PT

Address: 810 Jefferson Street SE, Olympia WA 98501

Skype Link (for remote attendance): https://meet.lync.com/wahbexchange/hamile/V72RJ6GB

Conference Line Phone #: 1 (360) 726-3014 or Find a local number

Conference ID: 88684802#

RFP HBE 19-005 System Integrator Services for WAHBE Page 18

2.9 Mandatory Letter of Intent (M)

It is a Mandatory Requirement that the Vendor submit a letter indicating the Vendor's intent to respond

to this RFP. The letter must be received by the RFP Coordinator specified in Section 2.4:

Communication through RFP Coordinator no later than the date and time listed in Section 2.6:

Procurement Schedule. The Vendor shall submit the Letter of Intent by email to

[email protected]. Failure to submit a Letter of Intent by the deadline specified in

Section 2.6: Procurement Schedule will result in Vendor disqualification and the rejection of any

subsequent Proposal.

Each Vendor shall include the following information in the Letter of Intent:

• Name of Prime Vendor organization

• Prime Vendor organization address

• Name of Prime Vendor representative to serve as contact for RFP communications

• Prime Vendor representative title

• Prime Vendor representative telephone number

• Prime Vendor representative email address

• Statement of intent to respond to RFP HBE 19-005

• Statement of Prime Vendor’s good faith belief in Vendor’s ability to meet the Requirements

listed in the RFP

• Statement of capacity and qualifications to perform SI services of scope and duration

defined in this RFP

If a Vendor submits a Letter of Intent, it is not bound to provide a Proposal for this RFP; however,

WAHBE would appreciate a notice from the Vendor if it chooses to withdraw its Letter of Intent prior to

Proposal submission.

2.10 Proposal Presentation and Format (M)

The following are Mandatory requirements in responding to this RFP. Failure to follow these

requirements will result in Vendor disqualification:

• The Vendor’s Proposal shall contain information responding to all Mandatory and Mandatory

Scored sections within Section 4: Vendor Technical Proposal — Required Submittals, Section

5: Vendor Business Proposal — Required Submittals, and Exhibits B through H. Proposals

shall respond to all questions.

• The signature block in exhibits (where required) must be signed by a representative authorized

to bind the Vendor to the offer.

• The Proposal, as well as any reference materials presented by the Vendor, shall be written in

English, and the Vendor shall provide all cost information in United States dollars.

• Although WAHBE has not established page limitations for Proposals, Vendors are strongly

encouraged to provide clear and concise Proposals. Vendors should not provide generic sales

or marketing materials.

RFP HBE 19-005 System Integrator Services for WAHBE Page 19

• WAHBE has provided three exhibits to use as part of Vendors’ responses to Section 4.6:

Proposed Services, Section 4.7: Proposed Staffing Approach, and Section 5.1: Proposed

Cost. They include:

▪ Exhibit F – Proposed Staffing Plan Template

▪ Exhibit G – Requirements Template

▪ Exhibit H – Proposed Cost Schedules

Vendors shall provide these three (3) exhibits in their native file format (e.g., Microsoft Excel)

in the electronic version of the proposals Vendors submit on a thumb drive. The information

may be copied from the native file format and pasted into an appendix in the printed version of

Proposals. The appendix numbers to use for each exhibit are provided in Section 4: Vendor

Technical Proposal – Required Submittals and Section 5: Vendor Business Proposal –

Required Submittals.

• Vendors shall provide most of their information within the body of the Proposal and not rely

excessively on lengthy appendices to provide information. Appendices 1 through 18 are

reserved for sections that WAHBE has specifically requested Vendors submit in an appendix.

Should the Vendor choose to provide additional information in appendices, the appendices

shall be referenced in the body of the Proposal, labeled clearly, and begin with Appendix 19.

• Pages must be numbered consecutively within each Proposal section.

• The numbering scheme for Proposal sections and subsections shall mirror those provided in

the RFP. Responses to questions and Requirements shall include the associated Proposal

section number, e.g., “4.6.1. Overall Strategy and Approach” before the Vendor’s response.

• Font size should be Arial 11 or larger. Smaller font in charts, graphs, and exhibits may be

used, as appropriate.

• Figures and tables shall be numbered and referenced in the text of the Proposal by that

number.

• Paper copies of the Proposal shall be prepared on standard 8.5 x 11-inch loose-leaf paper and

placed in three-ring binders with tabs separating the major sections of the Proposal (e.g.,

Sections 4.1, 4.2, 4.3). Foldouts containing charts, spreadsheets, and oversize exhibits are

permissible but must be referenced within the body of the Vendor’s Proposal.

• Electronic copies of the Proposal, which shall be submitted on a thumb drive, shall be

submitted using unrestricted Microsoft Word, Microsoft Excel, and/or Adobe PDF. Exceptions

and requested changes to the Sample Contract (as described in Section 5.4: Exceptions to

Sample Contract) and Vendor Assumptions (as described in Sections 4.6.2.1, 4.7.1., and

5.1.1.) must be submitted in unrestricted Microsoft Word format.

2.11 Proposal Organization and Content (M)

It is a Mandatory requirement that the Proposal be submitted in two volumes organized in the order—

and containing the content—listed below. This separation of documentation protects the integrity of

WAHBE’s evaluation process. No mention of the costs shall be made in Volume 1. Both volumes may

be submitted in a single sealed envelope or container. The volumes shall be titled Volume 1:

Technical Response, and Volume 2: Business Response.

RFP HBE 19-005 System Integrator Services for WAHBE Page 20

Volume 1: Technical Response

Required Contents:

• Response to Section 4.1: Proposal Checklist – Exhibit B

• Response to Section 4.2: Letter of Submittal – Exhibit C

• Response to Section 4.3: Subcontractor Utilization Statement – Exhibit D

• Response to Section 4.4: Executive Summary

• Response to Section 4.5: Vendor Background and Experience

• Response to Section 4.6: Proposed Services – including Exhibit G

• Response to Section 4.7: Proposed Staffing Approach – including Exhibits F and G

• Response to Section 4.8: Additional Service-Related Questions

Submission Requirements:

• One (1) copy of all materials on thumb drive

• One (1) true and correct printed original

• Six (6) complete printed copies

Volume 2: Business Response

Required Contents:

• Response to Section 5.1: Proposed Costs – including Exhibit H

• Response to Section 5.2: Prior Contract Performance

• Response to Section 5.3: Certifications and Assurances – Exhibit E

• Response to Section 5.4: Exceptions to Sample Contract

• Response to Section 5.5: Financial Rating

• Response to Section 5.6: Vendor Organizational References

Submission Requirements:

• One (1) copy of all materials on thumb drive

• One (1) true and correct printed original

2.12 Delivery of Proposals (M)

It is a Mandatory requirement that Vendors submit all copies of their Proposals by the date and time in

Section 2.6: Procurement Schedule to the RFP Coordinator at the address specified in Section 2.4:

Communication through RFP Coordinator.

Proposals must be received at WAHBE by the date and time specified. Proposals sent by facsimile or

email will not be accepted. Vendors assume all responsibility for the method of delivery and for any

delay in the delivery of their Proposal.

Proposal must be marked as follows: SEALED PROPOSAL FOR RFP HBE 19-005 System

Integrator Services.

RFP HBE 19-005 System Integrator Services for WAHBE Page 21

Mailed Proposals must be received and stamped by WAHBE mailroom personnel prior to the

Proposal deadline to be considered responsive. US mail is not considered received until stamped by

WAHBE mailroom personnel.

Hand-delivered or courier-delivered (FedEx/UPS) Proposals must be received and stamped at

WAHBE’s front reception area by the Proposal deadline to be considered responsive.

2.13 Cost of Proposal Preparation

WAHBE will not reimburse Vendors for any costs associated with preparing or presenting a Proposal

in response to this RFP.

2.14 Proposal Property of WAHBE

All materials submitted in response to this RFP become the property of WAHBE. WAHBE has the

right to use any of the ideas presented in any material offered. Selection or rejection of a Proposal

does not affect this right.

2.15 Proposal Public Disclosure

WAHBE, and the Vendor’s submitted Proposal, is subject to Washington State’s Public Records Act

(Chapter 42.56 RCW). However, portions of a Vendor’s Proposal may be protected from disclosure.

A Vendor cannot not restrict its entire Proposal or entire sections of the Proposal from disclosure. A

Vendor also cannot restrict its pricing from disclosure. Attempts to restrict disclosure using footers on

every page will not be honored.

The Vendor is responsible for determining if any applicable exemptions from disclosure apply under

Chapter 42.56 RCW and providing specific designation of the information protected and the specific

statutory exemption the Vendor believes is applicable.

If a public disclosure request is made to view the Vendor’s Proposal, WAHBE shall notify the Vendor

of the request and of the date that the Proposal shall be released to the requester unless the Vendor

obtains a court order enjoining that disclosure. If the Vendor fails to obtain a court order enjoining

disclosure, WAHBE will release the requested Proposal on the specified date.

WAHBE’s sole responsibility shall be limited to maintaining the Vendor’s Proposal in a secure area

and to notify the Vendor of any request(s) for disclosure.

2.16 Errors in Proposal

Vendors are liable for all errors or omissions contained in their Proposals.

In cases where it is unclear to the extent a requirement or price has been addressed, WAHBE, at its

sole discretion and acting through the RFP Coordinator, may contact a Vendor to clarify specific

points in the submitted Proposal. However, except as permitted in a BAFO, no Vendor will be allowed

to make changes to its Proposal past the deadline for Vendor submission of sealed Proposals.

RFP HBE 19-005 System Integrator Services for WAHBE Page 22

2.17 Waiver of Irregularities

Vendors must read all instructions carefully. If a Vendor does not comply with any part of this RFP,

WAHBE may, at its sole option, reject the Vendor’s Proposal as non-responsive. WAHBE reserves

the right to waive irregularities in procedures or as contained in any Proposal.

2.18 Best and Final Offer (BAFO)

When in the best interest of WAHBE, the RFP Coordinator may request a BAFO(s) from Vendors being considered for award. Vendors may revise their initial Proposals and submit, in writing, their BAFO in response to the specifics contained in the request.

2.19 Amendments/Addenda

WAHBE reserves the right to amend portions of this RFP at any time. WAHBE may correct errors in

the RFP identified by WAHBE or a Vendor. WAHBE will make any changes or corrections through

one or more written amendment(s), dated, and attached to or incorporated in and made a part of this

RFP. All changes shall be authorized and issued in writing by the RFP Coordinator. If there is any

conflict between amendments, or between an amendment and this RFP, whichever document was

issued last in time shall be controlling. In the event that it is necessary to revise or correct any portion

of this RFP, WAHBE will post a notice to WEBS at: https://fortress.wa.gov/ga/webs/.

2.20 Contract Requirements

WAHBE’s Sample Contract has been provided as Attachment 1 – Sample Contract.

To be responsive, Vendors shall indicate a willingness to enter into a Contract substantially like

WAHBE’s Sample Contract by signing the Certifications and Assurances located in Exhibit E–

Certifications and Assurances.

In no event is a Vendor to submit its own standard Contract terms and conditions in its Proposal. Any

Vendor exceptions to the Contract terms and conditions in Attachment 1 – Sample Contract shall be

submitted with the Proposal, as described in Section 5.4: Exceptions to Sample Contract.

Any specific areas of dispute with the attached terms and conditions shall be identified in the Proposal

and may, at the sole discretion of WAHBE, be grounds for disqualification from further consideration

in the award of a Contract. Many clauses are required by law and cannot be negotiated. Negotiations

may begin with the announcement of the ASV. The ASV will not be allowed to submit new exceptions

during negotiations.

Changes, if any, to the Contract which are accepted by WAHBE during Contract negotiations may

result in a reduction in costs charged to WAHBE under the Contract. WAHBE will consider all other

terms as accepted by the ASV, and WAHBE will enter future negotiations at its sole discretion.

The Vendor is instructed to base its Proposal, including without limitation its Proposed costs, on the

Sample Contract, not alternate terms as proposed by the Vendor. Failure to do so will result in

disqualification.

2.21 Performance Standards

As part of the Contract resulting from this RFP, the Vendor shall be responsible for meeting all

performance standards provided in Attachment 1 – Sample Contract, Schedule 2.

RFP HBE 19-005 System Integrator Services for WAHBE Page 23

2.22 Incorporation of Documents into Contract

This RFP, any addenda, and the winning Proposal shall be incorporated into any resulting Contract,

as described in Attachment 1 – Sample Contract.

2.23 No Obligation

WAHBE reserves the right to cancel or reissue this RFP at any time without obligation or liability.

The release of this RFP does not obligate WAHBE to enter into a Contract or make any purchase.

2.24 Right to Reject All Proposals

WAHBE may, at any time and at its sole discretion and without penalty, reject any and all Proposals

and issue no Contract as a result of this RFP.

2.25 Funding

Any Contract awarded as a result of this RFP is contingent upon the availability of funding.

2.26 Right to Award

Award shall be made to the Vendor whose Proposal is determined in WAHBE’s sole discretion to be

the most advantageous to WAHBE, taking into consideration cost and other evaluation factors set forth

in this RFP.

WAHBE reserves the right to issue a Contract that includes all or only a portion of the services described

in this RFP.

In the event WAHBE terminates the initial Contract awarded under this RFP for cause, WAHBE reserves

the right to enter into negotiations with any or all responsive Vendors and shall Contract with the Vendor

who, in WAHBE’s sole discretion, best meets WAHBE’s needs.

2.27 No Work or Charges Prior to Award

Under no circumstances shall the ASV perform any work until a Contract has been fully executed. Any

work performed before execution is at the Vendor’s risk and expense. WAHBE is under no obligation

to pay, and may be legally prohibited from paying, for any work performed prior to the start date of the

Contract.

2.28 Authority to Bind WAHBE

Only WAHBE’s CEO (or designees) may legally commit WAHBE to any Contract resulting from this

RFP. Execution of the Contract by WAHBE is subject to CMS approval.

2.29 Non-Endorsement and Publicity

In selecting a Vendor to supply services, WAHBE is neither endorsing the Vendor’s products or

services nor suggesting that it is the best or only solution to WAHBE’s needs. By submitting a

Proposal, the Vendor agrees to make no reference to WAHBE in any literature, promotional material,

brochures, sales presentation or the like, regardless of method of distribution, without the prior review

and express written consent of WAHBE.

RFP HBE 19-005 System Integrator Services for WAHBE Page 24

2.30 Withdrawal of Proposal

Vendors may withdraw a Proposal that has been submitted at any time up to the Proposal due date

and time as identified in Section 2.6: Procurement Schedule. To accomplish Proposal withdrawal, a

written request (email acceptable) signed by an authorized representative of Vendor shall be

submitted to the RFP Coordinator. After withdrawing a previously submitted Proposal, the Vendor

may submit another Proposal at any time up to the Proposal submission due date and time.

3 Scope of Work

3.1 Organization of Scope of Work (SOW) Section of RFP

The SOW section of this RFP is organized into the following sections:

• Section 3.2: Assumptions for the SOW—provides assumptions to be considered by the

Vendor in reviewing and responding to the SOW.

• Section 3.3: Overview of SOW—provides a high-level overview of the services being

requested in this RFP from a Vendor.

• Section 3.4: Service Area 1: Global Services—provides the standards, practices, and

Requirements that apply to all services performed by the Vendor.

• Section 3.5: Service Area 2: Core Technical Services— provides the service Requirements

and deliverables related to performing Maintenance and Operations (M&O) shared technical

responsibilities.

• Section 3.6: Service Area 3: M&O Agile Services—provides the service Requirements and

deliverables related to performing M&O Agile services (e.g., design, development, testing and

Implementation of code fixes for open production defects, and Configuration of products,

including COTS).

• Section 3.7: Service Area 4: DDI Agile Services—provides the service Requirements and

deliverables related to performing DDI Agile services to develop new functionality and

enhancements.

• Section 3.8: Service Area 5: Vendor and Project Management Services—provides the service

Requirements and deliverables related to performing Contract and project management

activities for both the M&O and DDI services within the SOW.

• Section 3.9: Service Area 6: Transition Services—provides the service Requirements and

deliverables related to performing transition-in and transition-out services during the project

commencement and close-out periods.

• Section 3.10: Summary of Vendor Meetings—provides a summary of the meetings the Vendor

shall lead or participate in for both M&O and DDI services.

• Section 3.11: Summary of Vendor Deliverables—provides a summary of the deliverables the

Vendor shall deliver for both M&O and DDI services.

• Section 3.12: Staffing Requirements—provides the general Requirements that apply to all

Staff and information about the key and non-Key Staff roles requested as part of this RFP.

RFP HBE 19-005 System Integrator Services for WAHBE Page 25

3.2 Assumptions for the SOW

“Assumptions” are premises about the business, policy, technical, and/or project environment that

may influence the SOW and/or the Vendor’s SOW Proposal. Assumptions to be considered by the

Vendor as it reviews and responds to this SOW include:

• The SOW reflects both WAHBE’s current state and known future vision, as described in

Section 1.5: Project Background and Vision. WAHBE seeks a Vendor that understands this

vision and WAHBE’s operating environment and can accelerate achievement of WAHBE’s

goals.

• WAHBE recently transitioned to an Agile approach and is planning to initially Implement one

M&O Agile scrum team and two DDI Agile scrum teams—with the possibility of adding

additional DDI teams in the future—which will deliver work products in sprints. WAHBE’s

current sprint duration is eight weeks; however, the intent is to decrease sprint duration.

WAHBE will work with the Vendor to determine how frequently the sprints are promoted to

production; however, Vendor must have the capability to Implement code on a monthly basis.

• Many of the Requirements contained in this SOW indicate collaboration between WAHBE and

the Vendor. In these instances, Vendor shall provide input on possible options and solutions,

provide necessary resources to Implement the agreed-upon options or solutions, and assume

mutual responsibility for the outcomes. Unless specifically described as a collaboration, the

Vendor shall assume sole responsibility for the Requirement.

• Unless otherwise noted, Requirements and references to “HPF” in this SOW apply to both the

Washington HPF web application and the WAPlanfinder mobile application.

• The Vendor shall continuously optimize the HPF solution to address the opportunities for

customer experience and technical optimization, as reflected in Sections 1.6.2.5. and 1.6.2.6.

• WAHBE acknowledges that Vendors may have innovative, creative approaches to performing

the SOW requested in this RFP based on evolving industry best practices and knowledge

gained from experiences providing similar services to other customers. While Vendors must

commit to the Requirements and develop its Cost Proposal based on the Requirements as

stated herein, WAHBE encourages Vendors to share its alternate approaches to delivering the

services outlined in Sections 3.4 through 3.9 of Section 3: Scope of Work and to fulfill the

vision described in Section 1.5: Project Background and Vision.

• Wherever WAHBE uses the term includes, WAHBE’s intent is to provide examples, and it

should not be interpreted to be inclusive of every activity or task that may be required of the

Vendor.

3.3 Overview of SOW

The SOW is comprised of six service areas, as follows:

• Service Area 1: Global Services • Service Area 4: DDI Agile Services • Service Area 2: Core Technical Services • Service Area 5: Vendor and Project Mgmt. Services

• Service Area 3: M&O Agile Services • Service Area 6: Transition Services

RFP HBE 19-005 System Integrator Services for WAHBE Page 26

Figure 3.1 provides a high-level depiction of the overall organization of the SOW and the Vendor team

structure WAHBE anticipates is needed to support it.

Figure 3.1: Work Breakdown Structure for SI Services

Service Area 1: Global Services

3:

Development,

Coding &

Deployment

1: Data

2:

Requirements

& Design

4: Quality

Assurance &

Testing

5: Enterprise

Platform,

Software &

Configuration

Service Area 3:

M&O Agile

Services

Service Area 4:

DDI Agile

Services

Service Area 5:

Vendor & Project Mgmt

Services

7: System

Operations

8: Business

Operations

9: M&O

Agile

10: DDI

Agile

12:

Transition-

In

11: Vendor &

Project

Management

13:

Transition-

Out

Core Technical Services Team M&O Agile Services Team DDI Agile Services TeamProject Management Office

Services Team

SE

RV

ICE

TE

AM

S

Shared Agile Services Team

6:

Compliance,

Regulatory &

Security

SE

RV

ICE

DO

MA

INS

Service Area 6:

Transition

Services

Service Area 2:

Core Technical

Services

SE

RV

ICE

DO

MA

INS

Within each service area, individual service Requirements are organized into 13 service domains. Table 3.1 describes the Requirements and corresponding service domains, each of which are further detailed in Sections 3.4 through 3.9.

Table 3.1: Summary of SI Services SOW

# Service Domain Description

1 Data The Data service domain includes Vendor responsibilities for data management

practices that ensure data integrity and use of proper data modeling techniques.

2 Requirements and

Design

The Requirements and Design service domain addresses general business and

technical Requirements and design principles, including supporting documentation

and design concepts.

3 Development,

Coding, and

Implementation

The Development, Coding, and Implementation Service domain includes

Requirements for developing, tracking, documenting, reporting, integrating, and

Implementing code in a way that ensures quality and up-to-date coding standards.

The Vendor shall use development tools that enable up-to-date version and source

control, provide WAHBE access to source code of the modified HPF applications,

and perform approved Configuration management practices.

4 Quality Assurance

and Testing

The Quality Assurance and Testing service domain includes Agile testing

Requirements for HPF, including unit testing, user Acceptance testing (UAT),

performance testing, regression testing, accessibility testing, and use of automated

testing. This service domain also includes processes for reporting and validating

updates prior to each release.

RFP HBE 19-005 System Integrator Services for WAHBE Page 27

# Service Domain Description

5 Enterprise Platform,

Software, and

Configuration

The service domain includes global Requirements related to maintaining the

Enterprise Platform (i.e., updates and maintenance of the existing enterprise

software), software required to operate the HPF application, and Configuration

management for enterprise software across all environments.

6 Compliance,

Regulatory, and

Security

The Compliance, Regulatory, and Security service domain includes Requirements

related to compliance with all federal, State, and other industry laws, regulations

practices, guidelines and standards governing a health insurance exchange (e.g.,

security, accessibility). All Vendor services must maintain or enhance compliance

with these regulations and standards and ensure that HPF remains compliant with

them throughout the duration of the Contract.

7 HPF Operations HPF Operations services include shared technical services and infrastructure

support, including system administration, batch operation, and database

administration.

8 Business

Operations

Business Operations services include support for WAHBE business operations,

including 1095 reporting, Trial Eligibility testing, Open Enrollment, and validation of

external interfaces with key partners including CMS.

9 M&O Agile M&O Agile services include an M&O Agile scrum team focused on defect fixes and

minor enhancements for HPF.

It is WAHBE’s responsibility to prioritize work for the Vendor. If WAHBE decides to

prioritize enhancements over defects, the M&O Agile scrum team shall deliver

according to those priorities.

10 DDI Agile DDI Agile services are performed by DDI Agile scrum teams responsible for

developing and Implementing sprints for major enhancements and prioritized

functionality assigned to the team(s) for HPF.

11 Vendor and Project

Management

Vendor and Project Management services include global Requirements related to

areas including communications, development of deliverables, meeting

attendance, responding to information requests, and meeting Performance

Standards. In addition, it includes services provided by the Vendor leadership and

Project Management Office (PMO) team including overall management of the

Contract, project tasks, deliverables, schedule, scope, risks, and issues for the

Vendor service teams throughout the duration of the Contract.

12 Transition-In Transition-in services include all activities required for the Vendor to successfully

take over M&O and DDI for the HPF from the Incumbent.

Vendor agrees to fully cooperate with the Incumbent in connection with the

performance of their respective Requirements and obligations.

13 Transition-Out Transition-out services include all of the activities required for the Vendor to

transition off of the project and turn over control and responsibility for M&O and

DDI support of WAHBE-owned resources (e.g., HPF source code, interfaces and

databases), documentation, and knowledge to WAHBE and/or a successor

Vendor.

Vendor agrees to fully cooperate with the incoming Vendor in connection with the

performance of their respective Requirements and obligations.

RFP HBE 19-005 System Integrator Services for WAHBE Page 28

3.4 Service Area 1: Global Services

Service Area 1: Global Services applies to all service areas included in this SOW, unless otherwise

noted. Vendor must adhere to these Requirements in performing the services for the Contract

resulting from this RFP.

Global Services address the following service domains:

• Data

• Requirements and Design

• Development, Coding, and Implementation

• Quality Assurance and Testing

• Enterprise Platform, Software, and Configuration

• Compliance, Regulatory, and Security

Detailed Requirements for fulfilling the Service Area 1: Global Services SOW are included in Table

3.2.

Table 3.2: Detailed Requirements for Service Area 1: Global Services

Req. ID Requirement Description

Service Domain 1: Data

GEN-DAT-01 The Vendor shall use tools and services to assess, monitor, and maintain data integrity,

including conducting data anomaly analysis on a weekly basis.

GEN-DAT-02 The Vendor shall document and Implement a Data Management Plan (DEL-DAT-01).

The plan shall define data management practices and tools that comply with WAHBE

standards. At a minimum, the plan shall document the processes, techniques, and

products needed to ensure optimal management and sharing of enterprise information

for HPF. All data use agreements shall be managed by WAHBE.

The plan shall cover major areas of operational management of HPF data including:

a. Data governance and classification planning

b. Data sharing principles

c. Data security

d. Data ownership and data model maintenance of operational and business data

e. Data management practices and tools used in data sharing or exchange with

HPF and other systems or partners

f. Data dictionary, including data naming conventions, as mutually agreed upon

with WAHBE

GEN-DAT-03 The Vendor shall maintain a Data Retention Plan (DEL-DAT-04) that documents the

processes, techniques, and products needed to ensure proper data retention in

compliance with all federal and State guidelines and Requirements and WAHBE policies

and standards. Content shall include, but not be limited to:

a. Retention and disposition responsibilities

b. Approach to archival and disposal

c. Definition of technical effort

RFP HBE 19-005 System Integrator Services for WAHBE Page 29

Req. ID Requirement Description

d. Risks and strategies to mitigate them

e. Retention and disposition schedules to ensure timely moving of data

f. Approach and process to manage the integrity of the data retention process

GEN-DAT-04 The Vendor shall provide and utilize WAHBE-approved automated data monitoring tools

and services to assess, monitor, and maintain data integrity, including conducting data

anomaly analysis, and report to WAHBE on a weekly basis.

GEN-DAT-05 The Vendor shall maintain a WAHBE-approved data anomaly/integrity checker to

monitor the HPF production environment. The Vendor shall run the checker regularly,

proactively identifying HPF issues and defects based on the results and working with

WAHBE to resolve each data anomaly. The Vendor shall identify data fixes and other

mitigation strategies to resolve the data anomalies.

GEN-DAT-06 The Vendor shall collaborate with WAHBE to update data artifacts including:

a. Logical Data Model (DEL-DAT-01)

b. Physical Data Model (DEL-DAT-02)

Service Domain 2: Requirements and Design

GEN-DES-01 The Vendor shall continuously seek opportunities to improve the documentation of

requirements and architectural designs. The Vendor shall monitor relevant industry best

practices and recommend user-centered design methodology and practices to WAHBE

as applicable.

GEN-DES-02 The Vendor shall provide pre-Implementation access to applications, web services, and

integration APIs to WAHBE teams to enable the development of in-house supporting

tools.

GEN-DES-03 The Vendor shall support WAHBE requests for periodic reviews by providing HPF

documentation and participating in meetings, including architecture reviews, design

reviews, and code reviews (MET-DES-01).

GEN-DES-04 The Vendor shall:

a. Document the functional and non-functional Requirements for the HPF

applications and the software component designs using Interaction, Unified

Modeling Language (UML), Rational Unified Process (RUP), or similar

documentation tools and processes

b. Follow standards for application development and integration efforts, including

patterns and practices, interoperability, portability, modularity, software security,

data protection, and privacy by the WAHBE Architecture Team

c. Ensure adherence to standards across development teams

GEN-DES-05 The Vendor shall collaborate with WAHBE to assess new enhancements against WAHBE’s architectural standards. The Vendor shall be responsible for Implementing the functionality consistent with the agreed-upon standards. WAHBE’s Architectural Standards are located at: https://www.opengroup.org/togaf.

GEN-DES-06 The Vendor shall collaborate with WAHBE to update design artifacts including the

following types:

a. HPF Design Document (DEL-DES-01)

b. Technical Design Document (DEL-DES-02)

RFP HBE 19-005 System Integrator Services for WAHBE Page 30

Req. ID Requirement Description

c. Interface Control Document (DEL-DES-03)

d. HPF Architecture Diagrams (DEL-DES-04)

e. Responsive Web and Mobile App User Interface Toolkits (DEL-DES-05).

The Vendor shall perform an annual assessment of—and update to— the HPF design

documentation to fully mirror how the HPF functions in production.

GEN-DES-07 The Vendor shall Implement HPF changes using modular design wherever possible,

based on WAHBE’s process for modular upgrades. An example of an Impact Analysis

Change Request for a modular upgrade to the Update Lawful Presence Service Call is

included as Attachment 4 –Update Lawful Presence Service Call.

At a minimum, the modular design process shall include:

a. Description of the modular design change

b. Expected outcome(s)

c. Description of services required for the change

d. Proposed services and deliverable Acceptance process

Service Domain 3: Development, Coding, and Implementation

GEN-COD-

01

The Vendor shall document and maintain a comprehensive Development Guide (DEL-

COD-01), including:

a. Set up of developer workstation including the Implementation of a single image

for all developer workstations.

b. Set up of development supporting software (rules engines, Service-Oriented

Architecture (SOA), etc.)

c. Development procedures

d. Use of diagrams such as object interaction diagrams

The Development Guide shall align with WAHBE’s sSDLC, as provided in Attachment 3

– Secure Software Development Lifecycle. The sSDLC includes standards and best

practices for architecture domains, including: Application, Information, Security,

Integration, Development, and Enterprise.

GEN-COD-

02

The Vendor shall agree to maximize the security of software development throughout the

term of the resulting Contract according to general industry standards including, but not

be limited to, the following terms and conditions:

a. The Vendor shall take all actions necessary to protect information regarding

security issues and associated documentation, to help limit the likelihood that

vulnerabilities in operational Purchaser's software are exposed.

b. The Vendor shall use the highest applicable industry standards for sound secure

software development practices to resolve critical security issues as quickly as

possible. The "highest applicable industry standards" shall be defined as the

degree of care, skill, efficiency, and diligence that a prudent person possessing

technical expertise in the subject area and acting in a like capacity would

exercise in similar circumstances. Industry standards shall include NIST,

OWASP and Microsoft secure software development standards.

GEN-COD-

03

The Vendor shall develop and maintain HPF code and components as to allow the ability

to integrate with both COTS solutions enterprise software and industry standards open

source frameworks and systems to the maximum extent possible in accordance with

RFP HBE 19-005 System Integrator Services for WAHBE Page 31

Req. ID Requirement Description

security standards. This will allow a flexible integration capability, including: Content

Management, User Analytics, Chat, Notifications, Rules Engine, Workflow, Document

Management, Identity and Access Management, and the OS-up enterprise stack, etc.

GEN-COD-

04

The Vendor shall provide the necessary development tools to allow for successful

development of HPF enhancements and defect fixes per WAHBE’s Agile sSDLC.

GEN-COD-

05

The Vendor shall assess functionality in the code, ensuring that remediation actions are

tracked in Agile backlogs, upon WAHBE approval.

The Vendor shall prepare and provide code engineering metrics and analysis of the

health of the code baseline and branches, as well as changes over time, including:

a. Quantifying and removing software technical debt for all code assets in mixed

languages, including the dependencies between all components across the

following: Java/Structured Query Language (SQL)/Stored

Procedures/Scripts/Javascript/C# as a combined diagram for all HPF Front End,

Middle-Tier, Logic, and Database parts

b. Using tools to assess software cyclomatic complexity and code best practices

compliance and health

c. Identifying unused objects for every release

The Vendor shall produce, analyze, maintain, and compare quality software engineering

metrics across the project in a single easy-to-access repository that contains all software

assets.

GEN-COD-

06

The Vendor shall provide code merge engineering to manage and merge code across

multiple teams developing HPF changes in parallel.

GEN-COD-

07

The Vendor shall maintain software code baselines and branches, along with software

Configuration and source control operations to maintain a main code base and parallel

branches as needed, with the ability to merge parallel branches back into the main

baseline using automated tools, processes, and standards.

GEN-COD-

08

The Vendor shall provide WAHBE technical Staff with secure access to all HPF code and

solutions under source control.

GEN-COD-

09

The Vendor shall create standard documentation inside the source code, including

headers, author information, and section-by-section commentary within each file,

function, and module.

GEN-COD-

10

The Vendor shall provide code quality analysis metrics and courses of actions in the

Quarterly Quality Report (DEL-STO-10) [see CTS-STO-30].

GEN-COD-

11

The Vendor shall conduct random code reviews with WAHBE teams to ensure

compliance with coding standards a minimum of once per quarter.

GEN-COD-

12

The Vendor shall conduct unit testing subsequent to—or in parallel with—application

development to assess and correct the functionality and data of a business application’s

individual code modules prior to conducting additional testing activities.

GEN-COD-

13

The Vendor shall maintain a Production Implementation Calendar (sixty [60]-day look-

ahead of all planned activities) (DEL-COD-02) that shall be updated on a monthly basis

and delivered to the PMO.

RFP HBE 19-005 System Integrator Services for WAHBE Page 32

Req. ID Requirement Description

GEN-COD-

14

The Vendor shall Implement secure and automated code build and Implementation

practices to all appropriate test environments and production, including security zones

and internal controls.

GEN-COD-

15

The Vendor shall perform Implementation activities, including:

a. Defining Implementation procedures, leveraging automation and/or DevSecOps,

and obtaining WAHBE approval

b. Conducting Implementation activities, including Implementing HPF releases to all

test environments and production using DevSecOps processes

Implementation shall be performed by resources not involved in the development

activities, or through a DevSecOps tool.

GEN-COD-

16

The Vendor shall automate manual processes, including:

a. Release of Code/Build Process

b. Testing

c. Patching

d. Secure Configurations

e. Communication, reporting, and notifications

f. Repetitive tasks

GEN-COD-

17

The Vendor shall perform mobile application Implementation activities, including:

a. Prepare application submission to App Store and Google Play store

b. Implement APIs to the production environment

c. Implement production code to HockeyApp for smoke testing, and Alpha

(Android) and TestFlight (iOS) for application approvals

d. Submit the application to the App Store and Google Play Store, following mobile

application Smoke Testing Acceptance.

GEN-COD-

18

The Vendor shall work with WAHBE teams to continuously improve Implementation time

following DevSecOps industry standards, including small and focused Implementations

and fast and well-defined testing, through automation including Puppet, Jenkins, and

ELK.

GEN-COD-

19

The Vendor shall participate in weekly sprint check-in meetings (MET-COD-01),

Implementation meetings (MET-COD-02), and post—production issues tracking

meetings (MET-COD-03).

GEN-COD-

20

The Vendor shall provide release notes for each release and update any corresponding

HPF and architecture documentation.

GEN-COD-

21

The Vendor shall provide a standard, consistent audit trail of changes (before and after)

for all key data elements in the database, Configuration changes, and code changes,

including who made these changes and when they occurred. This audit trail shall be

consistent across origins of changes, including HPF web and mobile applications and

web services.

GEN-COD-

22

The Vendor shall use federally approved secure and encrypted communication channels

for web services, APIs, and other interfaces, including file transfers.

RFP HBE 19-005 System Integrator Services for WAHBE Page 33

Req. ID Requirement Description

GEN-COD-

23

The Vendor shall keep HPF up to date with development tools and base products (Java

Development Kits [JDKs], Software Development Kits [SDKs], etc.) (DEL-COD-03). All

upgrades shall be planned and scheduled with approval from WAHBE. The Vendor shall

provide delivery of evidence via a System Health Dashboard.

Service Domain 4: Quality Assurance and Testing

GEN-TST-01 The Vendor shall be responsible for maintaining and updating all mock services. If

enhancements are prioritized, the Vendor shall update the following WAHBE-owned

mock services:

a. Eligibility services: Incumbent has built a mock Eligibility System (ES) for

WAHBE to use for testing, as WAHBE was not able to use the actual ES due to

date dependency

b. Equifax: Incumbent has built a mock Equifax system for WAHBE to use for

testing

c. Federal Hub: Incumbent has built a Federal Hub system for WAHBE to use for

testing, including Social Security Administration (SSA) Composite, Remote

Identity Proofing (RIDP), Lawful Presence Service, Annual Household Income

Service, Calculate Max Advanced Premium Tax Credits (APTC) Service, and

Renewal and Redetermination Verification (RRV) Composite (Bulk) Service

d. Test Login Uniform Resource Locator (URL): Used to update the HPF date only

for the sessions that will not impact other testing

e. Date Advance URL: Used to move the HPF app system date and server date

f. Modify ES Switch URL: Used to connect and disconnect from Real ES to Mock

ES

g. Provider One: Incumbent has built a Provider One service to use for testing, only

when the HPF is connected to Mock ES

GEN-TST-02 The Vendor shall develop and maintain a comprehensive Test Plan (DEL-TST-01) that

describes, at a minimum:

a. Testing approach/strategy

b. Testing tools

c. Types of tests to be performed

d. Testing phases

e. Test environments

f. Plan for defect tracking and report

g. Plan for metrics reporting

GEN-TST-03 The Vendor shall participate in or lead (as identified in Section 3.10 Summary of Vendor

Meetings) the following meetings, as requested:

a. Automated Test Discovery (MET-TST-01)

b. Automated Test Story Refinement (MET-TST-02)

c. Automated Test SCRUM (MET-TST-03)

d. Automation Strategy Synch (MET-TST-04)

e. Test Environments Readiness (MET-TST-05)

f. Quality Assurance Meeting (MET-TST-08)

RFP HBE 19-005 System Integrator Services for WAHBE Page 34

Req. ID Requirement Description

In addition, the Vendor shall lead a monthly Interface Partner Release Testing meeting

(MET-TST-06) and quarterly meetings on Annual Open Enrollment Release Testing

preparedness (MET-TST-07).

GEN-TST-04 The Vendor shall adopt a robust formal root-cause analysis method and avoid simplistic,

generic, or categorical methods such as the 5 Whys, fishbone diagrams, or

“brainstorming.” The Vendor may utilize these methods in the process of determining the

root cause.

Following industry standards, the following items shall be documented and addressed in

all root-cause analyses (DEL-TST-07):

Problem determination includes:

a. Who is impacted?

b. What is the problem?

c. When did it occur?

d. Where did it occur?

e. Identify the specific cause(s) of the problem

f. Verify or validate the causes with evidence, including verifiable factual data

g. Define logical relationships between causes

h. What is the impact ($) of the problem on the business?

Effective solutions must:

a. Eliminate or control known causes of the problem

b. Be within WAHBE’s control

c. Be cost effective, feasible, and practical

d. Avoid causing other problems that can be anticipated

e. Be focused on resolution rather than blame

GEN-TST-05 The Vendor shall use built-in automated test suites to support confirmation of regression

tests (unit and integrated testing).

GEN-TST-06 The Vendor shall facilitate the adoption of new Agile test and development best

practices, including:

a. Test-Driven Development (TDD) process definition, supporting framework and

toolset selection and Implementation

b. Behavioral-Driven Development (BDD) process definition, supporting framework

and toolset selection and Implementation

c. Increased Unit Test (UT) coverage to facilitate moving more testing “left” (up

front and closer to initial development phase)

GEN-TST-07 The Vendor shall collaborate with WAHBE to conduct HPF web application and mobile

application testing for the top utilized browsers, operating systems, and versions for

Washington State on desktop, tablet, and mobile devices. Beta browser testing will be

completed if provided by the provider.

GEN-TST-08 The Vendor shall provide testing results (e.g., tests passed, failed, deferred, and number

of defects by severity) for each test suite run

RFP HBE 19-005 System Integrator Services for WAHBE Page 35

Req. ID Requirement Description

GEN-TST-09 The Vendor shall produce a Test Summary Report (DEL-TST-05) after each release that

is maintained for three years for historical reference and contains a minimum of the

following information:

a. Testing scenarios executed

b. Defects detected, remediated, and escaped to production

c. Root-cause analyses for escaped defects (including why the defect escaped and

strategies to prevent reoccurrence), leveraging industry best practices for

performing root-cause analyses

d. Defects per Story – Number of defects found in quality assurance and testing for

each story

e. Defects per Sprint – Number of defects found in quality assurance and testing for

each sprint

f. Escaped Defects per Story – (Defects found outside the sprint and/or in

production) divided by number of stories in a sprint where defect was introduced

g. Escaped Defects per Sprint – (Defects found outside the sprint and/or in

production) divided by total number of sprints in a sprint where defect was

introduced

h. Performance testing results for top transactions

i. Testing result metrics for automated testing

j. Testing results for each test suite and phase (DEL-TST-04)

GEN-TST-10 The Vendor shall conduct HPF check activities as part of each HPF production release.

These activities will confirm that the production system is working as planned before the

public can access the HPF or the mobile application. This includes, but is not limited to:

a. Performing HPF infrastructure health checks

b. Conducting tests for all services using SoapUI and/or REST

c. Conducting connectivity tests

d. Conducting batch page review and validation

e. Conducting application validations limited to anonymous browsing

GEN-TST-11 The Vendor shall perform performance (e.g., stress, load, volume) testing quarterly,

including:

a. Sharing and reviewing scenarios with WAHBE and receiving approval for

performance testing activities

b. Sharing testing results with WAHBE

c. Ensuring that the testing includes top transactions, failover cluster testing for all

layers, and any release changes for transactions

d. Ensuring that test results compare transactions from pre- to post-release

e. Managing code Implementation and supporting the environment for stress

testing

f. Using automated load runner testing tool

g. Ensuring a stress test to failure occurs at least once per year

The Vendor shall report on these metrics in a quarterly Performance Testing Summary

Report (DEL-TST-06).

RFP HBE 19-005 System Integrator Services for WAHBE Page 36

Req. ID Requirement Description

GEN-TST-12 The Vendor shall develop test cases for unit and integration testing suite and phase

(DEL-TST-03).

Service Domain 5: Enterprise Platform, Software, and Configuration

GEN-TEC-01 The Vendor, in coordination with WAHBE and external partners as needed, shall

collaborate with WAHBE and external partners to triage and support, design, build, and

improve HPF-related infrastructure issues. The Vendor shall also collaborate with

WAHBE to resolve external partner issues, including:

a. Monitoring with 24/7 availability to support any emerging high-severity issues

b. Triaging issues

c. Resolving interfacing issues

See Attachment 5 – HPF External Interface Diagram for a full list of WAHBE’s external

partners

GEN-TEC-02 The Vendor shall document procedures for processes it is responsible for, providing

access to the documentation when requested by WAHBE.

GEN-TEC-03 The Vendor shall participate in a weekly Infrastructure Meeting (MET-TEC-01) to discuss

product corrections, software patching, upgrades, and the condition of HPF and

adherence to its Requirements.

GEN-TEC-04 The Vendor shall only use industry-supported enterprise products that have issue

escalation and support. Vendor-owned products shall not be used without express

written consent from WAHBE when an enterprise third-party product could be used.

GEN-TEC-05 The Vendor shall provide Configuration management services to identify, track and

control changes— for all HPF production components (built, open source, or COTS) and

supporting applications according to a Configuration Management Plan (DEL-TEC-01).

The Configuration Management Plan shall include processes to define, document,

control, Implement, account for, and audit changes to the various HPF production

components. At a minimum, it shall also include:

a. The approved baseline Configurations

b. An Acceptance register for all Configuration changes

Service Domain 6: Compliance, Regulatory, and Security

GEN-COM-01 The Vendor shall comply with WAHBE-approved policies, standards, processes,

workflows, and methodologies in all deliverables and services provided. Examples

include:

a. Access control

b. Risk assessment

c. Configuration and management

d. Data classification

GEN-COM-02 The Vendor shall be knowledgeable of—and maintain compliance with—all federal and

State statutes and regulations applicable to WAHBE operations.

GEN-COM-03 The Vendor shall collaborate with WAHBE to maintain CMS’ Medicaid Eligibility and

Enrollment Toolkit (MEET) and Medicaid Information Technology Architecture (MITA)

compliance, including providing and maintaining CMS-required artifacts.

RFP HBE 19-005 System Integrator Services for WAHBE Page 37

GEN-COM-04 The Vendor shall collaborate with WAHBE to maintain compliance with the following

standards and Requirements:

a. Minimum Acceptable Risk Standards for Exchanges (MARS-E)

b. Department of Health and Human Services (DHHS) Affordable Care Act (ACA)

regulations 45 CFR §§155.260 and 155.280)

c. Internal Revenue Service (IRS) publication 1075 guide to maintaining enterprise

security policies for Federal Tax Information (FTI) requests

d. Washington Public Records Act – Chapter 42.56 RCW

e. US Privacy Act

f. Other new federal or State regulations as they arise

GEN-COM-05 The Vendor shall ensure American Disabilities Act (ADA) compliance in the maintenance

and enhancement of the HPF to meet:

a. Title II of the ADA

b. Section 508 of the Rehabilitation Act of 1973

c. Section 1557 of the Affordable Care Act

d. World Wide Web Consortium’s Web Content Accessibility Guidelines (WCAG)

2.1 Accessibility Standards

e. Washington State’s Office of the Chief Information Officer (OCIO) guidance on

web accessibility standards for state agencies

GEN-COM-06 The Vendor shall develop and test HPF to ensure it meets the accessibility standards of

the Web Content Accessibility Guidelines (WCAG) 2.1 level AA (or its future equivalent)

and Section 508 of the Rehabilitation Act of 1973. These accessibility Requirements

shall be included in the Acceptance criteria for all HPF changes prior to Implementation.

Please refer to Attachment 6 – WCAG 2.1 Checklist.

GEN-COM-07 The Vendor shall continually assist WAHBE in identifying and ensuring that current

and/or new code meets all compliance Requirements.

GEN-COM-08 The Vendor shall support all internal and external audits related to compliance

Requirements if required, including:

a. Attending and participating in meetings

b. Providing documentation and evidence of compliance

GEN-COM-09 The Vendor shall collaborate with WAHBE to maintain and improve current levels of

NIST compliance for all NIST documents referenced in Attachment 7 – NIST Standards,

as well as additional NIST Requirements identified by WAHBE and/or the Vendor in the

future.

GEN-COM-10 The Vendor shall comply with WAHBE's risk and security impact assessment policies,

procedures, and processes, including development of Detailed Impact Assessments

(DEL-COM-04), as described in WAHBE’s Change Management: Risk and Security

Impact Assessment Procedures and Process and Schedule 2 of the Sample Contract.

GEN-COM-11 The Vendor shall produce a Monthly Security Report (DEL-COM-01) that includes a

minimum of the following information:

a. An overview of all security-related activities performed

b. A description of all potential and confirmed Security Incidents for the period

RFP HBE 19-005 System Integrator Services for WAHBE Page 38

3.5 Service Area 2: Core Technical Services

Service Area 2: Core Technical Services represents shared technical responsibilities to be performed

by a dedicated Shared Technical Services team. Detailed Staffing Requirements for this team are

included in Section 3.12.3: Staff Roles for Service Teams.

Service Area 2: Core Technical Services consists of Requirements that address the following service

domains:

• HPF Operations

• Business Operations

Detailed Requirements for fulfilling the Service Area 2: Core Technical Services SOW are included in

Table 3.3.

Table 3.3: Detailed Requirements for Service Area 2: Core Technical Services

Req. ID Requirement Description

Service Domain 7: System Operations

CTS-STO-01 The Vendor shall develop and maintain an HPF Management Plan (DEL-STO-01) that

includes all HPF OS-up products and third-party software. The document shall include, but

not be limited to:

a. Software inventory with versions and patching levels

b. Required patches and OS-up HPF software that is at risk of noncompliance with

State and federal regulations, including critical security patching within seven (7)

c. Current status of all outstanding security tickets and tickets closed in the

reporting period

GEN-COM-12 The Vendor shall collaborate with WAHBE to update and maintain security

documentation, performing at a minimum the following tasks:

a. Providing updates to the procedures annually for federal reporting

b. Providing ongoing maintenance and annual updates to the HPF Security Plan

(DEL-COM-02), which is owned by WAHBE and mandated by CMS

c. Providing ongoing maintenance and annual updates to the HPFs Safeguard

Report (DEL-COM-03), which is owned by WAHBE and mandated by the IRS

d. Providing ongoing maintenance and annual updates to the Secure System

Development Lifecycle Plan (DEL-COM-05), which is owned and mandated by

WAHBE

e. Performing Threat Impact Analysis Reports (DEL-COM-06) with production

Implementations or emergency changes (analyses must occur within 30

calendar days of Implementation for emergency changes)

GEN-COM-13 The Vendor shall participate in and/or lead security meetings, including:

a. Security Updates (MET-COM-01)

b. Code Vulnerability- Implementation (MET-COM-02)

c. Vulnerability Status Update (MET-COM-03)

d. Plan of Action and Milestones Update (MET-COM-04)

RFP HBE 19-005 System Integrator Services for WAHBE Page 39

Req. ID Requirement Description

calendar days and standard patching within thirty (30) calendar days of release by

the Vendor

c. Recommended patches and upgrades, as well as any associated HPF code

changes to successfully integrate

d. Potential licensing costs

e. Proposed patch/upgrade schedules

f. Potential risks

g. Potential product line switches and end-of-life schedules

h. Proactive identification and management of all certificate updates across all

environments

The Vendor shall meet with the WAHBE team every six (6) months to formally discuss the

HPF Management Plan.

A Responsible, Accountable, Consulted, and Informed (RACI) matrix for HPF roles and

responsibilities is provided in Attachment 8 – Roles and Responsibilities Matrix, and a list of

software is included in Attachment 9 – Software List.

CTS-STO-02 The Vendor shall maintain HPF and supporting software to WAHBE and industry standards,

including:

a. Performing weekly review of access logs

b. Submitting application and security logs to WAHBE Security Information and Event

Management (SIEM)

c. Implementing application secure baselines based on Center for Internet Security

(CIS) and NIST standards

d. Performing a monthly review of performance and Configuration to ensure

compliance with policies and standards and mitigations of threats and vulnerabilities

e. Maintaining applications and supporting applications to peak performance

f. Monitoring, updating, and maintaining OS-up software to ensure proper functionality

and changes to industry standards

g. Providing separation of duties and least functionality

h. Automating routine and daily activities when possible

i. Providing the highest level of technical support for handling the most difficult or

advanced problems for assigned applications

j. Utilizing or maintaining a near real-time reporting dashboard

CTS-STO-03 The Vendor shall retain, archive, dispose of, and otherwise manage data in accordance with

the Data Retention Plan.

CTS-STO-04 The Vendor shall perform data administration activities, including:

a. Executing database changes, database performance tuning, and data fixes

b. Completing conversion and stress test activities

c. Managing File Transfer Protocol (FTP) data

d. Implementing security baselines

e. Performing data encryption

f. Maintaining data integrity

RFP HBE 19-005 System Integrator Services for WAHBE Page 40

Req. ID Requirement Description

g. Managing correspondence, imaging, and file services, including Subversions (SVNs)

CTS-STO-05 The Vendor shall participate in—and bring knowledge and expertise to assist with—

designing, Implementing, and improving the DevSecOps process.

CTS-STO-06 The Vendor shall create procedures—according to WAHBE standards, format, and

guidance—to execute current production processes, including:

a. Data fixes

b. Batch job execution

c. Manual workarounds (i.e., vulnerability mitigations, data correction scripts, or

exclusion scripts)

d. General application and administration activities (for HPF transactions, transactions

with external parties, and transactions within the enterprise products including

Oracle)

e. Daily business operational tasks

CTS-STO-07 The Vendor shall execute daily HPF performance assessments in the production and lower

environments, as specified by WAHBE.

CTS-STO-08 The Vendor shall produce and deliver a daily HPF and Interfacing Partner Report (DEL-STO-

06) to WAHBE.

CTS-STO-09 The Vendor shall provide and Staff a toll-free IT Support Line to respond to issues and

outages from WAHBE Staff.

CTS-STO-10 The Vendor shall perform HPF production monitoring and alerting activities, including:

a. Production security

b. Compliance with Requirements

c. Threats and vulnerabilities

d. Synthetic transactional health

e. Database record locks and long-running queries

f. Availability of all HPF services

The information shall be provided real-time in the System Health Dashboard.

CTS-STO-11 The Vendor shall develop and deliver HPF Performance Reports (DEL-STO-08) with

mutually agreed-upon details, including:

a. Number of record search/retrieval actions

b. Number of record search/retrieval actions with response time within 3.0 seconds

c. Monthly median response time for record search/retrieval

d. Number of screen edits

e. Number of screen edits with response times within 3.0 seconds

f. Monthly median response time for screen edits

g. Number of next screen page requests

h. Number of next screen page requests with response time within 3.0 seconds

i. Monthly median response time for next screen page requests

CTS-STO-12 The Vendor shall ensure HPF meets uptime and other performance Requirements by

meeting Performance Standards outlined for HPF and application managed services.

RFP HBE 19-005 System Integrator Services for WAHBE Page 41

Req. ID Requirement Description

CTS-STO-13 The Vendor shall participate in the planning, assessment, and execution of performance

testing of the disaster recovery site no less than once a year and within thirty (30) calendar

days of WAHBE request.

CTS-STO-14 The Vendor shall assist WAHBE on a quarterly basis with business intelligence and data

warehouse Extract, Transform, and Load (ETL) services.

CTS-STO-15 The Vendor shall conduct quarterly assessments of production database performance based

upon NIST, other industry standards, and the CIS baseline standards.

The Vendor shall report on these metrics in the Quarterly Quality Report [see CTS-STO-30].

CTS-STO-16 The Vendor shall provide a monthly Database Usage Report (DEL-STO-09) that includes

database usage, storage consumption, and the top twenty (20) worst performing queries.

CTS-STO-17 The Vendor shall execute database scripts and create dataset backups for review and

validation by WAHBE Database Administrators (DBAs) in all environments.

CTS-STO-18 The Vendor shall perform database-related activities, including:

a. Performing once-weekly database refreshes to applicable environments

b. Collaborating with WAHBE DBAs to perform performance tuning databases as

applicable

c. Coordinating database backup/restore and application restart actions to support

data-fixes development and testing, as requested by WAHBE

CTS-STO-19 The Vendor shall provide support to WAHBE for scans on the database, application, and

web covering the entirety of HPF, including:

a. Mitigating and remediating outputs from WAHBE scanning tools (WAHBE will

provide and operate scanning tools)

b. Providing subject matter expertise to identify issues related to the scans

c. Coordinating integration of API calls to execute the security scans

CTS-STO-20 The Vendor shall perform and assist with the triage for performance defects, issues and

outages reported by WAHBE, its partners, and/or its customers. Production outages shall

initially be triaged and escalated following WAHBE’s Production Control Process. The

Vendor will participate as HPF experts to investigate issues to obtain defect resolution to

include, but not be limited to, Configuration, or code changes.

If needed, the Vendor will perform a root-cause analysis in accordance with WAHBE’s

standards, as described in Requirement GEN-TST-04. WAHBE will prioritize mitigation and

long-term resolutions.

CTS-STO-21 The Vendor shall participate in WAHBE’s established Information Technology Service

Management (ITSM) ticketing and change management processes.

CTS-STO-22 The Vendor shall report all Security and Privacy Incidents to the WAHBE security team

immediately upon discovery and shall track them until remediation. Security Incidents may

include, but not be limited to:

a. Virus or malicious software code

b. Unauthorized access

c. Disclosure of protected information

d. Lost or stolen devices, badges, or data

RFP HBE 19-005 System Integrator Services for WAHBE Page 42

Req. ID Requirement Description

e. Transmission of protected information not approved

f. Sharing of authentication passwords

g. Bypass or failure to comply with security controls

The Vendor shall comply with all policies, procedures, and processes outlined in WAHBE’s

Cyber Incident Security Response Plan, which WAHBE will make available to the Vendor.

CTS-STO-23 The Vendor shall follow the established Change Order process (process to document

changes to be made in production), including submitting Change Request forms with details

of proposed changes to WAHBE for approval and executing approved changes.

CTS-STO-24 The Vendor shall perform patching for all OS-up software and components. Patching

includes regular security updates and patches to OS(s), firmware, productivity applications,

and utilities. The Vendor shall make regular updates critical to maintaining a secure

operational environment, and the Vendor shall adhere to the industry best practices and

regulatory Requirements for critical patches within seven (7) calendar days, and other

patches within thirty (30) calendar days. Any exceptions must be approved by WAHBE prior

to patch release and requires that appropriate mitigations or remediation be Implemented.

CTS-STO-25 The Vendor shall conduct monthly reviews for patches and upgrades for HPF OS-up

products and third-party software and provide updates in a Patch/Upgrade Management

Report (DEL-STO-02). The report shall include, but not be limited to:

a. Software version and patching level

b. Identification of required patches and upgrades

c. Proposed prioritization of patches and upgrades

d. Definition of work effort, including impact to core HPF code or supporting systems

e. Evaluation of business and system risks that may lead to an exception of a patch

being delayed outside of the patching schedule

f. Mitigations and remediation plans for patches excluded from the monthly schedule

The Vendor shall present and review the report with WAHBE on a monthly basis to prioritize

version changes and patches and shall comply with all policies, procedures, and processes

in WAHBE’s System Configuration and Management Policy, which WAHBE will make

available to the Vendor.

CTS-STO-26 The Vendor shall Implement prioritized patches and upgrades for OS-up HPF products and

third-party software, including:

a. Leading workgroups to coordinate the patching and upgrade efforts, as requested by

WAHBE

b. Installing the patches and upgrades in the lower environments and then production

environment per patching change management process

c. Making associated HPF code changes to successfully integrate with the patches and

upgrades

d. Testing the Implementation and associated HPF code changes

Major patches and upgrades shall occur at least twice per year or at the discretion of

WAHBE, and minor patches and upgrades shall occur approximately twelve (12) times per

year at the discretion of WAHBE.

RFP HBE 19-005 System Integrator Services for WAHBE Page 43

Req. ID Requirement Description

The Vendor shall follow WAHBE policies, standards, and processes, as described in

WAHBE’s System Configuration and Management Policy. Any deviations shall be reviewed

and approved by WAHBE.

CTS-STO-27 The Vendor shall provide enterprise root-cause analysis and lead issue resolution efforts for

HPF and all integrated system applications including Oracle products.

CTS-STO-28 The Vendor shall perform additional HPF managed services (including installation,

maintenance, Configuration, and continuous improvement, as applicable) for all OS-up

products and third-party software that is included in the HPF solution/technology stack.

For third-party software, this also includes, but is not limited to:

a. Conducting and Implementing operational and security baselines

b. Performing operations tuning

c. Maintaining and updating standards for product lines

d. Logging tickets with Vendors

e. Configuring software and maintaining Configuration Requirements

f. Implementing fixes to test and production versions

CTS-STO-29 The Vendor shall be responsible for all batch job activities, including:

a. Running and monitoring scheduled and manual batch jobs in all environments

b. Triaging and resolving errors as applicable and re-run jobs

c. Following up on batch job failures with WAHBE; logging defects and prioritizing fixes

with WAHBE; coordinating with WAHBE if defects need WAHBE/business partners

to fix

d. Identifying and Implementing performance-tuning opportunities in batch jobs

e. Updating batch documentation in the documentation repository, as applicable

f. Reviewing batch business errors and exception records provided

g. Coordinating changes to the batch schedule

h. Enabling/disabling the auto-batch scheduler with WAHBE

i. Performing HPF administration

CTS-STO-30 The Vendor shall develop and deliver a Quarterly Quality Report (DEL-STO-10) with mutually

agreed-upon details, including:

a. Initiatives for code quality

b. Data integrity

c. Deliverable quality

d. Recommendations for continuous improvement and automation opportunities for

M&O and enhancement activities

e. Metrics related to decommissioning of unused code, using tools to assess and

identify unused objects for every release and quantifying technical debt, manually

assessing unused functionality in the code and ensuring that the Defect results in a

new user story for future remediation, and transitioning monolithic code to modular

services

f. Transaction performance improvement opportunities

g. Outage duration reduction

RFP HBE 19-005 System Integrator Services for WAHBE Page 44

Req. ID Requirement Description

h. Implementation optimization, including reduction in Implementation time

i. Technical Debt backlog with WAHBE Architecture guidance

j. Percentage of automated testing performed

k. Compliance with all performance standards

l. Other process improvements

CTS-STO-31 Biannually, the Vendor shall propose possible HPF changes and strategies to improve the

HPF to more effectively meet WAHBE’s customer needs, including:

a. Reducing HPF planned and unplanned outages and downtime

b. Increasing HPF performance

c. Reducing M&O time and effort

d. Improving security and data integrity

The Vendor shall provide this information in the Quarterly Quality Report [see CTS-STO-30].

CTS-STO-32 The Vendor shall be responsible for creating, updating, and maintaining operational reports

that include, but are not limited to, the following deliverables:

a. Daily Production Activities Report (DEL-STO-04)

b. Batch Completion Report (DEL-STO-05)

c. System Health Dashboard (DEL-STO-07)

d. Safeguard Report (DEL-COM-03)

e. Monthly Mobile Metrics Reports (DEL-STO-03)

f. Other M&O reports as mutually agreed upon with WAHBE (DEL-STO-11)

CTS-STO-33 The Vendor shall manage and periodically update partner certificates.

CTS-STO-34 The Vendor shall participate in infrastructure meetings, including:

a. Infrastructure Production Control Meeting (MET-STO-01)

b. Infrastructure Change Control Meeting (MET-STO-02)

Service Domain 8: Business Operations

CTS-BSO-01 The Vendor shall monitor, identify, and respond to HPF issues or defects that require data

fixes. The Vendor’s Proposal shall include identification of impacted populations and

potential data fix solutions or mitigation strategies. The Vendor shall design, develop, and

test potential data fix solutions and Implement into production upon approval from WAHBE.

CTS-BSO-02 The Vendor shall monitor and coordinate with interfacing partners (e.g., CMS, IRS, HCA, and

DSHS) regarding partner system changes and implementations.

CTS-BSO-03 The Vendor shall continuously provide ideas and emerging best practices for functional

enhancements.

CTS-BSO-04 The Vendor shall provide Open Enrollment support at WAHBE’s office at 810 Jefferson

Street SE in Olympia, Washington. Support shall include, but not be limited to, increased on-

site presence, conducting HPF health checks, and pre-Open Enrollment comprehensive

smoke testing. Health checks shall include, but not be limited to:

a. Web and Mobile Application Login

b. Health Care Provider Search

c. HPF Web Service Application

RFP HBE 19-005 System Integrator Services for WAHBE Page 45

Req. ID Requirement Description

d. Oracle Enterprise Service Bus (ESB)-SOA Web Services

e. Oracle ESB-Oracle Service Bus Web Services

f. Oracle Policy Automation Web Services

g. Image Now URL

h. LiveCycle Administration URL

i. Cognos Reports URL

j. Google Analytics

k. Mock Services

l. Data Streaming Results

m. Oracle Business Activity Monitoring Admin URL

n. FTP Services

CTS-BSO-05 The Vendor shall perform up to two (2) site visits to WAHBE’s Spokane, Washington Call

Center annually, at WAHBE’s request. Vendor Staff performing the site visits may include

functional, technical, and/or Agile Staff. The site visit may be related to open enrollment, HPF

releases, or general support, and it may include deployment of Vendor Staff to conduct

analysis on HPF performance and the use of the HPF by Call Center Staff.

CTS-BSO-06 The Vendor shall develop and maintain an Open Enrollment Playbook (DEL-BSO-01) and be

responsible for Open Enrollment readiness items as they pertain to HPF, including:

a. Data updates (e.g., Federal Poverty Level tables, Failure to Reconcile flag, Second

Lowest Cost Silver Plans)

b. HPF Configurations (e.g., Open Enrollment, Failure to Reconcile flag, Pay Now, and

Lead Generation)

c. Running Failure to Reconcile queries

CTS-BSO-07 The Vendor shall facilitate Trial Eligibility processes and batch testing, including:

a. Testing in the stress environment

b. Scheduling development starting two (2) months prior to the batch run

c. Loading batch inputs in the stress environment

d. Performing an end-to-end functional and system performance test for HPF

e. Upon results from the functional and performance test, recommending a potential

Trial Eligibility schedule to WAHBE

f. Performing statistics analysis and publishing report

g. Referencing the Open Enrollment Playbook for detailed activities and making

necessary updates

CTS-BSO-08 The Vendor shall facilitate 1095 batch testing, including:

a. Testing in the stress environment

b. Scheduling development starting six (6) months prior to the batch run

c. Loading batch inputs in the stress environment

d. Performing an end-to-end performance test

e. Upon results from the performance test, recommending a potential 1095 schedule to

WAHBE

RFP HBE 19-005 System Integrator Services for WAHBE Page 46

Req. ID Requirement Description

f. Referencing the Open Enrollment Playbook for detailed activities and making

necessary updates

CTS-BSO-09 The Vendor shall lead six (6) rounds of end-to-end testing with WAHBE in a lower

environment annually to allow WAHBE to review outputs and prioritize corrections two (2)

months ahead of the 1095 run in the production environment.

CTS-BSO-10 The Vendor shall perform Plan Management activities, including:

a. Verifying HPF Configuration of all plans

b. Verifying and testing plan mapping file

c. Loading and testing plan and network data to ensure in sync between HPF and

external systems (e.g., consumer decision support tool vendor and provider directory

vendor)

CTS-BSO-11 The Vendor shall support WAHBE in performing periodic HPF cleanup activities.

CTS-BSO-12 The Vendor shall support WAHBE in maintaining and configuring Jira for all design,

development, and testing activities.

CTS-BSO-13 The Vendor shall provide periodic audit and reporting for the population denied subsidies due

to failure to reconcile taxes or tax subsidies, including:

a. Providing impacted population reports

b. Testing in the stress environment

c. Scheduling development starting four (4) months prior to the audit

d. Recommending a potential schedule to WAHBE

e. Referencing the Open Enrollment Playbook for detailed activities and making

necessary updates

CTS-BSO-14 The Vendor shall participate in Open Enrollment meetings, including:

a. Open Enrollment Kickoff (MET-BSO-01)

b. Open Enrollment Weekly Meetings (MET-BSO-02)

c. Open Enrollment Go-Live (MET-BSO-03)

d. Special Projects Data Fix Implementation Meetings (MET-BSO-04)

e. Trial Eligibility Meetings (MET-BSO-05)

f. 1095 Weekly Meetings (MET-BSO-06)

3.6 Service Area 3: M&O Agile Services

Service Area 3: M&O Agile Services represents Vendor responsibilities to be performed by an M&O

Agile Services team, supported by a Shared Agile Services team. Detailed Staffing Requirements for

this team are included in Section 3.12.3: Staff Roles for Service Teams.

Detailed Requirements for fulfilling the Service Area 3: M&O Agile Services SOW are included in

Table 3.4.

RFP HBE 19-005 System Integrator Services for WAHBE Page 47

Table 3.4: Detailed Requirements for Service Area 3: M&O Agile Services

Req. ID Requirement Description

Service Domain 9 : M&O Agile

MOA-MAG-01 The Vendor shall provide resources to Staff one (1) dedicated M&O Agile scrum team as

detailed in the current Attachment 3 – Secure Software Development Life Cycle.

MOA-MAG-02 The Vendor shall participate in M&O Agile scrum team meetings, as listed in Table 3.8 in

Section 3.10.

MOA-MAG-03 The Vendor shall triage all issues assigned by WAHBE to the Vendor and identify potential

mitigations and impacted population.

MOA-MAG-04 The Vendor shall participate in the prioritization of M&O defect fixes included in each sprint.

MOA-MAG-05 The Vendor shall develop defect fixes and enhancements that are prioritized for the M&O Agile

scrum team(s) as detailed in Attachment 3 – Secure Software Development Life Cycle,

including:

a. Estimating defect fix scope

b. Participating in sprint planning and pulling from the sprint backlog

b. Identifying the root cause analysis and the solution

c. Conducting root-cause analysis and solution walkthroughs for defects

d. Developing code fixes

e. Participating in the code review process

f. Performing unit testing

g. Resolving issues identified during testing

h. Completing required Agile documentation as outlined in WAHBE’s sSDLC

MOA-MAG-06 The Vendor shall collaborate with the WAHBE team to conduct Agile testing activities for defect

fixes based on the processes and methods outlined in Attachment 3 – Secure Software

Development Life Cycle. This includes, but is not limited to:

a. Creating, reviewing, and refining test scripts

b. Creating and reviewing the testing-related backlog of user stories

c. Decomposing the testing-related backlog

d. Executing test scripts

e. Continuously reducing the number of defects and testing duration

MOA-MAG-07 The Vendor shall collaborate with WAHBE to perform automated testing services for defect

fixes, including:

a. Creating, reviewing, and refining automated test scripts (DEL-TST-02)

b. Executing automated test scripts

c. Continuously increasing the percentage of automated testing and reporting on it in the

Quarterly Quality Report [see CTS-STO-30]

d. Continuously increasing the amount of automated regression testing coverage

e. Continuously reducing the number of defects and testing duration

f. Coordinate and complete regression test script review sessions with WAHBE Subject

Matter Experts (SMEs) at least quarterly

RFP HBE 19-005 System Integrator Services for WAHBE Page 48

Req. ID Requirement Description

Service Domain 9 : M&O Agile

g. Develop and maintain a detailed regression test coverage plan as part of the Test Plan

that WAHBE will review and accept; the Vendor will update and submit the plan to

WAHBE for approval after each quarterly update

MOA-MAG-08 The Vendor shall perform Code Hardening, including:

a. Regression testing

b. Performance testing

c. Security testing

d. Production data testing

e. Batch testing

f. Day 0 testing

g. Data integrity and anomaly checker

h. Environment readiness testing

i. Configuration testing

MOA-MAG-09 The Vendor shall collaborate with WAHBE Staff to conduct automated and manual testing

activities for defect fixes, including:

a. Assessing readiness and identifying and correcting deficiencies in test environments

b. Testing within Agile teams during each sprint, including test case definition based on

user story Acceptance criteria

c. Meeting the Agile “Definition of Done” by completing testing of sprint user stories

d. Performing integration testing with State and federal agency partners and enterprise

software Vendors

e. Performing pre-release smoke, end-to-end regression, and integration testing

f. Performing post-release smoke testing and validation

g. Running automated smoke test scripts

h. Reporting issues encountered with smoke tests

i. Maintaining smoke automation scripts for WAHBE applications

MOA-MAG-10 The Vendor shall perform automated and manual regression testing activities for defect fixes,

including:

a. Performing regression testing as part of the Agile scrum teams

b. Maintaining regression test artifacts (automated scripts, test cases, test plans and

other associated documents) in a shared location accessible to WAHBE

c. Continuously updating existing manual and automated regression tests, as well as new

tests creation, with metrics to capture automation test coverage

MOA-MAG-11 The Vendor shall triage and analyze code Defects, including:

a. Understanding the code Defect causing the problem

b. Documenting the cause of the Defect and proposed code solution

c. Conducting an impact threat assessment to identify the existing and potential

populations impacted by a code Defect, if applicable

d. Identifying and recommending mitigation strategies, including interim fixes and

proactive reporting/outreach

RFP HBE 19-005 System Integrator Services for WAHBE Page 49

Req. ID Requirement Description

Service Domain 9 : M&O Agile

e. Presenting findings to WAHBE for approval

f. Proceeding with the Defect fix

MOA-MAG-12 The Vendor shall participate in creating, updating, and maintaining sprint deliverables (DEL-

MAG-01), including:

a. Defect Root Cause Analysis and Solution Details

b. Team Roadmap

c. Team Backlog

d. Sprint Backlog

e. Sprint Retrospective Log

f. Sprint Summary

g. Sprint Reports (includes Velocity Chart, Testing and Defect Reports, Burn Charts)

MOA-MAG-13 The Vendor shall update HPF documentation (DEL-MAG-02)—and must receive WAHBE

approval of the documentation—during or after each sprint, including:

a. HPF Design Document

b. Technical Design Document

c. Interface Control Document

d. HPF Architecture Diagrams

3.7 Service Area 4: DDI Agile Services

Service Area 4: DDI Agile Services represents Vendor responsibilities to be performed by two (2) DDI

Agile Services teams, supported by a Shared Agile Services team. Detailed Staffing Requirements for

these teams are included in Section 3.12.3: Staff Roles for Service Teams.

Detailed Requirements for fulfilling the Service Area 4: DDI Agile Services SOW are included in Table

3.5.

Table 3.5: Detailed Requirements for Service Area 4: DDI Agile Services

Req. ID Requirement Description

Service Domain 10: DDI Agile

DDI-DAG-01 The Vendor shall provide resources to Staff a minimum of two (2) dedicated DDI Agile scrum

teams as detailed in Attachment 3 – Secure Software Development Life Cycle.

WAHBE reserves the right to adjust (increase or decrease) the number of DDI Agile scrum

teams by providing notification to the Vendor ninety (90) calendar days prior to the effective

date for the change or as mutually agreed. For example, if the legislature passes legislation

requiring modifications to HPF, WAHBE would typically receive additional funding to add a

DDI scrum team for the number of sprints necessary to deliver the system changes.

DDI-DAG-02 The Vendor shall participate in DDI Agile scrum team meetings, as listed in Table 3.8 in

Section 3.10 of the RFP.

RFP HBE 19-005 System Integrator Services for WAHBE Page 50

Req. ID Requirement Description

DDI-DAG-03 The Vendor shall participate in the Change Order process for HPF changes and shall provide

administrative functionality on Jira (WAHBE’s change request management system) or

equivalent tools, as communicated by WAHBE.

DDI-DAG-04 The Vendor shall participate in the prioritization of enhancements.

DDI-DAG-05 The Vendor shall perform activities for each sprint in accordance with the processes and

methods outlined in Attachment 3 – Secure Software Development Life Cycle. In alignment

with Agile scrum team roles, this includes, but is not limited to:

a. Creating and refining Epics and Acceptance Criteria

b. Creating and refining User Stories and Acceptance Criteria

c. Creating development and testing tasks

d. Creating and maintaining team and sprint backlogs, including leading Team and

Sprint Backlog Refinement meetings

e. Providing story sizing for backlog items and associated estimated level of effort

f. Providing functional and technical subject matter expertise on HPF

g. Performing impact assessments, using WAHBE’s sSDLC and compliance standards

in order to assess, maintain, and improve the software product quality during sprints

DDI-DAG-06 The Vendor shall develop enhancements that are prioritized for the DDI Agile scrum team(s)

as detailed in Attachment 3 – Secure Software Development Life Cycle, including:

a. Participating in sprint planning

b. Committing to a jointly approved sprint backlog

c. Developing code enhancements for HPF, including correspondence changes

(changes to existing eXtensible Markup Language (XML) structure or creation of new

XML; see Attachment 10 – Correspondence Roles and Responsibilities for the current

delineation of responsibilities between WAHBE and the Incumbent)

d. Participating in the code review process

e. Performing unit testing

f. Resolving issues identified during testing

g. Completing required Agile documentation as outlined in the sSDLC

DDI-DAG-07 The Vendor shall collaborate with WAHBE to conduct Agile testing activities for

enhancements based on the processes and methods outlined in Attachment 3 – Secure

Software Development Life Cycle. Vendor responsibilities include, but are not limited to:

a. Creating, reviewing, and refining test scripts

b. Creating and reviewing the testing-related backlog of user stories

c. Decomposing the testing-related backlog

d. Executing test scripts

e. Continuously reducing the number of defects and testing duration

DDI-DAG-08 The Vendor shall collaborate with WAHBE to perform automated testing services for

enhancements, including:

a. Creating, reviewing, and refining automated test scripts

b. Executing automated test scripts

RFP HBE 19-005 System Integrator Services for WAHBE Page 51

Req. ID Requirement Description

c. Continuously increasing the percentage of automated testing and reporting on it in the

Quarterly Quality Report [see CTS-STO-30]

d. Continuously increasing the amount of automated regression testing coverage

e. Continuously reducing the number of defects and testing duration

f. Coordinate and complete regression test script review sessions with WAHBE SMEs

at least quarterly

g. Develop and maintain a detail regression test coverage plan as part of the Test Plan

that WAHBE will review and accept; the Vendor will update and submit the plan to

WAHBE for approval after each quarterly update

DDI-DAG-09 The Vendor shall perform Code Hardening, including:

a. Regression testing

b. Performance testing

c. Security testing

d. Production data testing

e. Batch testing

f. Day 0 testing

g. Data integrity and anomaly checker

h. Environment readiness testing

i. Configuration testing

DDI-DAG-10 The Vendor shall collaborate with WAHBE Staff to conduct automated and manual testing

activities for enhancements, including:

a. Assessing readiness and identifying and correcting deficiencies in Test environments

b. Testing within Agile teams during each sprint, including test case definition based on

user story Acceptance criteria

c. Meeting the Agile “Definition of Done” by completing testing of sprint user stories

d. Performing integration testing with State and federal agency partners and enterprise

software vendors

e. Performing pre-release smoke, end-to-end regression, and integration testing

f. Performing post-release smoke testing and validation

g. Running automated smoke test scripts

h. Reporting issues encountered with smoke tests

i. Maintaining smoke automation scripts for WAHBE applications

DDI-DAG-11 The Vendor shall perform automated and manual regression testing activities for

enhancements, including:

a. Performing regression testing as part of the Agile scrum teams

b. Maintaining regression test artifacts (automated scripts, test cases, test plans and

other associated documents) in a shared location accessible to WAHBE

c. Continually updating existing manual and automated regression tests, as well a new

tests creation, with metrics to capture automation test coverage

DDI-DAG-12 The Vendor shall prepare for and lead meetings to demonstrate functionality that was

completed for the current sprint.

RFP HBE 19-005 System Integrator Services for WAHBE Page 52

Req. ID Requirement Description

DDI-DAG-13 The Vendor’s sprint teams shall meet with WAHBE to continuously improve the sprint process

for more effective discussions and greater efficiency upon conclusion of each sprint.

DDI-DAG-14 The Vendor shall participate in the creation, updating, and maintenance of sprint deliverables

(DEL-DDI-01), including:

a. Change Request Risk, Impact, and Dependency Log

b. Product Roadmap

c. Team Roadmap

d. Team Backlog

e. Sprint Backlog

f. Sprint Retrospective Log

g. Sprint Summary

h. Sprint Reports (includes Velocity Chart, Testing and Defect Reports, Burn Charts)

i. Program-Level Retrospectives

DDI-DAG-15 The Vendor shall update HPF documentation (DEL-DDI-02)—and receive WAHBE

Acceptance of the documentation—during or after each sprint, including:

a. HPF Design Document

b. Technical Design Document

c. Interface Control Document

d. HPF Architecture Diagrams

e. Responsive Web and Mobile App User Interface Toolkits

3.8 Service Area 5: Vendor and Project Management Services

Service Area 5: Vendor and Project Management Services represents Vendor responsibilities to be

performed by the Vendor engagement lead (also commonly referred to as an account manager) and

PMO team. Detailed Staffing Requirements for this team are included in Section 3.12.3: Staff Roles

for Service Teams.

Detailed Requirements for fulfilling the Service Area 5: Vendor and Project Management Services

SOW are included in Table 3.6.

Table 3.6: Detailed Requirements for Service Area 5: Vendor and Project Management Services

Req. ID Requirement Description

Service Domain 11: Vendor and Project Management

PMO-VPM-01 The Vendor shall manage all Vendor resources across all Vendor teams, optimize resources,

and maintain a project schedule and resource allocation plan.

PMO-VPM-02 The Vendor shall develop and maintain a Staffing Plan (DEL-VPM-05), including:

a. Job descriptions

b. Staff onboarding and ongoing training

c. Staff recruitment, retention, and replacement plan

RFP HBE 19-005 System Integrator Services for WAHBE Page 53

Req. ID Requirement Description

Service Domain 11: Vendor and Project Management

PMO-VPM-03 The Vendor shall complete Staff onboarding and off-boarding activities, in accordance with

WAHBE’s policies and procedures, including:

a. Notification of onboarding and off-boarding

b. Adhering to badging and security practices

c. Performing background checks

d. Participating in annual security awareness and advanced security training

e. Providing access to Vendor tools and training to perform job functions

PMO-VPM-04 The Vendor shall develop all Deliverables in this SOW in accordance with these

Requirements and the Contract, at a minimum:

a. Provide a Deliverable Expectations Document (DED) for each deliverable marked as

“new” in Table 3.9 of Section 3.11: Summary of Vendor Deliverables of the RFP,

describing the proposed deliverable format and content (at a minimum, including

without limitation Acceptance Criteria)

b. Submit deliverables in the format and with the content as outlined in the appropriate

DED and within the timeframe agreed upon in advance with WAHBE

c. Proof and perform quality review of all deliverables prior to submission to WAHBE for

their review. Deliverables that do not meet this Requirement will be rejected and

returned to the Vendor for correction

d. Submit deliverables in the agreed-upon electronic format (e.g., Microsoft Word,

Project, Excel) to the WAHBE Contract Manager, as appropriate

e. Accept notice of Acceptance or rejection of the deliverable from WAHBE

f. Correct identified deliverable deficiencies or non-conformities and resubmit

deliverable to WAHBE for Acceptance within the agreed-upon number of business

days for that deliverable in the DED or as otherwise described in Section 25 of

Attachment 1 – Sample Contract (Acceptance Process for Deliverables).

g. Use WAHBE’s SharePoint Deliverable repository or another WAHBE-approved

repository.

h. Provide confirmation for each Deliverable and submit to WAHBE each Deliverable as

described in the DED and as otherwise described in the Section 25 of Attachment 1 –

Sample Contract (Acceptance Process for Deliverables).

PMO-VPM-05 The Vendor shall ensure that required Staff attend all meetings in person or remotely, as

agreed upon in advance with WAHBE. A list of the minimum meetings the Vendor shall lead

or participate in is provided in Table 3.8 in Section 3.10.

PMO-VPM-06 The Vendor shall perform the following tasks, as requested by WAHBE, for meetings the

Vendor is required to lead:

a. Prepare and provide agendas to WAHBE a minimum of twenty-four (24) hours in

advance of the meeting

b. Prepare and provide other supporting meeting materials to WAHBE a minimum of

twenty-four (24) hours in advance of the meeting

c. Facilitate the meeting

d. Take and send meeting notes to attendees within twenty-four (24) hours after the

meeting

RFP HBE 19-005 System Integrator Services for WAHBE Page 54

Req. ID Requirement Description

Service Domain 11: Vendor and Project Management

e. Document and track action items

PMO-VPM-07 The Vendor shall provide a weekly thirty (30) minute update to the WAHBE CEO, Chief

Operating Officer, Chief Information Officer, and other executive team members as requested

(MET-VPM-02).

PMO-VPM-08 The Vendor shall deliver a Weekly Status Report (DEL-VPM-01) using the agreed-upon

format and content and present it—in person—during the weekly WAHBE/Vendor Joint Status

Meeting (MET-VPM-01). The presentation shall include, but not be limited to, Performance

Standards, risks, or areas of improvement.

See Attachment 11 – Example Weekly Status Report.

PMO-VPM-09 The Vendor shall complete a Monthly SI Report (DEL-VPM-02), inclusive of a report on

Monthly compliance with Performance Standards. See Attachment 12 – Example Monthly SI

Report.

PMO-VPM-10 The Vendor shall develop and maintain a WAHBE-approved internal Communication Plan

(DEL-VPM-04), including crisis, Security Incident, and outage communications.

PMO-VPM-11 The Vendor shall develop, perform, and report results of an Annual Client Survey (DEL-VPM-

03).

PMO-VPM-12 The Vendor shall support WAHBE’s IV&V efforts by providing project documentation/artifacts

and participating in scheduled IV&V interviews and meetings (MET-VPM-03) as requested.

PMO-VPM-13 The Vendor shall provide WAHBE with any information necessary to comply with any federal,

State, or public release requests for information, including, furnishing information for Freedom

of Information Act (FOIA) requests and Advanced Planning Documents. The Vendor shall

provide the requested information within ten (10) business days and may request additional

time by providing justification and receiving WAHBE’s approval.

PMO-VPM-14 The Vendor shall coordinate with other enterprise software vendor PMO teams (e.g., Get

Insured, Better Doctor, Portland Web Works, others) upon WAHBE's request and provide

coordination for projects involving HPF integration.

PMO-VPM-15 The Vendor shall use all the tools provided in Attachment 13 – Project Tools List, unless it

proposes an alternative product with equivalent functionality that is accepted by WAHBE. The

Vendor shall procure any approved alternate products at the Vendor’s expense.

PMO-VPM-16 The Vendor shall meet all of the Performance Standards outlined in Section 3.13 of this RFP.

3.9 Service Area 6: Transition Services

Service Area 6: Transition Services represents Vendor responsibilities to be performed by Vendor-

designated transition leads and facilitated by WAHBE. Services for the transition-in period shall begin

on the Contract Effective Date and must be completed by July 1, 2020. Transition-out activities shall

occur at the conclusion of the Contract, unless otherwise agreed to by WAHBE in writing.

WAHBE has not defined Staffing roles for these services in Section 3.12.3: Staff Roles for Service

Teams. As part of its Proposal, the Vendor shall provide its proposed Staffing approach—including

Key Staff—for transition services.

RFP HBE 19-005 System Integrator Services for WAHBE Page 55

Service Area 6: Transition Services consists of Requirements that address the following service

domains:

• Transition-In

• Transition-Out

Detailed Requirements for fulfilling the Service Area 6: Transition Services SOW are included in Table

3.7.

Table 3.7: Detailed Requirements for Service Area 6: Transition Services1

Req. ID Requirement Description

Service Domain 12: Transition-In

TIS-TRI-01 The Vendor shall establish a PMO team based within Thurston County, Washington, within

seven (7) calendar days from the Contract Effective Date, and coordinate with WAHBE to define

all activities through the first ninety (90) calendar days after the Contract Effective Date.

TIS-TRI-02 The Vendor shall provide Staff to attend and participate in all transition-out activities led by the

Incumbent. Activities will include, but not be limited to, co-Staffed scrum activities, infrastructure

walkthroughs, detailed code reviews, quality assurance practices review, and architecture

reviews.

TIS-TRI-03 At the end of the transition-in period, the Vendor must have assumed all M&O and DDI activities

without a noticeable quality decrease for WAHBE as defined in the WAHBE- approved

Transition-In Project Work Plan (DEL-TRI-01). To achieve this successful transition, the Vendor

shall articulate specific activities it will conduct, and dependencies with WAHBE Staff and

Incumbent Staff. If there are services the Vendor does not believe can be supported as soon as

July 1, 2020, the Vendor must identify them and propose an alternate approach.

TIS-TRI-04 The Vendor shall submit a detailed Transition-In Project Work Plan (DEL-TRI-01) for WAHBE’s

approval within fifteen (15) calendar days from Contract Effective Date, which includes, but is

not limited to:

a. Establishing the Vendor's PMO

b. Establishing facilities and appropriate infrastructure

c. Onboarding of Key Staff

d. Beginning the scheduled onboarding and/or transfer of technical resources

e. Completing knowledge acquisition from the incumbent Vendor

f. Demonstrating the Vendor's ability to perform all operational activities in a controlled

environment

g. Providing all agreed-upon transition-in deliverables

TIS-TRI-05 The Vendor shall effectively leverage the incumbent Vendor’s Transition-Out Plan (Attachment

14 – Incumbent Vendor Transition-Out Plan) in the Transition-In Project Work Plan. The Vendor

shall have a detailed plan to organize, create, capture, track, and distribute knowledge to ensure

availability to its Staff throughout the term of the Contract.

1 WAHBE has not proposed a model for how the Vendor will Staff services within the Transition-In and Transition-Out service domains. WAHBE seeks Vendors’ proposed approaches to supporting transition services.

RFP HBE 19-005 System Integrator Services for WAHBE Page 56

Req. ID Requirement Description

TIS-TRI-06 The Vendor shall perform and complete all activities per the deadlines in the WAHBE-approved

Transition-In Project Work Plan (DEL-TRI-01), including any additional activities needed to

satisfy Readiness Assessment Plan (DEL-TRI-03) Requirements.

TIS-TRI-07 The Vendor shall provide progress against the WAHBE-approved Transition-In Project Work

Plan (DEL-TRI-01) for each task through written status reports and at progress meetings with

WAHBE on a mutually agreed-upon schedule.

TIS-TRI-08 The Vendor shall participate in development-related knowledge transfer activities with WAHBE

and/or the Incumbent, including:

a. Obtaining access to code streams and all development tools and artifacts

b. Participating in code walkthrough sessions for each core area of the HPF, structured in

the form of targeted training sessions, with a minimum frequency of twenty (20) two- (2-)

hour sessions

c. Co-Staffing the M&O Agile scrum team for a sprint, including pairing existing project

developers with developers from WAHBE and/or the incumbent Vendor, jointly

delivering development tasks, providing code reviews, unit testing for first sprint outputs,

and providing root-cause analysis support

d. Performing job shadowing and over-the-shoulder reviews

e. Participating in procedural review of processes necessary for day-to-day activities

TIS-TRI-09 The Vendor shall participate in testing-related knowledge transfer activities with WAHBE and/or

the incumbent Vendor, including:

a. Obtaining access to all mock services and testing support tools

b. Participating in a walkthrough of the end-to-end testing process and associated

documentation

c. Co-Staffing the M&O Agile scrum team for a sprint, including pairing existing project

testers with testers from WAHBE and/or the incumbent Vendor and jointly delivering

testing tasks

TIS-TRI-10 The Vendor shall provide Agile support to WAHBE and/the incumbent Vendor, including:

a. Participating in a walkthrough of all code branching and merging activities

b. Co-Staffing code branching and merging activities

TIS-TRI-11 The Vendor shall participate in SQL-related knowledge transfer activities with WAHBE and/or

the incumbent Vendor, including:

a. Participating in a data model review and detailed walkthrough

b. Obtaining access to—and transitioning—all SQL scripts written to date

c. Participating in training on the SQL script process

TIS-TRI-12 The Vendor shall participate in data-related knowledge transfer activities with WAHBE and/or

the incumbent Vendor by co-Staffing data restore and archiving activities.

TIS-TRI-13 The Vendor shall participate in batch-related knowledge transfer activities with WAHBE and/or

the incumbent Vendor, including:

a. Participating in a walkthrough of all batches run during the previous three hundred sixty-

five (365) calendar days

b. Obtaining access to the batch scheduler

RFP HBE 19-005 System Integrator Services for WAHBE Page 57

Req. ID Requirement Description

c. Participating in an end-to-end review of batches, monitoring tools, and the root-cause

analysis process for any failures

d. Co-Staffing batch operations for one (1) month

TIS-TRI-14 The Vendor shall participate in OS-up managed services knowledge transfer activities with

WAHBE and/or the incumbent Vendor, including:

a. Participating in a review of all enterprise software design and Configuration

b. Participating in a review of all enterprise software versions and patching levels

c. Participating in a walkthrough of monitoring tools and processes

TIS-TRI-15 The Vendor shall participate in security-related knowledge transfer activities with WAHBE

and/or the incumbent Vendor, including:

a. Participating in a walkthrough of all known HPF vulnerabilities

b. Participating in a walkthrough of all scanning processes

c. Participating in a walkthrough of all security processes

TIS-TRI-16 The Vendor shall participate in business operations knowledge transfer activities with WAHBE

and/or the incumbent Vendor.

TIS-TRI-17 The Vendor shall participate in HPF operations knowledge transfer activities with WAHBE

and/or the incumbent Vendor.

TIS-TRI-18 The Vendor shall be responsible for creating, updating, and maintaining plans and reports that

include, but are not limited to, the following transition-in deliverables:

a. Transition-In Project Work Plan (DEL-TRI-01)

b. Transition-In Weekly Status Report (DEL-TRI-02)

c. Readiness Assessment Plan (DEL-TRI-03)

d. Readiness Assessment Results Report (DEL-TRI-04)

e. Facilities Plan (DEL-TRI-05)

TIS-TRI-19 The Vendor shall assume responsibility for all open HPF-reported Change Requests that have

been logged into all WAHBE-approved ticketing systems as of a mutually agreed-upon date

during the transition period or July 1, 2019, whichever comes first. See Attachment 15 – Sample

Defects, for a sample list of outstanding tickets.

TIS-TRI-20 The Vendor shall lead Transition-In Meetings, including:

a. Project Kickoff Meeting (MET-TRI-01)

b. Transition-In Status Meeting (MET-TRI-02)

c. Readiness Assessment Meeting (MET-TRI-03)

d. Transition-In Workgroup Meetings (for Key Transition Areas) (MET-TRI-04)

Service Domain 13: Transition-Out

TOS-TRO-01 The Vendor shall begin planning efforts for transition-out efforts six (6) months prior to the end

of the Contract term. Transition-out activities will begin three (3) months prior to the end of the

Contract term, or within three (3) months of WAHBE’s notice of Contract termination.

In accordance with Section 13.2 of the Sample Contract, Staff commitments made in the

Proposal shall not be changed without the prior written approval of WAHBE (except in the case

of legally required leave of absence, sickness, death, or termination of employment). Staffing

includes the named Key Staff and other resources at the levels of effort proposed. Contractor

RFP HBE 19-005 System Integrator Services for WAHBE Page 58

Req. ID Requirement Description

must receive WAHBE’s approval in advance, in writing, for any permanent or temporary

changes to or deletions to Key Staff.

TOS-TRO-02 The Vendor shall develop a WAHBE-approved, comprehensive Transition-Out Project Work

Plan (DEL-TRO-01) detailing the proposed schedule, milestones, tasks and task owners, and

resource Requirements for all M&O, DDI, and PMO services. The Vendor shall lead execution

of the tasks, collaborating with WAHBE and/or WAHBE’s designee as required to ensure a

successful transition, including all required transition-out walkthroughs for various services

(MET-TRO-01).

TOS-TRO-03 The Vendor shall provide a list of clearly defined deliverables, as well as the latest version of all

deliverables, to WAHBE and/or WAHBE’s designee.

TOS-TRO-04 The Vendor shall lead a Technical Design Document walkthrough and question-and-answer

session with WAHBE and/or WAHBE’s designee.

TOS-TRO-05 The Vendor shall provide business-operations related knowledge transfer activities with WAHBE

and/or WAHBE’s designee, including:

a. Providing copies of all playbooks and procedures

b. Providing walkthroughs of the end-to-end processes and associated documentation,

including trial eligibility, data integrity checker, and 1095 processes

c. Providing end-to-end walkthrough of data fix processes, including prioritization and

change management

TOS-TRO-06 The Vendor shall perform development-related knowledge transfer activities with WAHBE

and/or WAHBE’s designee, including:

a. Providing access to code streams and all development tools and artifacts

b. Providing code walkthrough sessions for each core area of the HPF, structured in the

form of targeted training sessions, with a minimum frequency of twenty (20) two- (2-)

hour sessions

c. Co-Staffing the M&O Agile scrum team for a sprint, including pairing existing project

developers with developers from WAHBE and/or the WAHBE-approved successor,

jointly delivering development tasks, providing code reviews, unit testing for first sprint

outputs, and providing root cause analysis support

d. Providing job shadowing and over-the-shoulder reviews

e. Providing procedural review of processes necessary for day-to-day activities

TOS-TRO-07 The Vendor shall perform testing-related knowledge transfer activities with WAHBE and/or

WAHBE’s designee, including:

a. Providing access to all mock services and testing support tools

b. Providing a walkthrough of the end-to-end testing process and associated

documentation

c. Co-Staffing the M&O Agile scrum team for a sprint, including pairing existing project

testers with testers from WAHBE and/or WAHBE’s designee and jointly delivering

testing tasks

TOS-TRO-08 The Vendor shall provide Agile knowledge transfer to WAHBE and/or WAHBE’s designee,

including:

a. Providing a walkthrough of all code branching and merging activities

RFP HBE 19-005 System Integrator Services for WAHBE Page 59

Req. ID Requirement Description

b. Co-Staffing code branching and merging activities

TOS-TRO-09 The Vendor shall perform SQL-related knowledge transfer activities with WAHBE and/or

WAHBE’s designee, including:

a. Providing a data model review and detailed walkthrough

b. Providing access to—and transitioning—all SQL scripts written to date

c. Providing training on the SQL script process

TOS-TRO-10 The Vendor shall perform data-related knowledge transfer activities with WAHBE and/or

WAHBE’s designee by co-Staffing data restore and archiving activities.

TOS-TRO-11 The Vendor shall perform batch-related knowledge transfer activities with WAHBE and/or

WAHBE’s designee, including:

a. Providing a walkthrough of all batches run during the previous three hundred sixty-five

(365) calendar days

b. Providing access to the batch scheduler

c. Providing an end-to-end review of batches, monitoring tools, and the root cause

analysis process for any failures

d. Co-Staffing batch operations for one (1) month

TOS-TRO-12 The Vendor shall perform OS-up managed services knowledge transfer activities with WAHBE

and/or WAHBE’s designee, including:

a. Leading a review of all enterprise software design and Configuration

b. Leading a review of all enterprise software versions and patching levels

c. Providing a walkthrough of monitoring tools and processes

TOS-TRO-13 The Vendor shall perform security-related knowledge transfer activities with WAHBE and/or

WAHBE’s designee, including:

a. Providing a walkthrough of all known HPF vulnerabilities

b. Providing a walkthrough of all scanning processes

c. Providing a walkthrough of all security processes

TOS-TRO-14 The Vendor shall not restrict or prevent its Staff from accepting positions from WAHBE and/or

WAHBE’s designee. WAHBE shall work with the Vendor for any transition of the Vendor’s Staff.

TOS-TRO-15 The Vendor shall perform other transition-out services as required to ensure a successful

transition, including:

a. Onboarding the Vendor’s transition-out Staff

b. Implementing a quality assurance process to monitor transition-out activities

c. Responding within WAHBE-approved timeframes to all WAHBE requests regarding

transition-out information

d. Providing additional training for WAHBE Staff and/or WAHBE’s designee on the delivery

of services

e. Transferring information on all software tools currently in use

f. Documenting operational information for the HPF Suite of Applications

g. Training WAHBE and/or its designated resources on the delivery of operational phase

services

RFP HBE 19-005 System Integrator Services for WAHBE Page 60

Req. ID Requirement Description

h. Providing to WAHBE and/or WAHBE’s designee, within fifteen (15) business days of the

request, data and reference tables, scripts, other documentation, and records required

by WAHBE and/or its designee

i. Granting HPF access to Staff from WAHBE or WAHBE-approved successor

j. Preparing a Transition-Out Inventory (DEL-TRO-02) (inventory of all Vendor artifacts,

tasks, systems, tools, and hardware being turned over to WAHBE)

k. Providing a Transition-Out Results Report (DEL-TRO-03)

l. Handing off the operation and management of all service delivery functions to WAHBE

and/or WAHBE’s designee

3.10 Summary of Vendor Meetings

A summary of meetings referenced in Service Areas 1 through 6 and the purpose of each meeting is

provided in Table 3.8. In addition, the table indicates the Vendor role in the meeting (lead or

participate), Requirements for the Vendor’s involvement, and the frequency of Vendor attendance at

each meeting. In Section 4.6.2.4: Meetings Proposal, Vendors are encouraged to provide additional

meetings they propose leading or participating in. The meetings are intended to provide a forum for

the Vendor to deliver the services as defined in the Requirements provided in Sections 3.4 through

3.9.

Table 3.8: Summary of Vendor Meetings

ID Meeting Name Purpose Vendor

Role

Frequency

Service Domain 1: Data

None identified at this time

ID Meeting Name Purpose Vendor

Role

Frequency

Service Domain 2: Requirements and Design

MET-DES-01 Architecture, Design,

and Code Reviews

• Perform sprint coding

review

Participate Monthly

Service Domain 3: Development, Coding, and Implementation

MET-COD-01 Release Check-In • Communicate progress

and potential issues

• Discuss next steps, as

related to sprint/release

activities

Participate Weekly

MET-COD-02 Implementation

Meeting

• Prepare for upcoming

Implementation(s)

• Review and finalize

Implementation

schedule to include

activities and resources

Participate Upon

Implementations

RFP HBE 19-005 System Integrator Services for WAHBE Page 61

ID Meeting Name Purpose Vendor

Role

Frequency

MET-COD-03 Post-Production

Issues Tracking

• Communicate and triage

issues found post-

release and track their

resolution

Participate As Requested by

WAHBE

Service Domain 4: Quality Assurance and Testing

MET-TST-01 Automated Test

Discovery

• Determine possible new

scenarios to automate

with software quality

assurance team and

others

Lead Monthly

MET-TST-02 Automated Test Story

Refinement

• Determine ranking and

size and evaluate

Acceptance criteria from

story backlog of

automation scenarios

Lead Monthly

MET-TST-03 Automated Test

SCRUM

• Determine what each

team member did in the

last day and what

he/she will do today,

and discuss any

impediments

Lead Daily

MET-TST-04 Automation Strategy

Synch

• Determine new or

updated approaches

and resolve roadblocks

Participate As Requested by

WAHBE

MET-TST-05 Test Environments

Readiness

• Check all required items

are Implemented in the

Test environment before

testing starts

Participate As Requested by

WAHBE

MET-TST-06 Interface Partner

Release Testing

• Plan, prepare, and

monitor progress of any

functional, technical, or

connectivity testing

required against

interfacing partners

Lead Monthly

MET-TST-07 Annual Open

Enrollment Release

Testing

• Discuss preparedness

for open enrollment

regression testing

Lead Bi-Annually

MET-TST-08 Quality Assurance

Meeting

• Improve quality of code

and minimize defects in

production

Participate As Requested by

WAHBE

Service Domain 5: Enterprise Platform, Software, and Configuration

RFP HBE 19-005 System Integrator Services for WAHBE Page 62

ID Meeting Name Purpose Vendor

Role

Frequency

MET-TEC-01 Infrastructure Meeting • Discuss and review

upcoming infrastructure

plans, HPF or

infrastructure issues,

patching needs and

scheduling, ongoing

problems, issues, root

cause analyses,

upcoming changes, and

other topics as needed

Participate Weekly

Service Domain 6: Compliance, Regulatory, and Security

MET-COM-01 Security Updates • Discuss Security

Incidents, updates, and

tasks

Participate Weekly

MET-COM-02 Code Vulnerability-

Implementation

(Managed by

Information Security

Manager)

• Review Acceptance to

risk

Lead Upon

Implementations

MET-COM-03 Vulnerability Status

Update

• Follow up on open

vulnerabilities, tasks,

and other security-

related items

Lead Monthly

MET-COM-04 Plan of Action and

Milestones Update

• Provide updates on

regulatory items with the

Risk Management Office

Participate As Requested by

WAHBE

Service Domain 7: HPF Operations

MET-STO-01 Infrastructure

Production Control

Meeting

• Discuss all activities

completed by the teams

over the past twenty-

four (24) hours

Participate Daily

MET-STO-02 Infrastructure Change

Control Meeting

• Review and assess all

requests for production

changes

Participate Biweekly

Service Domain 8: Business Operations

MET-BSO-01 Open Enrollment

Kickoff

• Convene Open

Enrollment Readiness

team, communicate

obligations and

Requirements, and

review timeline and

tasks

Participate Annual

RFP HBE 19-005 System Integrator Services for WAHBE Page 63

ID Meeting Name Purpose Vendor

Role

Frequency

MET-BSO-02 Open Enrollment

Weekly Meetings

• Review upcoming tasks,

update status, and

review risks and issues

Participate Weekly

MET-BSO-03 Open Enrollment Go-

Live

• Complete smoke testing

and resolve technical

issues prior to

November 1 each year.

Participate Annual

MET-BSO-04 Special Projects Data

Fix Implementation

Meetings

• Coordinate key M&O

data fixes that require

collaboration across

WAHBE and Vendor

teams

Participate Twice Weekly and

As Requested by

WAHBE

MET-BSO-05 Trial Eligibility

Meetings

• Plan and coordinate

activities with WAHBE to

execute Trial Eligibility

batches 1 and 2

Participate Weekly for Two-

(2) Month Period

Between August

15 – October 15

MET-BSO-06 1095 Weekly

Meetings

• Plan and coordinate

activities with WAHBE to

execute 1095 batches

Participate Weekly

Service Domains 9 and 10: M&O and DDI Agile

MET-MDG-01 Team and Sprint

Backlog Refinement

Meeting

• Allow Scrum Teams and

other stakeholders to

ask questions and

review and collaborate

on backlog items

Lead Approximately

Every Four (4)

Weeks

MET-MDG-02 Sprint Review

Meeting

• Review

accomplishments and

progress

Lead At the End of

Each Sprint

MET-MDG-03 Sprint Retrospectives • Review what went well

and what did not go well

in previous sprint

Lead At the End of

Each Sprint

MET-MDG-04 User Acceptance

Testing (UAT) Triage

Meetings

• Discuss defects that are

found by testers to

determine if a fix is

needed

Participate Varies

MET-MDG-05 Meta Scrum

• Review incoming

Change Requests for

approval and

prioritization

Participate

Weekly or

Biweekly

RFP HBE 19-005 System Integrator Services for WAHBE Page 64

ID Meeting Name Purpose Vendor

Role

Frequency

MET-MDG-06 Organizational Action

Team

• Review of impediments

for resolution of

backlogged items

Lead Weekly or

Biweekly

MET-MDG-07 Program Increment

(PI) Planning Session

• Present and review

prioritized Change

Requests on the

Product Backlog to

create an overall PI

Roadmap

Lead Quarterly, or After

Three (3) Sprints

MET-MDG-08 M&O Agile and DDI

Agile Team 1, DDI

Agile Team 2 Sprint

Planning (Separate

Meeting per Team)

• Create a sprint backlog

using cost estimations

and capacity determined

within this meeting

Lead Monthly (End of

Each Sprint)

MET-MDG-09 M&O Agile and DDI

Agile Team 1, DDI

Agile team 2 Daily

Standup (Separate

Meeting per Team)

• Communicate progress,

next steps, and

impediments among the

Scrum Team

Lead Daily

MET-MDG-10 M&O Agile and DDI

Agile Team 1, DDI

Agile team 2 Backlog

Refinement (Separate

Meeting per Team)

• Refine user

stories/defects for

resolution

• Allow Scrum Teams and

other stakeholders to

ask questions, review,

and collaborate on

backlog items

Lead Two (2) to Three

(3) Times per

Week

MET-MDG-11 M&O, Agile Team 1,

and Agile Team 2

Retrospective

(Separate Meeting

per Team)

• Review what went well

and what did not go well

in previous sprint

Lead Monthly (End of

Each Sprint)

MET-MDG-12 Scrum of Scrum

(SOS)

• Daily Stand-up for

Scrum Masters and

Product Owners to

discuss progress,

impediments, and next

steps at a program level

Lead Daily

MET-MDG-13 Agile Demo • Present work that was

completed during

previous sprint to

stakeholders

Lead Monthly (End of

Each Sprint)

RFP HBE 19-005 System Integrator Services for WAHBE Page 65

ID Meeting Name Purpose Vendor

Role

Frequency

MET-MDG-14 SOS Retrospective • Review what went well

and what did not go well

in previous sprint

Lead Monthly (End of

Each Sprint)

Service Domain 11: Vendor and Project Management

MET-VPM-01 WAHBE/Vendor Joint

Status Meeting

• Present progress from

each team on all major

milestones completed

during the past week

and discuss next steps

for upcoming milestones

Lead Weekly

MET-VPM-02 Status Update to CEO

and Executive Team

• Present summary of

progress from each

team on all major

milestones completed

during the past week

and provide a look-

ahead to upcoming

milestones

Lead Weekly

MET-VPM-03 IV&V Interviews and

Meetings

• Present data and

analysis for any

requests from IV&V

vendor

Participate As Requested by

WAHBE

Service Domain 12: Transition-In

MET-TRI-01 Project Kickoff

Meeting

• Introduce transition and

upcoming project

approach to all WAHBE

Staff

Lead One Time

MET-TRI-02 Transition-In Status

Meeting

• Provide updates on

transition progress

Lead Weekly

MET-TRI-03 Readiness

Assessment Meeting

• Review findings of

readiness assessment

Lead One Time

MET-TRI-04 Transition-In

Workgroup Meetings

(for Key Transition

Areas)

• Enable completion of

transition-in activities

Lead Weekly

Service Domain 13: Transition-Out

MET-TRO-01 Transition-Out

Walkthroughs for

Various Services

(e.g., code branching

and merging, testing,

batches)

• Enable completion of

transition-out activities

Lead Weekly

RFP HBE 19-005 System Integrator Services for WAHBE Page 66

3.11 Summary of Vendor Deliverables

A summary of the Deliverables and scheduled delivery dates for Service Areas 1 through 6 is

provided in Table 3.9. Per Section 4.6.2.5: Deliverables Proposal, Vendors are encouraged to provide

any additional Deliverables they propose.

WAHBE has performed a thorough review of the deliverables currently developed and maintained by

the Incumbent, paring them down to a key subset and replacing obsolete deliverables with new ones.

The table indicates if each deliverable is existing, i.e., a template or content exists and is in use by the

Incumbent, or if it is new. The Vendor awarded this Contract shall develop a DED for each deliverable

marked as ‘new’. The scheduled delivery dates for Deliverables marked as new is also provided. For

Deliverables for which a DED is not required, WAHBE welcomes the Vendor’s recommendations on

how to improve the existing Deliverable format and content.

Each Deliverable in Table 3.9 is required and must be provided at the frequency noted. For

Deliverables required on an “as requested” basis, Vendor shall deliver and or update Deliverable

within 30 calendar days of WAHBE request. Additionally, deliverables DEL-VPM-02 Monthly SI

Report, DEL-STO-10 Quarterly Quality Report, DEL-MAG-01 M&O Agile Sprint Deliverables, DEL-

DDI-01 DDI Agile Sprint Deliverables, and DEL-STO-08 HPF Performance Report—are subject to the

Performance Standards established in Schedule 2 of Attachment 1 – Sample Contract.

Table 3.9: Summary of Vendor Deliverables

ID Deliverable Name Frequency Existing

or New

Anticipated Due Date

Service Domain 1: Data

DEL-DAT-01 Data Management Plan One Time,

Updates as

Requested by

WAHBE (Minimum

Annually)

New Within One Hundred

Eighty (180) calendar

days of Contract

Effective Date

DEL-DAT-02 Logical Data Model Updates as

Requested by

WAHBE (Minimum

Annually)

Existing N/A

DEL-DAT-03 Physical Data Model Updates as

Requested by

WAHBE (Minimum

Annually)

Existing N/A

DEL-DAT-04 Data Retention Plan One Time,

Updates as

Requested by

WAHBE (Minimum

Annually)

New Within One Hundred

Eighty (180) calendar

days of Contract

Effective Date

RFP HBE 19-005 System Integrator Services for WAHBE Page 67

ID Deliverable Name Frequency Existing

or New

Anticipated Due Date

Service Domain 2: Requirements and Design

DEL-DES-01 HPF Design Document Updates as

Requested by

WAHBE Within

Each Sprint

Existing N/A

DEL-DES-02 Technical Design Document Updates as

Requested by

WAHBE (Minimum

Annually)

Existing N/A

DEL-DES-03 Interface Control Document Updates as

Requested by

WAHBE (Minimum

Annually)

Existing N/A

DEL-DES-04 HPF Architecture Diagrams Updates as

Requested by

WAHBE (Minimum

Every Six (6)

Months)

Existing N/A

DEL-DES-05 Responsive Web and Mobile App

User Interface Toolkits

Updates as

Requested by

WAHBE (Minimum

Annually)

Existing N/A

Service Domain 3: Development, Coding, and Implementation

DEL-COD-01 Development Guide One Time,

Updates as

Required by

WAHBE (Minimum

Annually)

New Within Ninety (90)

calendar days of

Contract Effective Date

DEL-COD-02 Production Implementation Calendar Monthly Existing Within Ninety (90)

calendar days of

Contract Effective Date

DEL-COD-03 Development Tool/Base Product

Dashboard

as Requested by

WAHBE

New Within Ninety (90)

calendar days of

Contract Effective Date

Service Domain 4: Quality Assurance and Testing

DEL-TST-01 Test Plan One Time,

Updates as

Requested by

WAHBE (Minimum

Annually)

Existing N/A

DEL-TST-02 Automated Test Scripts Per Sprint Existing N/A

RFP HBE 19-005 System Integrator Services for WAHBE Page 68

ID Deliverable Name Frequency Existing

or New

Anticipated Due Date

DEL-TST-03 Test Cases (for each Test Suite and

phase) GEN-TST-12

Per Sprint Existing N/A

DEL-TST-04 Testing Results (for each Test Suite

and phase)

Per Sprint Existing N/A

DEL-TST-05 Test Summary Report After Each

Release

New Within Ninety (90)

calendar days of

Contract Effective Date

DEL-TST-06 Performance Testing Summary

Report

Quarterly New Within One Hundred

Eighty (180) calendar

days of Contract

Effective Date

DEL-TST-07 Root Cause Analysis Reports as Requested by

WAHBE

Existing N/A

Service Domain 5: Enterprise Platform, Software, and Configuration

DEL-TEC-01 Configuration Management Plan One Time,

Updates as

Requested by

WAHBE

New Within Ninety (90)

calendar days of

Contract Effective Date

Service Domain 6: Compliance, Regulatory, and Security

DEL-COM-01 Monthly Security Report Monthly Existing N/A

DEL-COM-02 HPF Security Plan Updates as

Requested by

WAHBE, Minimum

Annually

New N/A

DEL-COM-03 Safeguard Report Updates as

Requested by

WAHBE, Minimum

Annually

Existing N/A

DEL-COM-04 Detailed Impact Assessment as Requested by

WAHBE, or Upon

Change

Existing N/A

DEL-COM-05 Secure System Development

Lifecycle Plan

Updates as

Requested by

WAHBE, Minimum

Annually

Existing N/A

DEL-COM-06 Threat Impact Analysis Reports Upon Production

Implementation

and Emergency

Changes

New Within Ninety (90)

calendar days of

Contract Effective Date

Service Domain 7: HPF Operations

RFP HBE 19-005 System Integrator Services for WAHBE Page 69

ID Deliverable Name Frequency Existing

or New

Anticipated Due Date

DEL-STO-01 HPF Management Plan One Time,

Updates Every Six

(6) Months

New Within Ninety (90)

calendar days of

Contract Effective Date

DEL-STO-02 Patch/Upgrade Management Report Monthly New Within Ninety (90)

calendar days of

Contract Effective Date

DEL-STO-03 Monthly Mobile Metrics Reports Monthly New Within Ninety (90)

calendar days of

Contract Effective Date

DEL-STO-04 Daily Production Activities Report Daily New Within Ninety (90)

calendar days of

Contract Effective Date

DEL-STO-05 Batch Completion Report Daily New Within Ninety (90)

calendar days of

Contract Effective Date

DEL-STO-06 HPF and Interfacing Partner Report Daily Existing N/A

DEL-STO-07 System Health Dashboard Daily New Within Ninety (90)

calendar days of

Contract Effective Date

DEL-STO-08 HPF Performance Report Monthly New Within One Hundred

Twenty (120) calendar

days of Contract

Effective Date

DEL-STO-09 Database Usage Report Monthly New Within One Hundred

Twenty (120) calendar

days of Contract

Effective Date

DEL-STO-10 Quarterly Quality Report Quarterly New Within One Hundred

Eighty (180) calendar

days of Contract

Effective Date

DEL-STO-11 Other M&O reports as mutually

agreed upon with WAHBE

as Requested by

WAHBE

New Within One Hundred

Eighty (180) calendar

days of Contract

Effective Date

Service Domain 8: Business Operations

DEL-BSO-01 Open Enrollment Playbook Annually New Within One Hundred

Twenty (120) calendar

days of Contract

Effective Date

Service Domain 9 : M&O Agile

RFP HBE 19-005 System Integrator Services for WAHBE Page 70

ID Deliverable Name Frequency Existing

or New

Anticipated Due Date

DEL-MAG-01 M&O Agile Sprint Deliverables:

1. Defect Root Cause Analysis and

Solution Details

2. Team Roadmap

3. Team Backlog

4. Sprint Backlog

5. Sprint Retrospective Log

6. Sprint Summary

7. Sprint Reports (includes Velocity

Chart, Testing and Defect

Reports, Burn Charts)

Varies Existing N/A

DEL-MAG-02 HPF Documentation & Updates:

1. HPF Design Document

2. Technical Design Document

3. Interface Control Document

4. HPF Architecture Diagrams

Per Sprint Existing N/A

Service Domain 10: DDI Agile

DEL-DDI-01 DDI Agile Sprint Deliverables:

1. Change Request Risk, Impact,

and Dependency Log

2. Product Roadmap

3. Team Roadmap

4. Team Backlog

5. Sprint Backlog

6. Sprint Retrospective Log

7. Sprint Summary

8. Sprint Program-Level

Retrospectives

Per Sprint Existing N/A

DEL-DDI-02 HPF Documentation Updates:

1. HPF Design Document

2. Technical Design Document

Responsive Web and Mobile

3. Responsive Web and Mobile App

User Interface Toolkits

Per Sprint Existing N/A

Service Domain 11: Vendor and Project Management

DEL-VPM-01 Weekly Status Report Weekly Existing N/A

DEL-VPM-02 Monthly SI Report Monthly Existing N/A

DEL-VPM-03 Annual Client Survey Annual New Within Ninety (90)

calendar days of

Contract Effective Date

RFP HBE 19-005 System Integrator Services for WAHBE Page 71

ID Deliverable Name Frequency Existing

or New

Anticipated Due Date

DEL-VPM-04 Communication Plan One Time,

Updates as

Requested by

WAHBE

New Within Ninety (90)

calendar days of

Contract Effective Date

DEL-VPM-05 Staffing Plan One Time,

Updates as

Needed Based on

Staff Changes

New Within Thirty (30)

calendar days of

Contract Effective Date

Service Domain 12: Transition-In

DEL-TRI-01 Transition-In Project Work Plan One Time New Within Fifteen (15)

calendar days of

Contract Effective Date

DEL-TRI-02 Transition-In Weekly Status Report Weekly (During

Transition)

New Within Fifteen (15)

calendar days of

Contract Effective Date

DEL-TRI-03 Readiness Assessment Plan One Time New Within Thirty (30)

calendar days of

Contract Effective Date

DEL-TRI-04 Readiness Assessment Results

Report

One Time New Within Sixty (60)

calendar days of

Contract Effective Date

DEL-TRI-05 Facilities Plan One Time New Within Sixty (60)

calendar days of

Contract Effective Date

Service Domain 13: Transition-Out

DEL-TRO-01 Transition-Out Project Work Plan One Time New One Hundred Eighty

(180) calendar days

Prior to Contract End

Date, or Within

Fourteen (14) calendar

days of Notice of

Contract Termination

DEL-TRO-02 Transition-Out Inventory One Time New One Hundred Eighty

(180) calendar days

Prior to Contract End

Date, or Within

Fourteen (14) calendar

days of Notice of

Contract Termination

DEL-TRO-03 Transition-Out Results Report One Time New One Hundred Eighty

(180) calendar days

Prior to Contract End

RFP HBE 19-005 System Integrator Services for WAHBE Page 72

ID Deliverable Name Frequency Existing

or New

Anticipated Due Date

Date, or Within

Fourteen (14) calendar

days of Notice of

Contract Termination

3.12 Staffing Requirements

This section provides general Staffing Requirements that apply to all service teams, as well as

specific Staffing roles and Requirements for each service team. General Requirements are provided

in Table 3.10 of Section 3.12.1: General Staffing Requirements. Detailed information for all roles is

provided in Table 3.11: Proposed Staffing Model for Service Teams and Table 3.12: Description of

Staff Roles in Section 3.12.3: Staff Roles for Service Teams.

Based on internal and external analyses, WAHBE has developed a proposed conceptual Staffing

model for the Vendor to fulfill the scope of work being requested in this RFP. However, WAHBE

encourages Vendors to respond with any alternative staffing model that Vendor believes would

provide greater enhancement delivery capacity while still meeting all RFP Requirements and

considering WAHBE’s budget. However, Vendors must include the following Requirements and

assumptions in developing their alternate Staffing model:

• All Key Staff roles identified in Table 3.11 in Section 3.12.3: Staff Roles for Service Teams

shall be included in the alternative model.

• Staff roles that are required to be in the Thurston County, Washington area —as indicated in

Section 3.12.3: Staff Roles for Service Teams—shall be located in the Thurston County,

Washington area in the alternative model.

• A Vendor FTE equals two thousand eighty (2,080) working hours per Contract year.

• The Vendor shall deliver all services and Requirements listed in Section 3: Scope of Work as

stated.

• WAHBE’s budget considerations—as described in Section 5.1: Proposed Cost Schedules—

are incorporated into the alternative model.

WAHBE reserves the right to redistribute Staff among teams and/or redefine responsibilities and/or

qualifications for roles as needed based on evolving project needs.

3.12.1 General Staffing Requirements

The general Staffing Requirements in this section are applicable to all teams described in Section

3.12.3: Staff Roles for Service Teams, including Subcontractor team members. WAHBE is

responsible for the protection of federal and customer data, and defined Requirements are necessary

regardless of Key Staff assignment. WAHBE reserves the right to review all positions and candidates

with access to protected information or intellectual property to ensure appropriate Staffing is in place

to meet regulatory Requirements and customer expectations.

RFP HBE 19-005 System Integrator Services for WAHBE Page 73

Table 3.10: General Staffing Requirements

Req. ID Requirement Description

GEN-STAFF-01 The Vendor shall adhere to the WAHBE-approved Staffing Plan, ensuring that Key Staff

roles are filled at all times. Key staff designated for WAHBE shall not be removed or

replaced by Vendor for use on other projects.

GEN-STAFF-02 The Vendor shall submit resumes to WAHBE for approval of all Key Staff roles, along

with a form provided by WAHBE, for any changes to Key Staff during the Contract term.

WAHBE reserves the right to approve/deny Key Staff assigned to the Contract.

GEN-STAFF-03 In the event WAHBE determines a Vendor team member is not meeting WAHBE’s

Requirements and expectations for the team member’s role, the Vendor shall provide a

plan for resolving performance issues within five (5) business days of notification.

WAHBE reserves the right to require removal and replacement of a Vendor team

member from the project if performance-related issues are not resolved to WAHBE's

satisfaction.

GEN-STAFF-04 The Vendor shall notify WAHBE of a vacancy in any of the listed Key Staff positions and

provide a plan for filling the vacant position.

GEN-STAFF-05 The Vendor shall provide documentation in response to a WAHBE audit to confirm that

all project positions are filled with Staff adequate for their project role, based on the

experience, skills, location, and other Requirements established by WAHBE.

GEN-STAFF-06 The Vendor shall provide evidence of completed background security checks through

submission of results of background checks for all Vendor Staff prior to assignment, as

required by WAHBE.

GEN-STAFF-07 The Vendor shall ensure that all database and security work – or Staff with access to

HPF in Production – is performed in the US, by a US citizen or lawful permanent

resident.

GEN-STAFF-08 All Key-Staff must be located in the Thurston County, Washington area. The Vendor

shall maintain an office in the Thurston County, Washington area and provide Thurston

County-based Staff with the equipment necessary to fulfil their duties. The Thurston

County office shall have meeting space adequate to hold meetings with WAHBE Staff as

needed.

GEN-STAFF-09 For Staff who are approved by WAHBE to work off-site within the US, the Vendor shall

make them available, at the request of WAHBE, to come to Olympia, Washington to

attend meetings or participate in functions related to the resulting Contract.

GEN-STAFF-10 The Vendor shall make specific Staff, who are not located in Thurston County,

Washington, available during WAHBE’s business hours of 8:00 a.m. to 5:00 p.m. PT for

key meetings and/or special events (e.g., go-live) at no additional cost to WAHBE. Efforts

will be made to communicate the specific resources required during go-live planning or

one (1) to two (2) days in advance of the meeting or event.

Additionally, the Vendor shall make Key Staff, and those deemed necessary, available

for unplanned Level 1 support circumstances such as HPF outages, as requested by

WAHBE.

GEN-STAFF-11 The Vendor shall not subcontract more than 25% of the total cost of the Vendor’s

proposed services at any time during the Contract.

RFP HBE 19-005 System Integrator Services for WAHBE Page 74

Req. ID Requirement Description

GEN-STAFF-12 The Vendor shall act as the single point of contact for WAHBE with the Vendor’s

Subcontractors for the services described in this RFP and the Vendor’s Proposal.

GEN-STAFF-13 Subcontractors shall be held to the same Contract terms and performance standards as

the Vendor, and the Vendor shall be held exclusively accountable for Subcontractor

performance and compliance. The Vendor shall ensure any subcontracts contain all

appropriate flow-down provisions and Requirements expressed in this RFP and in the

resulting Contract, including insurance, Performance Standards, confidentiality and non-

disclosure, and data security.

GEN-STAFF-14 The Vendor shall obtain WAHBE approval for all Subcontractors engaged after award of

the Contract using WAHBE’s approval process and form.

3.12.2 Overview of Proposed Staffing Model

Staffing roles are organized into the following teams:

• Core Technical Services Team: This team is responsible for performing shared core system

and business operations. This includes involvement in the DevSecOps process, database

functions, OS-up managed services, batch operations, security, and business operations.

• M&O Agile Services Team: This team is responsible for M&O Agile scrum activities, including

performing defect fixes and minor enhancements for HPF.

• Shared Agile Services Team: This team provides Agile services to serve both the M&O and

DDI Agile teams in areas of cross-scrum management, infrastructure and application software

architecture, code merge and DevSecOps, as well as performance testing following sSDLC

guidelines and architecture guidance from WAHBE.

• DDI Agile Services Teams: These teams are responsible for DDI Agile scrum activities,

including developing and Implementing sprints for major enhancements and prioritized

functionality. WAHBE is also seeking information on the cost for additional teams in Section

5.1: Proposed Cost Schedules.

• PMO Services Team: This team provides engagement and portfolio management support for

the Contract.

WAHBE has not specified roles for performing the services requested in Service Area 6: Transition Services. In Section 4.7: Proposed Staffing Approach, Vendors shall provide their proposed approach for how best to deliver these transition-in and transition-out services.

The Vendor teams will collaborate with WAHBE team members and work in partnership with them on

many of the activities described in this SOW. Vendor Staff will work alongside WAHBE Staff,

communicating with the respective WAHBE managers for project and daily activities. WAHBE

manages and leads the security program. To prevent conflict of interest for security Staffing, all

Vendor security Staffing shall report outside of operational teams and report appropriately in the

organizational structure to ensure the authority and ability to perform their roles without recourse of

action for performing their jobs.

RFP HBE 19-005 System Integrator Services for WAHBE Page 75

3.12.3 Staff Roles for Service Teams

This section provides detailed information regarding the Staff roles for each of the service teams

being requested in this RFP. Table 3.11: Proposed Staffing Model for Service Teams delineates the

individual roles, location the work shall be performed (if applicable), expected time commitment to the

project in number of Vendor FTEs, and the service team each role is part of. The Table is separated

into Key Staff and non-Key Staff roles.

Table 3.12: Description of Staff Roles describes the responsibilities and the experience, skills,

education, and certifications associated with each role.

Important information for the Vendor to note regarding Table 3.11: Proposed Staffing Model for

Service Teams includes:

• One or more Key Staff roles are included for each team. Key Staff—defined as Staff who are

contractually essential and have lead responsibilities for performing the SOW—are identified

as such by the columns labeled “Vendor Key Staff FTEs.”

• The location the work must be performed (if applicable) is provided in in the “Staff Location”

column.

• The expected time commitment to the project for each role is provided as Vendor Staff FTEs.

• Although the Vendor shall provide for 1.0 FTE for the Mobile Developer role, WAHBE may

elect to have the Vendor transition this resource from a Mobile Developer to a Java Developer

as needs evolve.

• Please be advised that WAHBE has developed this proposed conceptual staffing model which

could fulfill the SOW being requested in this RFP. However, with the exception of the Key Staff

roles provided below, WAHBE encourages Vendors to respond with an alternative Staffing

model should the Vendor believe that the alternative model will meet or exceed the

Requirements set forth in the RFP.

RFP HBE 19-005 System Integrator Services for WAHBE Page 76

Table 3.11: Proposed Staffing Model for Service Teams

Key Staff Requirements

Vendor Key Staff

Role

Key Staff

Location

Service Teams

Core

Technical

Services

M&O

Agile

Services

Shared

Agile

Services

DDI Agile

Services

PMO

Services Total

Vendor Key Staff FTEs

Senior Business

Operations Analyst Thurston

County,

Washington

area, US

1

1

Security Engineer 1 1

Project Portfolio

Manager

1 1

Engagement Lead 0.25 0.25

Infrastructure

Manager

Other

1

1

Lead Scrum

Master

1 1

Lead Java

Developer

1 1

Application

Software Architect

1 1

DevSecOps/

Application

Manager

1

1

Responsive Web

Developer

1 1

Quality Assurance

Analyst 1 1

Total Key Staff 3 0 3 3 1.25 10.25

RFP HBE 19-005 System Integrator Services for WAHBE Page 77

WAHBE-Proposed Non-Key Staff Roles

Proposed

Vendor Non-Key

Staff

Non-Key

Staff

Location

Service Teams

Core

Technical

Services

M&O

Agile

Services

Shared

Agile

Services

DDI Agile

Services

PMO

Services Total

Vendor Non-Key Staff FTEs

Functional Analyst Thurston

County,

Washington

area, US

1 2 3

Project

Coordinator

1 1

Database

Administrator

Other

1

1

Scrum Master 1 2 3

Lead Java

Developer 1

1

Performance

Tester

1 1

System

Administrator 3

3

SQL Developer

(Data Fix) 1

1

Java Developer 3 3 6

Mobile Developer 1 1

Quality Assurance

Analyst 2

3 5

Total Non-Key Staff 5 8 1 11 1 26

Total Staff 8 8 4 14 2.25 36.25

RFP HBE 19-005 System Integrator Services for WAHBE Page 78

Table 3.12: Description of Staff Roles provides additional details regarding the responsibilities and

experience, skills, education, and certifications associated with each of the staff roles listed in Table

3.11. For ease of reference, Staff roles are provided in the same order as in Table 3.11.

It is important for the Vendor to note that experience, skills, education, and certifications listed for Key

Staff are minimum required qualifications. The experience, skills, education, and certifications listed

for all non-Key Staff roles are minimum desired qualifications.

For the educational Requirements listed below, WAHBE may accept relevant professional experience

as a substitute on a year-for-year basis. WAHBE, at its sole discretion, shall determine the relevancy

and sufficiency of any substitute professional experience.

Table 3.12: Description of Staff Roles

Responsibilities, Experience, Skills, Education, and Certifications

Key Staff Role: Senior Business Operations Analyst [One (1) FTE]

The Vendor shall designate a Senior Business Operations Analyst who has authority and responsibility on

the WAHBE project to perform the following responsibilities:

The Senior Business Operations Analyst provides analytical and decision support to business, technical, and senior

management WAHBE teams in making key business decisions. Responsibilities include, but are not limited to:

• Leading highly visible projects including Open Enrollment Readiness, renewals for WAH or QHP, 1095-A

Generation, and other special projects

• Working collaboratively with WAHBE, Vendor Staff, and other external Staff to develop transition and

solution requirements to address project objectives

• Overseeing the work performed by Vendor Staff to ensure that project objectives and timelines are being

met

• Pulling data and performing data analysis to help make informed decisions by presenting data-driven

insights in a concise and effective manner via data visualizations

• Providing regular insights into HPF conditions by tracking metrics which reflect variances (Performance

Standards, data anomalies, etc.)

• Proactively identifying opportunities and providing recommendations to reduce operational and HPF

inefficiencies

• Performing ad-hoc analysis to provide functional or technical details on HPF

• Creating and contributing to development of process flows, presentations, user guides, reference manuals,

training materials and artifacts

• Leading and supporting with the planning and execution of interface/data conversions and design,

development, testing, and Implementation of tasks or projects

Required Skills and Experience:

The Senior Business Operations Analyst shall have a minimum of:

• Four (4) years of experience as an IT or Business Analyst working with a highly integrated and complex

health care enrollment and/or eligibility system

• Strong working knowledge of system design and root cause analysis

• Strong working knowledge of databases (e.g., SQL) and the ability to use them for reporting

• Strong working knowledge in business-related data query, manipulation, analysis, and process modeling

RFP HBE 19-005 System Integrator Services for WAHBE Page 79

Responsibilities, Experience, Skills, Education, and Certifications

• Strong working knowledge of data mapping and system integration practices

• Experience with complex health care systems or websites

Required Education and Certifications:

Bachelor’s degree in a technical or business discipline, with Certified Business Analysis Professional (CBAP),

Project Management Institute-Professional in Business Analysis (PMI®-PBA), or Project Management Professional

(PMP) certification preferred.

Key Staff Role: Security Engineer [One (1) FTE]

The Vendor shall designate a Security Engineer who has authority and responsibility on the WAHBE

project to perform the following responsibilities:

The Security Engineer collaborates on security-related projects and technologies associated with HPF, interfacing

with team members within the WAHBE IT organization, as well as other internal business units and external

customers/partners. Responsibilities include, but are not limited to:

• Assisting in the development and Implementation of information security plans and policies

• Investigating Security Incidents (e.g., breaches) and developing strategies to respond to—and recover

from—them

• Developing and/or Implementing open source/third-party tools to assist in detection, prevention, and

analysis of security threats

• Monitoring networks and HPF for security breaches, using software that detects intrusions and anomalous

HPF behavior

• Providing awareness training to the workforce on information security standards, policies, and best

practices

• Implementing HPF and application protections

• Installing and using firewalls, data encryption, and other security products and procedures

• Conducting periodic network scans to find any vulnerability

• Coordinating vulnerability remediation, patches, and version upgrades across HPF

Required Skills and Experience:

The Security Engineer shall have a minimum of:

• Three (3) years of experience directly managing and engineering solutions

• Three (3) years of experience as a security engineer

• Strong working knowledge of Domain Name System (DNS), Dynamic Host Control Protocol (DHCP),

Transmission Control Protocol/Internet Protocol (TCP/IP) networking, including routing and Network

Address Translation (NAT)

• Experience with Microsoft Windows Server 2008 to 2019 Configuration and administration

• Experience with Linux Configuration and administration

• Experience with complex health care systems, websites, and enterprise

security/authorization/authentication product

• Experience with developing security plans

• Logic and scripting skills including PowerShell

RFP HBE 19-005 System Integrator Services for WAHBE Page 80

Responsibilities, Experience, Skills, Education, and Certifications

Required Education and Certifications:

Bachelor’s degree in Computer Science or Information Systems or related field with Certified Information Systems

Security Professional (CISSP) certification or ability to achieve CISSP or Associate of the International Information

System Security Certification Consortium (ISC)² within one (1) year

Key Staff Role: Project Portfolio Manager [One (1) FTE]

The Vendor shall designate a Project Portfolio Manager who has authority and responsibility on the

WAHBE project to perform the following responsibilities.

The Project Portfolio Manager is responsible for the execution and overall management of the tasks outlined in this

RFP. Responsibilities include, but are not limited to:

• Engaging with WAHBE stakeholder organizations and the Vendor management team on a day-to-day basis

to ensure the project receives the Staff commitments and support outlined in the Contract

• Managing milestone progress, interdependencies, and the critical path across the suite of projects

• Leading the development, review, distribution, and presentation of Weekly Status Reports and Monthly SI

Reports, as well as other agreed-upon project management deliverables

• Overseeing deliverable review facilitation, tracking, and maintenance

• Challenging SI design development and testing teams to continuously meet and exceed client

requirements

• Overseeing and tracking portfolio metrics/performance reporting

• Providing guidance as requested by WAHBE towards maturity within the Agile Implementation structure

related to utilization measurements and performance benchmarks

• Providing impact assessments on all proposed decisions and providing timely and in-depth root-cause

analysis on issues

Required Skills and Experience:

The Project Portfolio Manager shall have a minimum of:

• Four (4) years of experience in the management of SI projects or programs

• Six (6) years of experience in project management, functional management, or system development

management

• Proven experience in handing large teams (i.e., over twenty (20) resources onshore and offshore)

• Knowledge in the latest trends, technology, and processes related to new web-based application

development

• Knowledge of the limitations of web-based and mobile applications, with approaches/ideas to flex those

boundaries

Required Education and Certifications:

Bachelor’s degree in Business Administration or Computer Science or Information Systems or related field, or

equivalent training, certifications (e.g., PMP), or experience

RFP HBE 19-005 System Integrator Services for WAHBE Page 81

Responsibilities, Experience, Skills, Education, and Certifications

Key Staff Role: Engagement Lead [One-quarter (0.25) FTE]

The Vendor shall designate an Engagement Lead who has authority and responsibility on the WAHBE

project to perform the following responsibilities:

The Engagement Lead provides account management and maintains overall oversight and management of the

Vendor team. Responsibilities include, but are not limited to:

• Possessing signature authority to commit the Vendor to all Contracts with WAHBE for the project

• Providing direction to ensure that all Vendor Staff and project resource needs are met, and maintaining

accountability for Staff performance

• Communicating and reporting on project matters to WAHBE’s leadership team on an ongoing basis

• Ensuring Performance Standards are met

• Attending in person—upon WAHBE request—meetings and hearings of Legislative Committees and

interested governmental bodies, agencies, and officers

• Working cooperatively with WAHBE to resolve escalated issues, including contractual Requirements and

any other issue that requires executive management attention

• Acting as WAHBE executive point-of-contact regarding most complex issues, initiatives, and milestones

• Provide WAHBE with national perspective, relevant best practices, and innovative ideas that can better

WAHBE as a whole

Required Skills and Experience:

The Engagement Lead shall have a minimum of:

• Five (5) years of experience leading engagements related to large and complex web-based IT system

projects of similar scope to the services requested in this RFP for State government or private sector health

and human services clients

Required Education and Certifications:

Bachelor’s degree in Business Administration or Computer Science or Information Systems or related field, or

equivalent training, certifications (e.g., PMP), or experience

Key Staff Role: Infrastructure Manager [One (1) FTE]

The Vendor shall designate an Infrastructure Manager who has authority and responsibility on the WAHBE

project to perform the following responsibilities:

The Infrastructure Manager is the technical manager for HPF OS-up Applications and Infrastructure, leading and

directing efforts for application maintenance, system administration, operations management, database

administration, engineering, and planning. Responsibilities include, but are not limited to:

• Supervising and leading the Vendor’s infrastructure support team, including systems administrator and

database engineer.

• Leading the efforts for engineering, managing, and maintaining web servers and application servers and

supporting systems

• Leading the efforts for engineering and managing the HPF OS-up environment

• Functioning as a consultant for the HPF infrastructure OS-up architecture designs, plans, and direction

RFP HBE 19-005 System Integrator Services for WAHBE Page 82

• Developing and managing enterprise monitoring methodologies, and establishing acceptable service

metrics and regular performance reports to notify stakeholders of ongoing HPF performance

• Leading planning and Implementation of patches and version upgrades for all OS-up enterprise software

• Planning and coordinating all HPF operations, batch operation, and Configuration changes across teams

• Collaborating with other WAHBE stakeholders to develop effective processes and communication

strategies for alerting, escalation, automation, reporting, and event correlation around HPF

• Working with third-party vendors and partners to notify and alert all relevant stakeholders when issues and

outages are identified during key business hours

• Developing and documenting processes and procedures for Implementing and maintaining the HPF and

server infrastructure

• Using industry best practices, regulatory requirements, and policies to create standards and Configuration

baselines

• Creating and maintaining moderately complex scripts, script components, and applets/small applications,

and making recommendations to other engineers for changes to existing scripting standards

Required Skills and Experience:

The Infrastructure Manager shall have a minimum of:

• Three (3) years of enterprise leading/supervising large-scale infrastructure project and system

management experience

• Five (5) years of enterprise infrastructure project and system administration experience

• Experience with cloud-based solutions using IaaS, PaaS or SaaS on a large-scale cloud provider (AWS,

Azure, etc.)

• Experience with SOA and environment-separated system designs based on technology and activities

• Experience with central user authentication and authorization with single sign on

• Experience with enterprise Windows and Linux administration (File Servers, FTP, Certs, etc.)

• Experience with administering cloud-based enterprise applications

• Experience with database technologies and general understanding of object-oriented coding

Required Education and Certifications:

Bachelor’s degree in Computer Science or Information Systems or related field AND three (3) years of progressive

experience in an advanced technical role

Responsibilities, Experience, Skills, Education, and Certifications

Key Staff Role: Lead Scrum Master [One (1) FTE]

The Vendor shall designate a Lead Scrum Master who has authority and responsibility on the WAHBE

project to perform the following responsibilities:

• Providing coordination and leadership, including: supporting all Scrum Teams using a servant leadership

style; creating collaborative environments for all Scrum Teams, ensuring clear communication, and helping

each Scrum Team reach its goals; collaborating with Lead Product Owner, Senior Architects, and Senior

Management to ensure alignment on strategy and execution; guiding others on the Agile/Scrum values,

principles, and practices and confirming they are followed; providing feedback on the Scrum Master and

other Scrum Team members’ performance; coaching and mentoring Scrum Teams to higher levels of

maturity; supporting and educating the Lead Product Owner; acting as the key leader on bringing

disclosure and transparency to the business

• Providing facilitation, including: facilitating discussions for projects that require the coordination of

development or technology work on multiple platforms; facilitating SOS meetings and other program-level

RFP HBE 19-005 System Integrator Services for WAHBE Page 83

meetings; facilitating PI and Pre- and Post-PI Planning meetings and program-level demos and

retrospectives; coordinating communication and transparency across Scrum teams and between the Scrum

Teams and key stakeholders; communicating information regarding changes in scope, delays, and other

detrimental events to key stakeholders and senior management; facilitating and tracking opportunities for

improvement from the Scrum Teams and ensuring they are acted upon; administering tools utilized by the

program and Scrum Teams

• Performing conflict resolution, including, but limited to: identifying issues, hindrances, and blockages and

working in coordination with the Product Owner to escalate or resolve; understanding, documenting, and

attempting to resolve any diversions or impediments raised by the Scrum Team in coordination with the

WAHBE Lead Product Owner; removing impediments or guiding the team to remove impediments;

escalating impediments that cannot be resolved to the Lead Product Owner and Senior Management

• Performing technical and release management, including: designing and executing communication plans

for release management, SOS, and other announcements and programs; owning the release management

process, team, and environments; ensuring successful delivery of large impact and/or cross-functional

product or strategic initiatives; tracking work progress to identify blockages and ensuring that Scrum Teams

are not diverging from prioritized tasks; leading the use of new technologies/methodologies inclusive of

Agile, DevSecOps, Robotics, APIs, and Low Code Platforms to improve the flow of value; managing the

Implementation plan

• Attending the Meta Scrum to represent the Vendor and Scrum Teams when reviewing and prioritizing

Change Requests and providing cost estimates during the Meta Scrum to determine high-level effort.

• Leading SOS, including: defining and building comprehensive program-level reporting for all Scrum Teams;

summarizing the Scrum Team objectives and publishing for visibility and transparency; tracking of Change

Requests, features, and epics; defining and ensuring Implementation of processes and tools for Program

Management and Scrum Teams; scheduling, communicating, and leading PI Meetings; maintaining the

product backlog, impediment backlog, organizational transformation backlog, and the various program-level

roadmaps in coordination with the Lead Product Owner

Required Skills and Experience:

The Lead Scrum Master shall have a minimum of:

• Three (3) years of experience as an Agile Coach, Release Train Engineer, Design Team Manager, Test

Manager, Application Manager, or Scrum Master

• Three (3) years of experience as a Software Engineer (.NET, Java preferred), Test Engineer or Designer

• Experience with complex highly integrated health care web systems

• Working knowledge of project management and Agile tools (Jira, Confluence, Microsoft Project)

• Experience in leading Agile transformations and/or Agile teams

• Working knowledge of DevSecOps best practices

Required Education and Certifications:

Bachelor’s degree in a technical or business discipline and Certified ScrumMaster (CSM) or PMI® Agile Certified

Practitioner (PMI®-ACP)

RFP HBE 19-005 System Integrator Services for WAHBE Page 84

Responsibilities, Experience, Skills, Education, and Certifications

Key Staff Role: Lead Java Developer [One (1) FTE]

The Vendor shall designate a Lead Java Developer who have authority and responsibility on the WAHBE

project to perform the following responsibilities:

The Lead Java Developer responsibilities include, but are not limited to:

• Designing, planning, developing, maintaining, and Implementing J2EE software into HPF

• Delivering high availability and performance

• Developing web services, Simple Object Access Protocol (SOAP) or RESTful patterns, preferably on

WebLogic platform or similar J2EE application container servers

• Leading requirements analysis; designing applications based on HPF requirements and architecture;

prototyping, if necessary; developing, unit testing, and Implementing applications

• Directing junior Java development resources and testers for sprint completion and Agile software practices

(Scrum)

• Develop a systemic plan to develop and maintain accessibility during the development cycle. Identify

processes to document and test accessibility, which may include use of web component pattern libraries,

compliance checklists, automated and manual testing systems, and/or staff development to ensure

compliance with ADA requirements.

• Train content creators and developers on how to properly and optimally use accessibility tools, including

automated and manual testing tools and pattern libraries,

• Contributing to the enhancement of department application development/delivery standards, tools, and

processes

• Performing root-cause analysis of critical business and production issues

• Communicating and reporting on project tasks to WAHBE’s leadership team on an ongoing basis

Required Skills and Experience:

The Key Staff Lead Java Developer shall have a minimum of:

• Four (4) years of experience leading technical teams on large and complex web, 3-tier, Java-based IT

system projects

• Four (4) years of professional programming experience in J2EE, JDK, SDK and Java Version 7.0 (or later)

and applicable design patterns

• Three (3) years of experience with Subversion, Ant, Eclipse, Application Servers, Struts, Spring, Hibernate,

JPA, Junit, RMI, and JDBC/SQL

• One (1) year of experience with Continuous Integration and Delivery (CI/CD) pipelines and tools that

enable continuous builds, including Jenkins and GitHub software Configuration management frameworks

• Experience with dynamic, web-based development concepts, including MVC concepts, HTML, and

JavaScript, as well as Java software design patterns

• Knowledge of assistive technologies (JAWS, VoiceOver, Dragon NaturallySpeaking), the latest WCAG

standards, audit tools for evaluating accessibility on documents, websites, and other electronic media,

HTML semantics/tagging, Accessible Rich Internet Applications (ARIA), hyperlink integrity, and remediation

of accessibility issues.

• Prior experience making digital content accessible.

• Experience with XML and XSD based interfaces and tools

RFP HBE 19-005 System Integrator Services for WAHBE Page 85

Responsibilities, Experience, Skills, Education, and Certifications

Required Education and Certifications:

Bachelor’s degree in Computer Science or Engineering or related field

Responsibilities, Experience, Skills, Education, and Certifications

Key Staff Role: Application Software Architect [One (1) FTE]

The Vendor shall designate an Application Software Architect who has authority and responsibility on the

WAHBE project to perform the following responsibilities:

The Application Software Architect is responsible for ensuring the application software is effectively and efficiently

designed, produced, and tested. Responsibilities include, but are not limited to:

• Working with the WAHBE Architecture Team to document the functional and non-functional requirements

for the HPF applications as well as the software component designs using Interaction, UML, RUP, or

similar documentation tools and processes

• Following standards established by the WAHBE Architecture Team for application development and

integration efforts, including patterns and practices, interoperability, portability, modularity, software

security, data protection, and privacy

• Ensuring adherence to WAHBE standards across development teams

• Participating in design and code reviews

• Providing technical leadership and support to the applications development teams

• Identifying alternate enterprise software products or versions to improve HPF overall

• Defining and adopting best practices for the use of platforms, frameworks, tools, commercial software,

micro services, and modules

• Designing and coding HPF to comply with legal and mandated requirements from State, federal health, or

federal civilian agencies, including state-based health insurance marketplace regulations

• Contributing to the introduction of new technologies, standards, and processes to support WAHBE

operations and business activities

Required Skills and Experience:

The Application Software Architect shall have a minimum of:

• Three (3) years of professional software development experience including practical, applied knowledge of

modern frameworks and technologies

• Two (2) years of experience with complex highly integrated health care web systems

• Five (5) years in an architecture role in a Java oriented environment using an sSDLC

• One (1) year of experience in directing software development (SDE II+) resources and testers for Sprint

completion and Agile software practices (Scrum)

• Experience with Oracle product stack

Required Education and Certifications:

Bachelor’s degree in Computer Science or Engineering or related field

RFP HBE 19-005 System Integrator Services for WAHBE Page 86

Responsibilities, Experience, Skills, Education, and Certifications

Key Staff Role: DevSecOps/Application Manager [One (1) FTE]

The Vendor shall designate a DevSecOps/Application Manager who has authority and responsibility on the

WAHBE project to perform the following responsibilities:

The DevSecOps/Application Manager Implements product updates and identifies production issues, working with

developers and IT Staff to oversee code releases and ensure process are documented and automated.

Responsibilities include, but are not limited to:

• Automating and orchestrating workloads across multiple environments—including Microsoft Azure Cloud—

using automation tools, including Puppet, Ansible, and Chef

• Implementing integrations requested by customers

• Developing processes and software scripts to promote automation and consistency across all

environments

• Develop and oversee processes to ensure application features are accessible for all abilities – especially for visual, auditory and physical impairments. These processes should ensure use of web component pattern libraries, compliance checklists and validation testing, and consistent review and monitoring of web accessibility tools, trends and standards.

• Provide support and guidance to make complex web components (e.g. drag and drop) accessible and recommend solutions for future reference.

• Implementing code check in, quality reviews, and remediation processes

• Building tools to reduce occurrences of errors and improve the customer experience

• Managing multiple code streams, including periodic code merges

• Developing software to integrate with internal back-end systems

• Performing root cause analysis for development and quality assurance errors

• Investigating and resolving technical issues

• Designing procedures for HPF troubleshooting and maintenance

Required Skills and Experience:

The DevSecOps/Application Manager shall have a minimum of:

• Five (5) years of experience in DevSecOps, application administration, Linux administration, and Java

development with a strong focus in security controls

• Three (3) years leading or managing a team of web application developers

• Strong working knowledge of Linux/Unix Administration

• Experience with automation/Configuration management using either Puppet, Chef, or an equivalent

• Ability to use a wide variety of open source technologies and cloud services (experience with Microsoft

Cloud solutions is required)

• Strong working knowledge of Oracle, SQL, and MsSQL

• Working knowledge of code and script (PHP, Python, Perl and/or Ruby)

• Knowledge of assistive technologies (JAWS, VoiceOver, Dragon NaturallySpeaking), the latest WCAG

standards, audit tools for evaluating accessibility on documents, websites, and other electronic media,

HTML semantics/tagging, Accessible Rich Internet Applications (ARIA), hyperlink integrity, and remediation

of accessibility issues.

• Prior experience making digital content accessible

RFP HBE 19-005 System Integrator Services for WAHBE Page 87

Responsibilities, Experience, Skills, Education, and Certifications

Required Education and Certifications:

Bachelor’s degree in Computer Science or Information Systems or related field, or equivalent training and

experience with CISSP or ability to achieve CISSP or Associate of (ISC)² within one (1) year

Key Staff Role: Responsive Web Developer [One (1) FTE]

The Vendor shall designate a Responsive Web Developer who has authority and responsibility on the

WAHBE project to perform the following responsibilities:

The Responsive Web Developer is responsible for the design, development, testing, and Implementation of

software used for WAHBE. Responsibilities include, but are not limited to:

• Designing and Implementing responsive web development process and support for major browsers

(Chrome, Edge, Safari)

• Maintaining working knowledge of, and applying, industry best practices in responsive web architecture

Required Skills and Experience:

• Minimum of four (4) years of experience developing responsive web front-end

• Minimum of eight (4) years of professional software development experience with a strong understanding

of client-server related applications

• Experience with Java/HTML/CSS

• Working knowledge and hands-on experience with automated testing, stubbing, and mocking

• Experience with Agile/Scrum development process

• Experience using common source code control systems (e.g., Git, Subversion, CVS)

• Experience with data manipulation technologies including web services, REST, JSON, SOAP, and XML

Required Education and Certifications:

Bachelor’s degree in Computer Science or Engineering or related field

Key Staff Role: Quality Assurance Analyst [One (1) FTE]

The Vendor shall designate a Quality Assurance Analyst who has authority and responsibility on the

WAHBE project to perform the following responsibilities:

The Quality Assurance Analyst is responsible for executing the test plan. Responsibilities include, but are not

limited to:

• Developing test scenarios based on business process flows and ensuring traceability of scripts to user

story Acceptance criteria and design artifacts

• Developing test cases based on test scenarios

• Performing data preparation activities to support testing

• Executing test cases and reporting test outcomes

• Providing help to other HPF users executing the test plan and the support desk in areas including Account

Creation or Modification

• Reviewing HPF integration test results

• Compiling and documenting test results

RFP HBE 19-005 System Integrator Services for WAHBE Page 88

• Maintaining and monitoring defects in Jira

• Supporting troubleshooting, root cause analysis, and triage of production issues

Required Skills and Experience:

The Key Staff Quality Assurance Analyst shall have a minimum of:

• Three (3) years of experience supporting IT system testing

• Two (2) years of experience working for a health insurance exchange

• Two (2) years of experience testing web-based health insurance software and integrated eligibility systems

• Experience with Agile sSDLC system development

• Working knowledge of software testing methodology and techniques, including industry standards and best

practices

• Experience with automation script development and execution

Required Education and Certifications:

Bachelor’s degree in Computer Science or Information Systems or related field, or equivalent training and

experience

Non-Key Staff Role: Functional Analysts [Three (3) FTEs]

The Vendor shall designate Functional Analysts who have authority and responsibility on the WAHBE

project to perform the following responsibilities:

The Functional Analysts are responsible for reviewing HPF changes and issues to further identify and refine

functional and technical Requirements, impacts, risks, and dependencies. Responsibilities include, but are not

limited to:

• Acting as a SME on HPF and other related systems to provide functional and technical expertise to the

Scrum Team and other stakeholders

• Supporting the Product Owner in maintaining and understanding the Team Backlog

• Working with the Scrum Team on developing solution requirements (epics, user stories, Acceptance

criteria, automation test items, and other supporting Requirements) to address Change Request objectives

• Pulling data and performing data analysis to identify impacted populations or other metrics

• Performing fit/gap analysis of functional Requirements

• Overseeing development and validating product functionality according to the Requirements

• Monitoring performance, discovering variances, and proposing necessary actions

• Creating, updating, and facilitating reviews of the design documentation to obtain approval from the Scrum

Team and key stakeholders

• Contributing to development of user guides, reference manuals, training materials, and code release

artifacts and supporting documents (e.g., process flows and prototypes)

• Assisting with the planning and execution of interface and data conversion design, development, testing

and Implementation

Desired Skills and Experience:

WAHBE prefers Functional Analysts have a minimum of:

RFP HBE 19-005 System Integrator Services for WAHBE Page 89

• Three (3) years of experience in a Functional Analyst or Business Analyst role for a software development

team that was diligently applying Scrum principles, practices, and theory

• Experience with customer centric design, UI/UX design

• Analytical approach to problem solving with experience in business-related data query/manipulation,

analysis, and process modeling

• Working knowledge of databases (SQL) and ability to utilize them for reporting

• Experience with complex health care systems or websites

• Experience with data mapping and system integration practices

• Knowledge of Agile approaches

Desired Education and Certifications:

Bachelor’s degree in a technical or business discipline, with CBAP, PMI®-PBA, or PMP preferred

Responsibilities, Experience, Skills, Education, and Certifications

Non-Key Staff Role: Project Coordinator [One (1) FTE]

The Vendor shall designate a Project Coordinator who has authority and responsibility on the WAHBE

project to perform the following responsibilities:

The Project Coordinator is responsible for providing project management support to the WAHBE and Vendor

teams. Responsibilities include, but are not limited to:

• Coordinating project management activities, resources, deliverables, and information

• Assisting in the development, review, distribution, and presentation of Weekly Status Reports and Monthly

SI Reports, as well as other agreed upon project management deliverables

• Participating in weekly WAHBE/Vendor Joint Status Meetings and other status update meetings

• Assisting in deliverable review facilitation, tracking, and maintenance

• Tracking and logging project action items, issues, and risks

• Gathering performance metrics and preparing reports

• Creating and maintaining comprehensive project documentation, plans, and reports in shared location

where WAHBE and Vendor Staff can review and edit

Desired Skills and Experience:

WAHBE prefers the Project Coordinator to have a minimum of:

• Three (3) years of experience as a Project Coordinator or in a similar role

• Knowledge of quality assurance/control procedures and demonstrated proactive problem management

skills

• Strong working experience with Microsoft Excel, Word, PowerPoint, and Access

Desired Education and Certifications:

Bachelor’s degree in Business Administration or Accounting or related field, or a mix of experience and

certification(s) where certificates in related field can be leveraged as two (2) years of education

RFP HBE 19-005 System Integrator Services for WAHBE Page 90

Responsibilities, Experience, Skills, Education, and Certifications

Non-Key Staff Role: Database Administrator [One (1) FTE]

The Vendor shall designate a Database Administrator who has authority and responsibility on the WAHBE

project to perform the following responsibilities:

The Database Administrator is responsible for the data and table structure, backups, performance improvement, and

maintenance of database platforms. Responsibilities include, but are not limited to:

• Building database schemas and structures based on HPF needs

• Suggesting and Implementing database performance tuning for database structures

• Identifying database Requirements by analyzing applications, doing code analysis, and analyzing operational

needs

• Evaluating existing system and proposed designs to provide recommendation on data architecture and database

structures

• Reviewing and Implementing SQL and PL/SQL code in database environments

• Implementing and maintaining transactional replication for the database environment (GoldenGate, DataGuard,

etc.).

• Leading and coordinating data standards and design adherence around data and database development,

following and helping create processes and procedures based on industry best practices

• Recommending solutions for database physical structures, functional capabilities, database security, data

backups, and recovery plans

• Revising or installing new features by using proposed Requirements and flowcharts, recommended optimum

access techniques, and established installation Requirements

• Maintaining database performance by calculating optimum values for database parameters, implementing new

releases, completing general maintenance, and evaluating database system usage and Requirements

• Patching, upgrading, and maintaining database servers in accordance with WAHBE Requirements

• Supporting database functions through automation and scripting where possible

Desired Skills and Experience:

WAHBE prefers the Database Administrator to have a minimum of:

• Five (5) years of experience in enterprise Oracle database administration with large-scale mission-critical

applications.

• Experience with Database Server Performance and Optimization tools

• Experience in Database Design, Partitioning, Archival strategy plans for old data

• Experience managing database backup, restore, and data archiving tasks

• Experience with Oracle Server security best practices by using CIS bench-mark tools

• Advanced knowledge of DataGuard, GoldenGate, and Oracle Clustering

• Working knowledge of other database platforms, including MsSQL, MySQL, PostgreSQL, etc.

• Working knowledge of ShellScript

• Complete understanding of SQL-based database management systems (e.g., Microsoft SQL Server, Oracle,

etc.)

• Experience in monitoring tools to analyze the performance like OEM, Zabbix, etc.

Desired Education and Certifications:

Bachelor’s degree in Computer Science or Information Systems or related field, or equivalent training and experience with

certification in Oracle Database or Microsoft SQL Server highly desired

RFP HBE 19-005 System Integrator Services for WAHBE Page 91

Responsibilities, Experience, Skills, Education, and Certifications

Non-Key Staff Role: Scrum Master [Three (3) FTEs]

The Vendor shall designate Scrum Masters who have authority and responsibility on the WAHBE project to

perform the following responsibilities:

The Scrum Masters are responsible for leading a Scrum Team. Responsibilities include, but are not limited to:

• Providing leadership, including: guiding the team and organization on how to use Agile/Scrum values,

principles, and practices and confirming all concepts outlined in the sSDLC are followed by all members of

the Scrum Team; supporting and educating the Product Owner; coaching the team to higher levels of

maturity; bringing disclosure and transparency to the business about development

• Providing facilitation, including facilitating sprint ceremonies and other Scrum-related meetings; facilitating

discussion, decision making, and conflict resolution; administering tools used by the Scrum Team; ensuring

communication and transparency among the Scrum Team; communicating information to stakeholders

• Performing conflict resolution, including: protecting the Scrum Team from diversions that hinder or block

the team’s work; identifying issues, hindrances, and blockages and working with the Product Owner to

escalate or resolve; understanding, documenting, and resolving impediments raised by the Scrum Team in

coordination with the Product Owner, or guiding the team to remove impediments; escalating impediments

that cannot be resolved to the Lead Scrum Master and Lead Product Owner

• Performing technical and release management, including: coordinating with the Scrum Team, SOS, and

other teams for the success of Implementations; tracking work progress to identify blockages and ensuring

that the Scrum Team is not diverging from prioritized tasks; understanding fundamentals of iterative

development and software development processes and procedures; leveraging techniques, processes, and

methodologies to provide value to the Scrum Team and organization; maintaining and following the

Implementation plan; coordinating with the Product Owner to create and deliver reports and metrics

• Participating in SOS, including supporting the team in identifying dependencies, risks, and impacts when

developing program, team, or sprint roadmaps and plans; representing the Scrum Team in the

organization’s program-level meetings

Desired Skills and Experience:

WAHBE prefers the Scrum Master to have a minimum of:

• Five (5) years of experience as an Agile developer, tester, or system designer

• One (1) year of experience managing a development, testing, or system design team

• Two (2) years of experience in a Scrum Master role for a software development team that was applying

Scrum principles, practices, and theory

• Experience with Agile techniques, including user stories, TDD, BDD, Continuous Integration, Continuous

Testing, Pairing, Automated Testing, Agile Games

• Experience applying patterns and techniques for filling in the intentional gaps left in the Scrum approach,

including burn down technologies, retrospective formats, bugs, and secure coding practices

• Experience with complex health care systems or websites

Desired Education and Certifications:

Bachelor’s degree in Computer Science or Information Systems or related field, or equivalent training and

experience and CSM, or Certified/Professional Scrum Trainer

RFP HBE 19-005 System Integrator Services for WAHBE Page 92

Responsibilities, Experience, Skills, Education, and Certifications

Non-Key Staff Role: Lead Java Developer [One (1) FTE]

The Vendor shall designate a Lead Java Developer who has authority and responsibility on the WAHBE

project to perform the following responsibilities:

The Lead Java Developer responsibilities include, but are not limited to:

• Designing, planning, developing, maintaining, and Implementing J2EE software into HPF

• Delivering high availability and performance

• Developing web services, SOAP or RESTful patterns, preferably on WebLogic platform or similar J2EE

application container servers

• Leading requirements analysis; designing applications based on HPF requirements and architecture;

prototyping, if necessary; developing, unit testing, and Implementing applications

• Directing junior Java development resources and testers for sprint completion and Agile software practices

(Scrum)

• Contributing to the enhancement of department application development/delivery standards, tools, and

processes

• Performing root-cause analysis of critical business and production issues

• Communicating and reporting on project tasks to WAHBE’s leadership team on an ongoing basis

Desired Skills and Experience:

WAHBE prefers the Lead Java Developer to have a minimum of:

• Four (4) years of experience leading technical teams on large and complex web, 3-tier, Java-based IT

system projects

• Four (4) years of professional programming experience in J2EE, JDK, SDK and Java Version 7.0 (or later)

and applicable design patterns

• Three (3) years of experience with Subversion, Ant, Eclipse, Application Servers, Struts, Spring, Hibernate,

JPA, Junit, RMI, and JDBC/SQL

• One (1) year of experience with CI/CD pipelines and tools that enable continuous builds, including Jenkins

and GitHub software Configuration management frameworks

• Experience with dynamic, web-based development concepts, including MVC concepts, HTML, and

JavaScript, as well as Java software design patterns

• Experience with XML and XSD based interfaces and tools

Desired Education and Certifications:

Bachelor’s degree in Computer Science or Engineering or related field

RFP HBE 19-005 System Integrator Services for WAHBE Page 93

Responsibilities, Experience, Skills, Education, and Certifications

Non-Key Staff Role: Performance Tester [One (1) FTE]

The Vendor shall designate a Performance Tester who has authority and responsibility on the WAHBE

project to perform the following responsibilities:

The Performance Tester executes WAHBE approved system performance testing activities for HPF Web App, HPF

Web Services, and Mobile APIs. Responsibilities include, but are not limited to:

• Working with technical stakeholders to create a Performance Test Plan, test scenarios, and associated test

cases

• Collaborating with operations and infrastructure teams to model appropriate workloads to meet

performance objectives

• Developing and maintaining automated test scenarios and environments for performance testing

• Executing and monitoring load tests to verify that the application meets designated performance

Requirements for HPF reliability, capacity, and scalability

• Generating test summary reports for management review

• Troubleshooting, analyzing root causes of performance issues and providing corrective actions, and

triaging both test environment and production HPF performance issues

• Assisting in project planning, scheduling, budgeting, and tracking activities

• Providing support in project design, development, and Implementation activities

• Reviewing and recommending improvements to existing test procedures

Desired Skills and Experience:

WAHBE prefers the Performance Tester to have a minimum of:

• Four (4) years of experience executing performance testing with HP Load Runner, JMeter, and SoapUI Pro

• Experience with testing coordination and strong working knowledge of end-to-end performance test

processes

• Working knowledge of the sSDLC and performance testing lifecycle, as well as performance testing key

concepts and Requirements

• Working knowledge of server, network, virtualization, and database concepts

• Experience managing performance tests, scheduling performance test activities, and reporting the progress

of performance results

• Experience documenting and logging defects related to application and system performance in Jira

Desired Minimum Education and Certifications:

Bachelor’s degree in Computer Science or Information Systems or related field, or equivalent training and

experience

RFP HBE 19-005 System Integrator Services for WAHBE Page 94

Responsibilities, Experience, Skills, Education, and Certifications

Non-Key Staff Role: System Administrator [Three (3) FTEs]

The Vendor shall designate System Administrators who have authority and responsibility on the WAHBE

project to perform the following responsibilities:

The System Administrators are responsible for the day-to-day procedures, processes, and operations of core OS-

up IT systems and are responsible for employing established procedures and standards to build systems and

applications. Responsibilities include, but are not limited to:

• Administering the WebLogic application and Web Server, including installing and managing WebLogic on

servers; managing, Implementing, and documenting the Implementation of code and Configurations;

monitoring system performance; and remediating and correcting issues and problems

• Patching and maintaining applications including executing and planning, testing, applying, and validating

application patches and hotfixes for the OS-up applications (WebLogic, OPA, IDAM, OHS, Imagenow, etc.)

• Evaluating, analyzing, and communicating upgrade impacts for planning and Implementing approved

upgrades for OS-up products

• Administrating and maintaining the DevSecOps process, including Implementing code to environments;

managing SVN store for application code, and managing automated code Implementation systems

• Administrating and maintaining the enterprise batch scheduling system, including building, managing, and

operating job schedules and calendars for automated and manual jobs; rerunning or escalating failed jobs

and operations; and Implementing updates and code

• Assisting with the support of development activities, including working with developers to define system

needs, collaborating with WAHBE to create standards and best practices, monitoring system performance,

and assisting with system upgrades

• Performing complex root cause analysis

Desired Skills and Experience:

WAHBE prefers the System Administrators to have a minimum of:

• Two (2) years of experience in Oracle WebLogic application servers, Webservices (SOA), and Java

application support

• Two (2) years of experience with batch system scheduling and automation systems

• Experience with automation and scripting common tasks with bash, PowerShell, or a similar language

• Experience with Oracle systems, to include Identity Management and Oracle Enterprise Monitoring

• Experience with DevSecOps code management and Implementation

Desired Education and Certifications:

Associate degree in Computer Science or Information Systems or related field AND two years of IT-related industry

experience; qualifying experience may substitute year for year for education

RFP HBE 19-005 System Integrator Services for WAHBE Page 95

Responsibilities, Experience, Skills, Education, and Certifications

Non-Key Staff Role: SQL Developer (Data Fix) [One (1) FTE]

The Vendor shall designate a SQL Developer (Data Fix) who has authority and responsibility on the WAHBE

project to perform the following responsibilities:

The SQL Developer (Data Fix) responsibilities include, but are not limited to:

• Ensuring data integrity is maintained in WAHBE’s production database

• Ensuring data integrity is restored after HPF glitches have caused data integrity issues in WAHBE’s

production database

• Applying administrative data changes in WAHBE’s production database that cannot be applied using the

application’s user interface or APIs

Desired Skills and Experience:

WAHBE prefers the SQL Developer (Data Fix) to have a minimum of:

• Three (3) years of experience as SQL developer

• Two (2) years of experience with complex health care eligibility and enrollment system data models

• Familiarity with Agile software development practices (Scrum)

• Working knowledge in reading query execution plans and optimizing slow-running queries

• Ability to learn and understand application business processes that generate or alter data records in a

production database

Desired Education and Certifications:

Bachelor’s degree in Computer Science or Engineering or related field, or equivalent training and experience

Non-Key Staff Role: Java Developer [Six (6) FTEs]

The Vendor shall designate Java Developers who have authority and responsibility on the WAHBE project

to perform the following responsibilities:

The Java Developers are responsible for designing, developing, and delivering high-volume, low-latency

applications. Responsibilities include, but are not limited to:

• Designing, planning, developing, maintaining, and Implementing J2EE software systems

• Developing Web Services, SOAP or RESTful patterns, preferably on WebLogic platform or similar J2EE

application container servers

• Performing Requirements analysis; designing applications based on HPF Requirements and architecture;

prototyping, if necessary; and developing, unit testing, and Implementing applications

• Contributing to the enhancement of application development/delivery standards, tools, and processes

• Performing root-cause analysis of critical business and production issues

• Communicating and reporting on project tasks to WAHBE’s leadership team

• Learning and understanding industry software best practices and incorporating them in processes

Desired Skills and Experience:

WAHBE prefers the Java Developers to have a minimum of:

RFP HBE 19-005 System Integrator Services for WAHBE Page 96

Responsibilities, Experience, Skills, Education, and Certifications

• Three (3) years of experience leading projects on large and complex web, 3-tier, Java-based IT system

projects

• Four (4) years of professional programming experience in J2EE, JDK, SDK, and Java Version 7.0 (or later)

and applicable design patterns

• One (1) year of experience with Subversion, Ant, Eclipse, Application Servers, Struts, Spring, Hibernate,

JPA, Junit, RMI, and JDBC/SQL

• One (1) year of experience with CI/CD pipelines and tools that enable continuous builds including Jenkins

and GitHub software Configuration management frameworks

• Experience with dynamic, web-based development concepts, including MVC concepts, HTML, and

JavaScript, as well as Java software design patterns

• Experience with XML and XSD based interfaces and tools

Desired Education and Certifications:

Bachelor’s degree in Computer Science or Engineering or related field

Responsibilities, Experience, Skills, Education, and Certifications

Non-Key Staff Role: Mobile Developer [One (1) FTE]

The Vendor shall designate a Mobile Developer who has authority and responsibility on the WAHBE project

to perform the following responsibilities:

The Mobile Developer is responsible for the design, development, testing, and Implementation of software used for

WAHBE. Responsibilities include, but are not limited to:

• Designing and Implementing mobile development process and support iOS (Spring) and android

applications on (Ionic, Appcelerator, or Xamarin platforms)

• Maintaining working knowledge of, and applying, industry best practices in mobile architecture

Desired Skills and Experience:

WAHBE prefers the Mobile Developer to have a minimum of:

• Three (3) years of experience developing mobile applications for iOS or android devices

• Four (4) years of professional software development experience with a strong understanding of client-

server related applications

• Experience with a modern Javascript framework, e.g., React Native, NativeScript, Vue

• Experience in mobile application development—including business process advancements—through

mobility integrations, native vs. hybrid application development strategy, and application development

frameworks including Ionic or Appcelerator

• Working knowledge and hands-on experience with Automated testing, data stubbing, and mocking

• Experience in application development frameworks, including Ionic or Appcelerator

• Experience with Agile/Scrum development process

• Experience using common source code control systems (e.g., Git, Subversion, CVS)

• Experience with data manipulation technologies including web services, REST, JSON, SOAP, and XML

RFP HBE 19-005 System Integrator Services for WAHBE Page 97

Responsibilities, Experience, Skills, Education, and Certifications

Desired Education and Certifications:

Bachelor’s degree in Computer Science or Engineering or related field

Non-Key Staff Role: Quality Assurance Analysts [Five (5) FTEs]

The Vendor shall designate Quality Assurance Analysts who have authority and responsibility on the

WAHBE project to perform the following responsibilities:

The Quality Assurance Analysts are responsible for executing the test plan. Responsibilities include, but are not

limited to:

• Developing test scenarios based on business process flows and ensuring traceability of scripts to user

story Acceptance criteria and design artifacts

• Developing test cases based on test scenarios

• Performing data preparation activities to support testing

• Executing test cases and reporting test outcomes

• Providing help to other HPF users executing the test plan and the support desk in areas including Account

Creation or Modification

• Reviewing HPF integration test results

• Compiling and documenting test results

• Maintaining and monitoring defects in Jira

• Supporting troubleshooting, root cause analysis, and triage of production issues

Desired Skills and Experience:

WAHBE prefers the Quality Assurance Analysts to have a minimum of:

• Three (3) years of experience supporting IT system testing

• Two (2) years of experience working for a health insurance exchange

• Two (2) years of experience testing web-based health insurance software and integrated eligibility systems

• Experience with Agile sSDLC system development

• Working knowledge of software testing methodology and techniques, including industry standards and best

practices

• Experience with automation script development and execution

Desired Education and Certifications:

Bachelor’s degree in Computer Science or Information Systems or related field, or equivalent training and

experience

RFP HBE 19-005 System Integrator Services for WAHBE Page 98

4 Vendor Technical Proposal – Required Submittals

4.1 Proposal Checklist (M)

The Vendor shall complete and provide a signed copy of Exhibit B – Proposal Checklist, confirming

submission of various Proposal documents as well as an understanding of various Proposal

Requirements.

Exhibit B – Proposal Checklist shall be provided in an appendix to the Vendor’s Proposal. The

appendix shall be referenced in the body of the Proposal and clearly labeled as “Appendix 1: Proposal

Checklist.”

4.2 Letter of Submittal (M)

A Letter of Submittal shall be provided by the Vendor using the form in Exhibit C – Letter of Submittal.

The Letter of Submittal must be signed by an individual who is authorized to commit the Vendor to the

provisions and Requirements in this RFP.

Exhibit C – Letter of Submittal shall be provided in an appendix to the Vendor’s Proposal. The

appendix shall be referenced in the body of the Proposal and clearly labeled as “Appendix 2: Letter of

Submittal”

4.3 Subcontractor Utilization Statement (M)

The Vendor must indicate if it intends to subcontract with another business for any portion of the

services provided by submitting Exhibit D – Subcontractor Utilization Statement. If the Vendor does

not intend to use Subcontractors, the Vendor must still submit the form as part of its Proposal,

checking the box that indicates it does not plan to use Subcontractors.

If the Vendor does intend to use Subcontractors, the Vendor shall provide information on each

Subcontractor using the format provided in Exhibit D – Subcontractor Utilization Statement.

Exhibit D, Subcontractor Utilization Statement shall be provided in an appendix to the Vendor’s

Proposal. The appendix shall be referenced in the body of the Proposal and clearly labeled as

“Appendix 3: Subcontractor Utilization Statement.”

4.4 Executive Summary (M)

Summarize the contents of the Proposal in the Executive Summary. The purpose of the Executive

Summary is to provide WAHBE’s evaluation team with a broad but clear understanding of the entire

Proposal, emphasizing any unique aspects or strengths of the Vendor and Proposal. The Executive

Summary must be signed by an individual who is authorized to commit the Vendor to the provisions

and Requirements in this RFP.

The Vendor’s Executive Summary shall be provided in an appendix to the Vendor’s Proposal. The

appendix shall be referenced in the body of the Proposal and clearly labeled as “Appendix 4:

Executive Summary.”

RFP HBE 19-005 System Integrator Services for WAHBE Page 99

4.5 Vendor Background and Experience (MS)

Provide a brief description of the Vendor’s organization, including primary business location(s), size,

areas of specialization and expertise, customer base, and any other pertinent information that would

aid an evaluator in formulating a determination about the stability and strength of the Vendor, as well

as the value and commitment of the Vendor as a resource to WAHBE. Include an organizational chart

for the Vendor’s organization.

Provide information for up to five (5) ongoing or successfully completed projects in the last five (5)

years providing SI services similar to those being requested in this RFP for a State-Based

Marketplace (SBM) or the Federal Marketplace. If the Vendor has not provided similar services for

SBMs, provide other relevant experience the Vendor has had during the last five (5) years that

indicates the Vendor’s qualifications and ability to perform the services being solicited under this RFP.

Examples may include performing SI services for a:

• State or federal eligibility and enrollment website

• Private health insurance exchange

• Insurance carrier website or comparable retail website

At least two (2) of the projects shall include Key Staff who are included in the Vendor’s Proposal for

this RFP. Projects that do not include Key Staff included in the Vendor’s Proposal for this RFP may be

provided in response to this section; however, the absence of Key Staff on the referenced projects

may be negatively reflected in the Vendor’s score for this section.

Include the following information for each project provided:

• Project title/name and summary description

• Project start and end dates

• Customer company/organization name

• Customer contact name, phone, and email (by providing a contact name in response to this

section, the Vendor grants permission for WAHBE to contact this person to validate the

information provided)

• Overview of scope of work, service(s) provided, and project deliverables

• Description of how services delivered align with the services being sought by WAHBE

• Overview of HPF technology stack, code language, and hosting

• Established project performance standards and compliance results

• Outcomes achieved

• Role of Agile methodologies on the project, if any

• Key Staff who have experience working on the reference project and who are proposed for a

role under this RFP.

RFP HBE 19-005 System Integrator Services for WAHBE Page 100

4.6 Proposed Services

4.6.1 Overall Strategy and Approach (MS)

Provide a narrative explaining the intended approach to delivering the services and meeting the

Requirements described in this RFP. Include the proposed high-level processes, practices, and

methodologies for providing all components of the requested services, as described in Section 3:

Scope of Work.

4.6.2 Proposed Approach to Service Requirements

Provide Vendor’s approach to the Service Requirements contained in Section 3.4: Service Area 1:

Global Services through Section 3.9: Service Area 6: Transition. Instructions for response are

outlined below in Sections 4.6.2.1 through 4.6.2.6.

4.6.2.1 Vendor Assumptions for Service Requirements (M)

Using the table format shown in Table 4.1, the Vendor shall identify key scope, schedule, and other

assumptions—including assumptions regarding WAHBE’s Staff, technical, or other resources—

related to the Vendor’s proposed approach to fulfilling the service Requirements. If the Vendor has not

made any assumptions, the Vendor shall respond with “No assumptions have been made.”

Vendor assumptions not submitted in the format shown in Table 4.1 below shall not be considered

and may result in disqualification.

Table 4.1: Format for Vendor Assumptions for Service Requirements

Assumption Reason(s) for Assumption

Table 4.1: Vendor Assumptions for Service Requirements shall be provided in an appendix to the

Vendor’s Proposal. The appendix shall be referenced in the body of the Proposal and clearly labeled

as “Appendix 5: Vendor Assumptions for Service Requirements.”

4.6.2.2 Proposal Narrative for Each Service Domain (MS)

The Vendor shall provide a Proposal outlining its approach to delivering each of the thirteen (13)

service domains within the six (6) service areas provided in Sections 3.4 to 3.9 of the RFP. The

Proposal may include how the Vendor will deliver the specified services, best practices that the

Vendor will apply, templates that the Vendor will leverage, deliverables that the Vendor will provide to

demonstrate the Requirement is being met on an ongoing basis, and mechanisms that the Vendor will

use to track and report Deliverables to WAHBE. As applicable, the Vendor shall indicate if and how it

can exceed the Requirements as described in this RFP. The narratives shall be included within the

body of the Vendor’s Proposal, and each response shall be clearly labeled with the service domain

name (e.g., “Service Domain 1 - Data”).

RFP HBE 19-005 System Integrator Services for WAHBE Page 101

4.6.2.3 Acceptance of/Exceptions to Each Requirement within Each Service Domain (MS)

The Vendor shall confirm whether or not it accepts in whole each Requirement in each of the thirteen

(13) service domains provided in Sections 3.4 to 3.9 of the RFP. If the Vendor has exceptions to a

Requirement, the Vendor shall describe the exceptions.

Vendors shall use tab 2 in Exhibit G – Requirements Template to provide a response. The template

shall be provided as an appendix to the Vendor’s Proposal. The appendix shall be referenced in the

body of the Proposal and clearly labeled as “Appendix 6: Requirements Template.”

4.6.2.4 Meetings Proposal (MS)

In Vendor’s Proposal to Section 3.10: Summary of Vendor Meetings, the Vendor shall provide a

complete list of all meetings the Vendor intends on leading or participating in with WAHBE over the

duration of the Contract. This list shall include the meetings listed in Table 3.8 in Section 3.10 and any

additional meetings the Vendor plans to lead or participate in. The Vendor shall also confirm whether

or not it accepts in whole each of the meeting Requirements. If the Vendor has exceptions to a

Requirement, the Vendor shall describe the exceptions.

Vendors shall use tab 3 in Exhibit G – Requirements Template to provide a response. Tab 3 shall be

included as part of the complete Microsoft Excel workbook provided in Exhibit G – Requirements

Template, i.e., the tab shall not be provided as a separate file.

Exhibit G – Requirements Template shall be provided in an appendix to the Vendor’s Proposal. The

appendix shall be referenced in the body of the Proposal and clearly labeled as “Appendix 6:

Requirements Template.”

4.6.2.5 Deliverables Proposal (MS)

In Vendor’s Proposal for Section 3.11: Summary of Vendor Deliverables, the Vendor shall provide a

complete list of all deliverables the Vendor intends on providing to WAHBE over the duration of the

Contract. This list shall include the deliverables listed in Table 3.9 and any additional deliverables the

Vendor plans to deliver. The Vendor shall also confirm whether or not it accepts in whole each of the

deliverable Requirements. If the Vendor has exceptions to a Requirement, the Vendor shall describe

the exceptions.

Vendors shall use tab 4 in Exhibit G – Requirements Template to provide a response. Tab 4 shall be

included as part of the complete Microsoft Excel workbook provided in Exhibit G – Requirements

Template, i.e., the tab shall not be provided as a separate file.

Exhibit G – Requirements Template shall be provided in an appendix to the Vendor’s Proposal. The

appendix shall be referenced in the body of the Proposal and clearly labeled as “Appendix 6:

Requirements Template.”

4.6.2.6 DED Proposal (MS)

Vendor shall provide sample DEDs for each deliverable marked as “new” in Table 3.9 of Section 3.11:

Summary of Vendor Deliverables of the RFP, describing the proposed deliverable format and content

(at a minimum, including without limitation Acceptance Criteria).

Sample DEDs shall be provided in an appendix to the Vendor’s Proposal. The appendix shall be

referenced in the body of the Proposal and clearly labeled as “Appendix 7 – Sample DEDs”.

RFP HBE 19-005 System Integrator Services for WAHBE Page 102

4.6.2.7 Value-Added Benefits (OS)

The Vendor may describe additional services or work products that are not required by this RFP and

that the Vendor proposes to provide at no additional cost to WAHBE. Information provided may

include delivery frameworks, models, capabilities, assets, and accelerators.

Vendor’s description of value-added benefits shall be included within the body of the Vendor’s

Proposal, and response shall be clearly labeled as “Value-Added Benefits”. Vendors are not required

to propose value-added benefits.

4.7 Proposed Staffing Approach (MS)

In Vendor’s Proposal for Section 3.12: Staffing Requirements will consist of the following five (5)

primary components. WAHBE has outlined the anticipated roles, number of FTEs, and the proposed

team structure WAHBE believes is necessary to fulfill the Requirements herein.

Except for Key Staff, which are required roles under this RFP, WAHBE encourages Vendors to share

alternative Staffing approaches to deliver the services outlined in Sections 3.4 to 3.9 and to fulfill the

vision described in Section 1.5: Project Background and Vision within WAHBE’s budget

considerations.

4.7.1 Vendor Assumptions for Staffing Requirements (M)

Using the table format shown in Table 4.2, the Vendor shall identify key assumptions—including

assumptions regarding WAHBE’s Staff, technical, or other resources—related to the Vendor’s

proposed Staffing approach. If the Vendor has not made any assumptions, the Vendor shall respond

with “No assumptions have been made.”

Vendor assumptions not submitted in the format shown in Table 4.2 below shall not be considered and

may result in disqualification.

Table 4.2: Format for Vendor Assumptions for Staffing Requirements

Assumption Reason(s) for Assumption

Table 4.2: Vendor Assumptions for Staffing Requirements, shall be provided in an appendix to the

Vendor’s Proposal. The appendix shall be referenced in the body of the Proposal and clearly labeled

as “Appendix 8: Vendor Assumptions for Staffing Requirements.”

4.7.2 Staffing and Organization (MS)

Vendor shall provide a high-level narrative description of the overall Staffing organization, roles, and

teams. This description shall include how the roles and teams will integrate with the WAHBE teams.

The narrative shall clearly indicate how the proposed teams will address the service domains provided

in Section 3: Scope of Work. In particular, the Vendor shall clearly describe its approach to Staffing

Service Area 6: Transition Services, including the specific Staff roles that will perform these services

and the location of each Staff member. The Proposal shall demonstrate the Vendor's ability and

RFP HBE 19-005 System Integrator Services for WAHBE Page 103

capability to provide knowledgeable, skilled, and experienced personnel to accomplish the SOW as

described in this RFP.

Vendor shall utilize the Staffing plan template provided as Exhibit F – Proposed Staffing Plan

Template to provide the Vendor’s proposed Staffing plan. The template shall be provided as an

appendix. The appendix shall be referenced in the body of the Proposal and clearly labeled as

“Appendix 9: Proposed Staffing Plan.”

The plan must depict each proposed Staff role and number of FTEs per role, the service team(s) (as

described in Section 3.12.3: Staff Roles for Service Teams) each role belongs to, the reporting

structure, and the relationship of roles and teams. Names shall be provided for the Vendor’s proposed

Key Staff, and they shall be clearly designated using the words “Key Staff” on the plan. Names shall

also be provided for Staff who are not deemed as Key Staff but who are being proposed as part of the

team. The Vendor shall indicate if a role is currently unfilled by including the words “Unfilled” in the

plan. In Vendor’s Proposal for Section 4.7.4: Staff and Subcontractor Management, the Vendor shall

describe its plan for Staffing unfilled roles should the Vendor be determined to be the ASV.

4.7.3 Key Staff (MS)

The Vendor shall provide the Key Staff Required for this project. Key Staff are defined as Staff who

are contractually essential and have lead responsibilities for performing the scope of work. The

minimum Key Staff positions for the project are provided in Section 3.12.3: Staff Roles for Service

Teams, along with descriptions of the minimum required qualifications for each of these roles.

The Vendor must name the individual proposed for each Key Staff role in its Proposal. Key Staff

submitted in the Vendor’s Proposal are assumed to be committed to the project should the Vendor be

awarded the Contract, pending WAHBE approval of the Staff member(s). WAHBE reserves the right

to approve/deny Key Staff included in the Proposal.

The Vendor shall provide resumes for all Key Staff. Resumes must demonstrate experience of Key

Staff that is germane to the role proposed. Resumes shall include the Staff member’s work on

projects cited under the Vendor’s experience provided in In Vendor’s Proposal for Section 4.5, as

applicable: Vendor Background and Experience, as well as the individual’s specific functions

performed on such projects. Each resume must include the following details in the order specified:

• Proposed role

• Summary of relevant experience and knowledge specific to the responsibilities of their role and

the services being requested in this RFP

• Professional employment history with dates

• Professional certifications

• Education (degrees received and major studies)

Each individual’s resume must also include at least three (3) client references from recent projects.

References must not be Vendor or Subcontractor colleagues.

Resumes and references shall be included as an appendix to the Vendor’s Proposal. The appendix

shall be referenced in the body of the Proposal and clearly labeled as “Appendix 10: Key Staff.”

RFP HBE 19-005 System Integrator Services for WAHBE Page 104

4.7.4 Staff and Subcontractor Management (MS)

The Vendor shall describe its approach to personnel management, including:

• Hiring—including the Vendor’s plan for recruiting for and filling roles unfilled at the time of

submission of the Vendor’s Proposal—and termination

• Initial and ongoing Staff training—including transfer of project status, business and system

knowledge, and project management methodologies and processes—to new Staff

• Staff performance monitoring

• Succession planning, Staff replacement, and Staff backup

• Sourcing of Staff, including off-shoring and/or near-shoring

• Retaining Staff and ensuring continuity of Staff for the duration of the project

• Managing Subcontractors

4.7.5 Acceptance of/Exceptions to Each General Staffing Requirement (MS)

The Vendor shall confirm whether or not it accepts in whole each general Staffing Requirement

provided in Section 3.12.1: General Staffing Requirements. If the Vendor has exceptions to a

Requirement, the Vendor shall describe the exceptions.

Vendors shall use tab 5 in Exhibit G – Requirements Template to provide a response. Tab 5 shall be

included as part of the complete Microsoft Excel workbook provided in Requirements Template, i.e., the

tab shall not be provided as a separate file.

Exhibit G – Requirements Template shall be provided in an appendix to the Vendor’s Proposal. The

appendix shall be referenced in the body of the Proposal and clearly labeled as “Appendix 6:

Requirements Template.”

4.8 Additional Service-Related Questions (MS)

In Vendor’s Proposal, provide a response to each of the following questions using a narrative format.

Please label the response to each question using the associated numeric label (e.g., 4.8.1, 4.8.2).

4.8.1 Please describe how Vendor will demonstrate each of the eight (8) qualities WAHBE is seeking

in a Vendor, as described in Section 1.5: Project Background and Vision of this RFP.

4.8.2 Describe Vendor’s experience partnering with clients to achieve improvements in operational

efficiencies. Describe strategies previously used to improve the client experience, organizational

relationships, and business processes and describe the results achieved.

4.8.3 Describe Vendors experience modernizing a legacy/existing system on past projects, including

how Vendor has partnered with clients to lead to success in achieving modernization,

modularization, and improvement of their systems. Provide examples of tools, documents,

strategies, results, and resources from these projects that Vendor believes will convey Vendor’s

expertise in helping deliver modernization and improvements to the customer experience.

RFP HBE 19-005 System Integrator Services for WAHBE Page 105

4.8.4 Provide a proposed roadmap for Implementing enhancements that will address the

Opportunities for Customer Experience Optimization and Opportunities for Continuous

Technical Optimization in Sections 1.6.2.5 and 1.6.2.6. Include Vendor approach, proposed

tools, processes, resource needs, and sequencing to achieve successful Implementation, and

identify which business and technical issues are addressed in the roadmap. WAHBE is

interested in Vendor approaches that leverage the services described within the RFP, not

additional products or services.

4.8.5 The HPF may have the capacity and capabilities to support program eligibility and enrollment

for other public programs. Describe Vendor’s prior experience extending or adapting a system

to another context and addressing the technology, staffing, and resource considerations that

were needed. Also describe Vendor’s approach to having minimized disruptions to existing

operations and streamlining the integration of a new program into the operation.

In Vendor response, also describe how Vendor system design, operational, and administrative

approach ensured that on an ongoing basis Vendor system processes were flexible and

extensible to reuse or extend eligibility and enrollment for new programs or services.

4.8.6 Describe Vendor process for onboarding new Staff onto the project. Also, describe the contents

that Vendor would include in a Development Guide (DEL-COD-01) in Table 3.9) if awarded this

Contract.

4.8.7 Define the sSDLC processes and practices that Vendor will follow as custodian of WAHBE’s

technology’s assets:

• HPF web application

• Mobile application

• Integration with external partners

4.8.8 Describe Vendor experience Implementing Agile best practices, including TDD and BDD.

4.8.9 Describe Vendor experience with The Open Group Architecture Framework (TOGAF) or other

architectural frameworks. Describe how Vendor has incorporated architectural frameworks into

functional design documentation. Describe how functional system design documentation can be

made user friendly, accessible, and readable for diverse audiences

4.8.10 Currently, HPF is brought down every night to enable interfacing partners to complete batching

activities (including an external mainframe system that requires downtime for data batches). In

addition, during Implementations, HPF is taken offline for approximately six (6) hours. Please

provide Vendor experiences minimizing downtime and ideas for how HPF downtime may be

minimized.

4.8.11 Provide a sample quality report from another project that includes information including

initiatives for code quality, data integrity, process improvements, etc. The report shall be

RFP HBE 19-005 System Integrator Services for WAHBE Page 106

provided as an appendix to the Vendor’s Proposal. It shall be referenced in the body of the

Proposal and clearly labeled as “Appendix 11: Example Quality Report.”

4.8.12 WAHBE is currently storing all production data generated to date. Please describe what Vendor

would propose as a sensible alternative data storage and archiving policy, and how Vendor

would go about Implementing it over time.

4.8.13 Describe Vendors experience with Oracle enterprise software stack transitions for large

systems. Describe Vendors recommendations for alternate products, including open source or

other software vendor products.

In Vendors response, also provide Vendors recommended approach to transitioning from an

Oracle-based system to an open source or other suite of products to ensure that WAHBE’s

move to an Azure-resident cloud platform is carried out with the best set of products and tools

that supports a stable, durable, robust, secure, reliable, scalable, flexible, and tunable HPF

platform. Provide specific recommendations for products and tools, including:

• Operating System

• Application Server

• Web Server

• Integration and Middleware Products

• Business Rules Engine

• Authorization/Authentication/Security Product

Provide Vendors approach and timeline for such a transition and Implementation.

4.8.14 Describe how Vendor will develop and maintain the system to ensure ADA compliance through

Design, Development, Testing, and Implementation. Include reference to the use of accessibility

tools, including automated and manual accessibility testing tools, processes to document

accessibility for each sprint, validation steps to ensure accessibility, and remediation steps to

address accessibility issues.

4.8.15 Please explain how you will implement WCAG 2.1 AA compliant systems with provisions of time,

resources, processes and trainings.

4.8.16 Below is a diagram showing the current transaction flows and formats of WAHBE’s Electronic

Data Interchange (EDI).

RFP HBE 19-005 System Integrator Services for WAHBE Page 107

Describe Vendors experience with EDI communication (see Attachment 16 – Enrollment EDI

Communication). Include any recommendations for streamlining reconciliation and improving

overall operational efficiencies.

4.8.17 Describe how Vendor would improve WAHBE’s correspondence creation and generation

process knowing that WAHBE leverages Adobe Experience Manager (AEM). Provide any

experience and examples of approaches Vendor has led including product transitions (see

Attachment 10 – Correspondence Roles and Responsibilities).

4.8.18 WAHBE seeks to improve processes to eliminate errors and perform transactional work in

reduced time. WAHBE would like to consider leveraging current user interfaces and existing

applications and, wherever applicable, moving away from automation that is based on

programming and relying on APIs and other integration methods. WAHBE seeks a partner to

propose ways to introduce system-agnostic business tools that provide scalable, low-cost, and

low-complexity structured rule-based task automation that would replicate repetitive human

actions and act as a precursor to setting up the foundation to gradually introduce cognitive and

or artificial intelligence. The automation introduced should be easily managed, and not require

a change in the IT system. Does Vendor have experience Implementing robotic process

automation or similar tools? If so, please provide an example of when Vendor Implemented such

a tool; and provide the outcome of doing so.

RFP HBE 19-005 System Integrator Services for WAHBE Page 108

5 Vendor Business Proposal – Required Submittals

5.1 Proposed Costs (M)

WAHBE anticipates that the cost of services procured through this RFP will not exceed the current

cost of services, as provided in Section 1.6.1: Business Environment. Furthermore, WAHBE seeks

creative strategies from Vendors to reduce the costs to deliver the scope of work described in Section

3: Scope of Work from current costs. Vendors must submit a comprehensive and complete Business

Proposal that meets all the Requirements specified in this RFP and Sample Contract.

Vendors shall submit their proposed cost using the cost schedules provided in Exhibit H – Proposed

Cost Schedules (Mandatory).

Vendors must complete Exhibit H – Proposed Cost Schedules in accordance with all instructions

provided on the schedules.

The Vendor is to include all costs for performing the tasks including administrative, Staff costs,

software, licensing, and any other non-labor expenses necessary to accomplish the tasks and to

produce the services and deliverables. No additional charges for overhead, travel, or other expenses

shall be allowed after award.

In the event of a mathematical inconsistency between a line item price and an extended price based

on quantities, the line item price will prevail.

In the event a Vendor proposes a dollar amount range for any line item, the high end of the range will

be used for evaluation purposes.

In the event a Vendor proposes $0.00 for any line item, the next-lowest amount proposed by a Vendor

will be used for evaluation purposes.

The cost proposal must be signed by a Vendor representative with authority to bind the Vendor to the

costs proposed.

5.1.1 Cost Narrative and Assumptions (M)

Vendors shall provide a narrative in Microsoft Word that explains the detailed components of their

proposed cost and the underlying foundation used in formulating the costs. Vendors should be as

specific and detailed in their narrative as possible, including but not limited to how the proposed cost

was developed in alignment with the principles of:

• Contracting in a budget-neutral manner with an increase in the DDI to M&O service ratio

• Vendor transparency and accountability

• Assuming two thousand eighty (2,080) hours of work for each FTE

The Vendor shall also identify key assumptions related to the proposed cost using the format provided

in Table 5.1. If the Vendor has not made any assumptions, the Vendor shall respond with “No

assumptions have been made.”

Vendor assumptions not submitted in the table format shown in Table 5.1 shall not be considered and

may result in disqualification.

RFP HBE 19-005 System Integrator Services for WAHBE Page 109

Table 5.1: Format for Vendor Assumptions for Proposed Cost

Assumption Reason(s) for Assumption

Table 5.1: Vendor Assumptions for Proposed Costs, shall be provided in an appendix to the Vendor’s

Proposal. The appendix shall be referenced in the body of the Proposal and clearly labeled as

“Appendix 12: Vendor Assumptions for Proposed Cost.”

5.1.2 Proposed Cost Schedules (MS)

WAHBE has provided cost schedules separately in a Microsoft Excel workbook in Exhibit H –

Proposed Cost Schedules. Vendors shall use these cost schedules to provide their proposed cost.

Each cost schedule provided in the Vendor’s one (1) true and correct printed original version of the

submitted Proposal must be signed and dated by an individual authorized to bind the Vendor to the

Proposal.

The one (1) copy of the cost schedules provided on the thumb drive shall be provided in Microsoft

Excel format, with an electronic signature typed into the signature line.

The cost schedules shall be provided as an appendix. The appendix shall be referenced in the body of

the Proposal and clearly labeled as “Appendix 13: Proposed Cost Schedules.”

Failure to complete each cost schedule as instructed or failure to sign each cost schedule will result in

rejection of the Proposal.

5.1.2.1 Total Evaluated Cost – Cost Schedule A (MS)

Cost schedule A includes the total sum of cost schedules B through E. Vendors are instructed to

propose costs based on WAHBE’s Key Staff Requirements and the Vendor’s proposed Staffing model

(Vendor’s Proposal to Section 4.7.2/Exhibit F – Proposed Staffing Plan Template). Cost Schedule A

shall not be populated by the Vendor; it will be auto-populated in Microsoft Excel from the data

entered by the Vendor in Cost Schedules B through E. WAHBE’s Financial Evaluation Team will

score Cost Schedule A, as described in Section 6.2.2: Step 2.2: Evaluation and Scoring of Business

Responses.

5.1.2.2 Core Technical Services – Cost Schedule B (MS)

Cost Schedule B includes the Vendor’s proposed cost for the Core Technical Services Team to

perform all Requirements in Service Area 2: Core Technical Services (Service Domains 7 and 8). The

Vendor shall also include the number of FTEs associated with the proposed Core Technical Services

Team.

5.1.2.3 M&O Agile Services – Cost Schedule C (MS)

Cost Schedule C includes the Vendor’s proposed cost for the M&O Agile Team to perform all

Requirements in Service Area 3 (Service Domain 9): M&O Agile Services.

RFP HBE 19-005 System Integrator Services for WAHBE Page 110

This proposed cost also includes Staff from the Shared Agile Services Team necessary for the M&O

Agile Team to perform all services. Costs shall be based on one (1) M&O Agile Team performing

sprints for defect fixes and minor enhancements. The Vendor shall also include the number of FTEs

associated with the proposed M&O Agile Team.

5.1.2.4 DDI Agile Services – Cost Schedule D (MS)

Cost Schedule D includes the Vendor’s proposed cost for the DDI Agile Teams to perform all

Requirements in Service Area 4: DDI Agile Services (Service Domain 10). Costs shall be based on

two (2) DDI Agile Teams performing sprints for prioritized enhancements consistent with a software

development release schedule for each year of the Contract. The Vendor shall also include the

number of FTEs associated with the proposed DDI Agile Teams.

This proposed cost also includes Staff from the Shared Agile Services Team necessary for the DDI

Agile Teams to perform all services.

5.1.2.5 PMO Services – Cost Schedule E (MS)

Cost Schedule E includes the Vendor’s proposed cost for the PMO Services Team to perform all

Requirements in Service Area 5: Vendor and Project Management Services (Service Domain 11). The

Vendor shall also include the number of FTEs associated with the proposed PMO Services Team.

5.1.2.6 Transition Services – Cost Schedule F (MS)

Cost Schedule F includes the Vendor’s proposed cost for providing transition-in services at the

beginning of the Contract and for providing transition-out services at the end of the Contract, as

described in Service Area 6: Transition Services.

Transition-in services shall be defined as the services for the first three (3) months of the Contract

term that are necessary to perform the transition-in Requirements in Service Domain 12: Transition-In.

Transition-out services is defined as the transition-out Requirements in Service Domain 13:

Transition-Out; and are presumed to begin no later than six (6) months prior to the expiration of the

Contract. Transition costs should only reflect costs for the timeframes stated for transition-in and

transition-out services. The Vendor shall also include the number of FTEs associated with the delivery

of transition-in and transition-out services.

5.1.2.7 Labor Rates – Cost Schedule G (MS)

Cost Schedule G includes hourly labor rates for additional Vendor staff roles. WAHBE has provided 8

staff roles that may be necessary to accomplish future WAHBE-requested projects within the scope of

this RFP. In addition, Vendor shall list any additional suggested staff roles and their associated rates.

Vendor shall provide both On-Shore and Off-Shore rates for each staff role. The rates shall be fully

loaded, including overhead, travel, profit, and other costs related to the hourly rate. The Vendor shall

commit to these rates for tasks and changes to existing services through Change Orders as needed.

5.1.2.8 Additional DDI Agile Team – Cost Schedule H (MS)

Cost Schedule H includes the Vendor’s proposed cost for additional DDI Agile team(s). The additional

team cost must be available for WAHBE to add DDI Agile team(s) during the Contract, if requested.

During the Contract, WAHBE may elect to purchase up to two (2) additional DDI Agile teams based

on this Cost Schedule. The cost for the additional team(s) shall include performance of all Contract

Requirements in Service Area 4: DDI Agile Services (Service Domain 10). This also includes

RFP HBE 19-005 System Integrator Services for WAHBE Page 111

incremental costs, if any, for additional core technical, shared Agile, and PMO resources necessary

for the additional DDI Agile team(s) to perform all obligations. Vendors are instructed to propose costs

based on WAHBE’s Key Staff Requirements for DDI Agile Teams, and the Vendor’s proposed Staffing

model for this additional team(s).

5.2 Prior Contract Performance (M)

The Vendor’s Proposal shall respond to the following:

5.2.1 The Vendor shall submit full details of all Contracts it has executed or been involved in (e.g., as

a Subcontractor to another Vendor) with the State of Washington within the last four (4) years,

including the name, address, email address, and telephone number of customer. The Vendor

shall list and provide an explanation for any projects in which the delivery schedule has been

delayed and/or SOW has been adjusted since Contract execution.

5.2.2 The Vendor shall submit full details of all IT-related Contracts that have been terminated for

breach or default within the last four (4) years. The Vendor must include the customer’s address,

email address, telephone number, and brief description of the termination.

5.2.3 The Vendor shall submit a brief description of any pending or closed IT-related claims, litigation,

judgments, settlements, government enforcement actions, arbitrations, or mediations within the

last four (4) years, in any jurisdiction in which the Vendor, its officers, directors, employees, or

principals or any of its affiliates or parent(s), their officers, directors, employees, or principals is

a party or of which any of their property is subject. Include the following information:

• The name of the court or agency in which the proceedings are pending; and

• The date instituted; and

• The principal parties thereto; and

• The specific material threatened; and

• A description of the factual basis alleged to underlie the proceedings.

Notwithstanding the foregoing, the Vendor shall submit information concerning any claim or

allegation which brings into question the Vendor’s performance or failure to perform.

5.2.4 The Vendor shall submit a brief description of any occasion in which the Vendor, any officer or

principal of the Vendor with an interest therein, has ever been disqualified, debarred, removed,

or otherwise prevented from bidding on, participating in, or completing a federal, state, or local

governmental project because of a violation of law or a safety regulation.

5.2.5 The Vendor shall identify whether the Vendor or any of its officers refused to testify or waive

immunity before any state or the federal grand jury relating to any public project within the last

ten (10) years. If so, provide details.

If multiple organizations are participating (e.g., affiliates, parent companies, and/or Subcontractors), the

information requested herein shall be provided regarding each of the respective organizations.

RFP HBE 19-005 System Integrator Services for WAHBE Page 112

Vendors response to Section 5.2 shall be provided in an appendix to the Vendor’s Proposal. The

appendix shall be referenced in the body of the Proposal and clearly labeled as “Appendix 14: Prior

Contract Performance.”

5.3 Certifications and Assurances (M)

The Vendor shall complete and submit a signed copy of Exhibit E – Certifications and Assurances,

signed by a person authorized to bind the Vendor to a Contract.

The Certifications and Assurances form shall be provided in an appendix to the Vendor’s Proposal.

The appendix shall be referenced in the body of the Proposal and clearly labeled as “Appendix 15:

Certifications and Assurances.”

5.4 Exceptions to Sample Contract (M)

If the Vendor has exceptions to the Sample Contract provided in Attachment 1 – Sample Contract, it is

Mandatory that the Vendor provide the exceptions in the table format shown below in Table 5.2,

together with the section of the Sample Contract affected by the exceptions, the issue, the proposed

alternative language, and the reason for the proposed change.

If the Vendor does not have any exceptions to the Sample Contract, the Vendor shall provide a

statement in response to this section indicating the Vendor has no exceptions to the Sample Contract.

Vendor exceptions not submitted in the format shown below in Table 5.2 shall not be considered and

shall be returned without review.

Table 5.2: Format for Vendor Exceptions to Sample Contract

# Sample Contract

Section Number Issue

Exact Proposed Alternative or

Additional Language to Insert

into Contract

Reason for

Proposed Change

1

2

Table 5.2: Vendor Exceptions to Sample Contract, shall be provided in an appendix to the Vendor’s

Proposal. The appendix shall be referenced in the body of the Proposal and clearly labeled as

“Appendix 16: Vendor Exceptions to Sample Contract.”

5.5 Financial Rating (M)

The Vendor shall provide a copy of a Dun and Bradstreet business/credit report of the Vendor’s

financial status and include the same for any proposed Subcontractors. The report shall bear a date

not more than sixty (60) calendar days prior to the submittal date of the Proposal.

The Dun and Bradstreet report shall be provided in an appendix to the Vendor’s Proposal. The

appendix shall be referenced in the body of the Proposal and clearly labeled as “Appendix 17: Dun

and Bradstreet Report.”

RFP HBE 19-005 System Integrator Services for WAHBE Page 113

Because Dun and Bradstreet report(s) may be lengthy, Vendors may choose to only provide them in

the electronic format of the Proposal submitted via thumb drive, i.e., the report(s) do not need to be

included in the printed version of the Business Response.

5.6 Vendor Organizational References (M)

The Vendor must provide five (5) references from customers for whom the Vendor has provided—or

is currently providing—services in similar type, size, and scope to those requested within this RFP in

the last five (5) years. References that are from other Health Benefit Exchange (HBE)/Health

Insurance Exchange (HIX) agencies and that involved Staff who are included in this Proposal as Key

Staff are preferred. References may or may not be associated with the projects listed in Section 4.5:

Vendor Background and Experience.

The most relevant references are considered those that the Vendor has provided services similar in

type and scope to those requested within this RFP. Specifically, WAHBE will ask references: (a) the

degree to which the Vendor helped successfully modernize the references’ existing systems or

processes; (b) if the project was successful in terms of improving the customer experience and/or

closing technical gaps; (c) and if the Vendor had readily available qualified resources to meet the

project needs.

Provide the following information for each customer reference using the format provided in Table 5.3.

Table 5.3: Format for Customer References

Organization Name

Type of Business

Contact Name and Title

Telephone and Email

Address

Brief Description of Work

Performed for Customer

Start and End Date

Dollar Amount of Project

References shall not be from a person, company, or organization with any special interest, financial or

otherwise, in the Vendor. Vendors shall not include current WAHBE Staff as references.

By submission of the references, the Vendor grants permission to WAHBE to contact the references

and others who may have pertinent information. WAHBE also reserves the right to contact additional

references—including other Vendor customers and third parties.

WAHBE will contact Vendor references for the top-ranking response(s) only.

Table 5.3: Customer References shall be provided in an appendix to the Vendor’s Proposal. The

appendix shall be referenced in the body of the Proposal and clearly labeled as “Appendix 18:

Customer References.”

RFP HBE 19-005 System Integrator Services for WAHBE Page 114

6 Evaluation Approach

The evaluation process is intended to identify the Proposal that is in WAHBE’s best interest and offers

WAHBE the best value, which may not necessarily be the Proposal with the highest score or the

lowest cost.

The evaluation process for this RFP evaluates Vendor Proposals in a structured, four-stage approach.

The evaluation for each stage will determine Vendors’ participation in subsequent stages. For each

stage, WAHBE will select which Vendor(s) may proceed to the next stage based on the evaluation

approach described.

The four stages are outlined in Table 6.1 below.

Table 6.1: Four-Stage Evaluation Process

Stage 1: Administrative Screening

Step 1.1: Administrative Requirement Review

Step 1.2: Minimum Mandatory Qualifications Review

Step 1.3: Responsiveness to Requirements

Stage 2: Technical and Business Proposal Evaluation

Step 2.1: Evaluation and Scoring of Technical Responses

Step 2.2: Evaluation and Scoring of Business Responses

Step 2.3: Summation of Technical and Business Proposal Scores

Stage 3: Oral Presentations, Reference Checks, and BAFO

Step 3.1: Oral Presentations

Step 3.2: Reference Checks

Step 3.2: BAFO (if requested)

Stage 4: Announcement of ASV and Contract Negotiations

Step 4.1: Announcement of ASV

Step 4.2: Negotiation with ASV

Step 4.3: Contract Execution

6.1 Stage 1 – Administrative Screening

WAHBE will conduct an administrative screening, further defined below. If the Vendor or Proposal is

non-responsive and does not meet the Requirements, WAHBE will determine, based upon the

seriousness of the deficiency, to:

• Reject the Proposal, or

• Waive as an administrative irregularity

RFP HBE 19-005 System Integrator Services for WAHBE Page 115

WAHBE reserves the right to contact the Vendor for clarification of the Proposal. WAHBE will notify

the Vendor, in writing (email acceptable), if WAHBE rejects the Proposal.

6.1.1 Step 1.1: Administrative Review

WAHBE will review each Proposal to ensure Mandatory administrative Requirements, as described in

Section 2: Administrative Information, are met. This task includes, but is not limited to:

• Submission of the Mandatory letter of intent

• Attendance at the Mandatory Vendor conference

• Timely submission of the signed Proposal

• Submission of the signed Proposal Checklist

• Submission of the signed Letter of Submittal

• Submission of the signed Subcontractor Utilization Statement

• Submission of the signed Certifications and Assurances

• Submission of the signed Executive Summary

• Correct presentation, format, and organization of the Proposal

• Completion of all Mandatory and Mandatory Scored sections within Section 4: Vendor

Technical Proposal – Required Submittals and Section 5: Vendor Business Proposal –

Required Submittals, including signatures, as required

6.1.2 Step 1.2: Minimum Mandatory Qualifications Review

WAHBE will consider the completeness of, and potential gaps in, the Minimum Mandatory

Qualifications described in Section 1.3.1: Minimum Mandatory Qualifications. This step involves

identifying Vendors that comply with the list of qualifications that all Vendors must meet.

6.1.3 Step 1.3: Responsiveness to Requirements

WAHBE will review each Vendor’s Proposal to determine its responsiveness and adherence to the

Requirements described above in Section 3: Scope of Work.

6.2 Stage 2 – Technical and Business Proposal Evaluation

Evaluation of Steps 1.1, 1.2, and 1.3 will determine—on a pass/fail basis—which Vendors advance to

Stage 2 of the evaluation process. In Stage 2, WAHBE’s evaluation team will review the Vendor’s

required submittals, as listed in Section 4: Vendor Technical Proposal – Required Submittals and

Section 5: Vendor Business Proposal – Required Submittals to identify Proposals that most closely

fulfill WAHBE’s project vision and the services being requested in this RFP, and that are in the best

interest of—and provide the best value to—WAHBE. This stage is separated into three steps, i.e.,

evaluation and scoring of Vendors’ Technical Responses, evaluation and scoring of Vendors’

Business Responses, and summation of the Technical and Business Proposal scores. Steps 2.1 and

2.2 may not occur sequentially.

6.2.1 Step 2.1: Evaluation and Scoring of Technical Responses

WAHBE will review but not score subsections within Section 4: Vendor Technical Proposal – Required

Submittals marked Mandatory. WAHBE will evaluate and assign points to subsections marked

Mandatory Scored, as described in Table 6.2.

RFP HBE 19-005 System Integrator Services for WAHBE Page 116

Table 6.2: Technical Proposal Evaluation Elements and Points

Technical

Element #

Description Points

1 Vendor Background and Experience (Section 4.5) 100

2 Overall Strategy and Approach (Section 4.6.1) 75

3 Proposed Approach to Service Requirements

(Section 4.6.2)

250

4 Proposed Staffing Approach (Section 4.7) 250

5 Additional Service-Related Questions (Section 4.8) 125

Total Score 800

Each member of WAHBE’s Technical Evaluation Team will assign a raw score to each technical

element provided in Table 6.2, up to the maximum number of points for each element. The final score

for each technical element will be the average of all points awarded by individual evaluators, up to the

maximum points possible per element. The Total Score for the Vendor’s Technical Proposal will be

the sum of the average scores for each element.

6.2.2 Step 2.2: Evaluation and Scoring of Business Responses

WAHBE will review but not score subsections within Section 5: Vendor Business Proposal – Required

Submittals marked Mandatory. WAHBE will evaluate and assign points to subsections marked

Mandatory Scored, as described in Table 6.3.

Table 6.3: Business Proposal Evaluation Elements and Points

Cost

Element #

Description Points

1 Total Evaluated Cost – Cost Schedule A (Section 5.1.2.1) 170

2 Labor Rates – Cost Schedule G (Section 5.1.2.7) 10

3 Additional DDI Agile Team – Cost Schedule H (Section 5.1.2.8) 20

Total Score 200

WAHBE’s Financial Evaluation Team will calculate and assign points to each cost element in Table

6.3 using the following approach:

1. Assigning the full points allotted for each cost element to the Vendor with the lowest proposed

cost for the element

2. Assigning points to other Vendors for each cost element based on the following formula:

Vendor Score for Cost Element # = (Lowest Vendor Cost for Cost Element # ÷ Vendor

Proposed Cost for Cost Element #) x Points Available for Cost Element #

The total score for the Proposed Cost in the Business Proposal will be the sum of the points for each

individual cost element. In accordance with Section 5.1, in the event a Vendor proposes $0.00 for any

Cost Schedule, the next-lowest amount proposed by a Vendor will be used for evaluation purposes.

RFP HBE 19-005 System Integrator Services for WAHBE Page 117

6.2.3 Step 2.3: Summation of Technical and Business Proposal Scores

As the final step in Stage 2, WAHBE will sum the Vendor’s scores for the Technical and Business

Responses to determine the overall score for the Vendor’s Proposal.

6.3 Stage 3 – Oral Presentations, Reference Checks, and BAFO

Due to the time and expense of conducting oral presentations and reference checks in Stage 3,

WAHBE intends to limit the number of Vendors invited to participate in Stage 3. However, WAHBE

reserves the right to invite more Vendors to Stage 3 if it is determined to be in the best interest of

WAHBE.

The RFP Coordinator will send invitations via email to Vendors moving to Stage 3. WAHBE will also

notify Vendors not invited to Stage 3 via email.

The primary purpose of Stage 3 is to:

• Interact with the proposed Key Staff in person

• Clarify any ambiguities and ask additional questions regarding the Vendor’s Proposal and/or

services

• Perform reference checks on the Vendors

• Request a BAFO, at WAHBE’s discretion

6.3.1 Step 3.1: Oral Presentations

The RFP Coordinator will notify each participant of the date, time, and location of its oral presentation.

The dates in Section 2.6: Procurement Schedule are an estimate and are subject to change at the

discretion of WAHBE.

WAHBE may request that Vendors provide examples of key deliverables from previous Vendor

engagements prior to oral presentations, e.g., monthly reports or sprint deliverables. WAHBE

reserves the right to require additional presentations and interviews.

Key Staff proposed to be involved in the performance of the Contract must participate in the oral

presentation. WAHBE will permit Vendors who include Subcontractors in their Proposal to have the

Subcontractors participate in Stage 3. WAHBE evaluators will score oral presentations, assigning

each Vendor up to 250 points.

6.3.2 Step 3.2: Reference Checks

WAHBE will conduct reference checks of Vendors, at WAHBE’s discretion, prior to or during the oral

presentations. In addition to the Vendor’s company references, WAHBE may check the references of

proposed Key Staff. Whether included as a Key Staff reference or not, WAHBE reserves the right to

use its own, or other organizations’, experience working with Key Staff on other projects as a factor in

evaluating the probability of success for Key Staff proposed by the Vendor.

By submission of the references, the Vendor grants permission to WAHBE to contact the references

and others who may have pertinent information. WAHBE also reserves the right to contact additional

references—including other Vendor customers and third parties.

RFP HBE 19-005 System Integrator Services for WAHBE Page 118

6.3.3 Step 3.3: Best and Final Offer (BAFO)

Once a Vendor submits a Proposal, Vendors are not allowed to make changes to the Proposal unless

they receive a request for a BAFO from WAHBE. WAHBE reserves the right to notify Vendors that

have advanced to Stage 3 that WAHBE will require them to submit BAFO(s).

WAHBE will provide the notice in writing (email acceptable), and the notice will indicate a specific time

and date by which the BAFO must be submitted to WAHBE. The BAFO notice may set additional

conditions and Requirements for the submission of the BAFO. The notice will advise Vendors that the

BAFO shall be in writing (email acceptable) and that upon evaluation of BAFO submissions, WAHBE

intends to select a Vendor. WAHBE will post the BAFO notice on WEBS and the WAHBE website.

For purposes of the BAFO, Vendors may revise their initial Proposals and submit, in writing (email

acceptable), their BAFO(s) in response to the specifics contained in the request. Changes to the

original Proposal must be clearly identified in the re-submitted Proposal using the “Track Changes”

function in Microsoft Word.

WAHBE will evaluate the BAFO(s) and select an ASV based upon WAHBE’s established evaluation

criteria. Terms proposed as part of a BAFO must be in accordance with the terms requested in this

RFP and may not alter the Requirements of this RFP.

6.4 Stage 4 – Announcement of ASV and Contract Negotiations

6.4.1 Step 4.1: Announcement of ASV

The RFP Coordinator will announce the ASV via WEBS and/or email.

6.4.2 Step 4.2: Negotiation with ASV

To protect the best interest of WAHBE and ensure successful Contract negotiation, the Contract

negotiation between WAHBE and the ASV is included in—and is a part of—the entire Proposal

evaluation process. The Proposal evaluation process is not complete until and unless the Contract

negotiation is successfully completed, and the Contract terms are in their final form and mutually

agreed to by both the ASV and WAHBE.

The ASV must provide a senior negotiation team to support the Contract negotiations. The negotiation

team must be empowered to make decisions on all parts of the Contract and other project documents,

including pricing and other key business and legal terms including performance standards, liquidated

damages, indemnities, liabilities, and damages. An ASV sending authorized representatives to a

meeting who are not empowered to negotiate the Contract terms and conditions will not meet the

Requirements of this section, and WAHBE reserves the right, at any time, to: (1) suspend negotiations

until the ASV replaces such individuals and demonstrates to WAHBE's reasonable satisfaction that

the replacement individual(s) have the requisite amount of corporate authority to negotiate on behalf

of the ASV; or (2) disqualify the ASV.

The negotiation team must contain a senior lawyer representing the ASV. The senior lawyer must

have reviewed this RFP and exhibits plus the ASV’s Proposal and must have been directly involved in

the development of the exceptions to the Sample Contract and assumptions, if any.

RFP HBE 19-005 System Integrator Services for WAHBE Page 119

Preliminary negotiations will take place at a location as specified by WAHBE. The goal is to negotiate

the terms of the Contract based on WAHBE’s responses to the ASV’s proposed changes, if any,

(documented as exceptions and assumptions) to the Sample Contract published in this RFP. WAHBE

may send to the ASV WAHBE’s responses to the ASV’s exceptions to the Sample Contract language

and assumptions. WAHBE may require the ASV to address WAHBE’s responses to the ASV’s

proposed language changes prior to further negotiations. WAHBE may also request additional

negotiation sessions with the ASV.

If a satisfactory Contract cannot be negotiated within a reasonable time as determined by WAHBE,

WAHBE may, at its sole discretion, suspend or terminate negotiations with the ASV and initiate

negotiations with the next highest scoring ASV or, at WAHBE’s option, the ASV that in WAHBE’s

judgment offers the next best value as determined by the evaluations.

Upon successful completion of Contract negotiations or WAHBE’s receipt of a BAFO and acceptable

final Contract offer and signature from an ASV, WAHBE will submit the Contract to CMS for approval.

6.4.3 Step 4.3: Contract Execution

Once WAHBE and the ASV have reached mutual agreement on the SOW and Contract terms,

WAHBE will submit the negotiated Contract to CMS for approval to execute.

The ASV shall execute the Contract within ten (10) Business Days of its receipt of the final Contract

based upon Contract approval from CMS. If the selected Vendor fails to sign the Contract within the

allotted timeframe, then WAHBE may elect to cancel the award and award the Contract to the next

ranked Vendor or cancel or reissue this RFP in accordance with Section 2.23: No Obligation. The

Vendor’s submission of a Proposal to this RFP constitutes Acceptance of these Contract

Requirements.

6.5 Optional Vendor Debriefing

Following the announcement of the ASV, a Vendor who has submitted a Proposal in response to this

RFP may request a debriefing conference by submitting a request, in writing (email acceptable), to the

RFP Coordinator by email by the date and time specified in the Section 2.6: Procurement Schedule.

WAHBE will conduct the debriefing conference via telephone and/or Skype for Business and the

debriefing conference will be limited to a maximum of one (1) hour in length.

The optional debriefing will not include any comparison between Vendor’s Proposal and any other

Proposals submitted. However, WAHBE will discuss the factors considered in the evaluation of the

requesting Vendor’s Proposal and address questions and concerns about Vendor’s performance with

regard to the solicitation Requirements.

6.6 Protest Procedures

The protest process occurs after the Proposals are submitted and evaluated. This process allows

unsuccessful Vendors to focus on the evaluation process to ensure its integrity and fairness. Protests

can raise issues related to the evaluation process as set out in this RFP or how the process was

executed. This process allows WAHBE to correct evaluation process errors and problems before a

Contract is executed.

RFP HBE 19-005 System Integrator Services for WAHBE Page 120

An unsuccessful Vendor may submit a protest in response to this RFP if all the following conditions

have been met:

• The protesting party has submitted a Proposal in response to this RFP.

• An announcement of the ASV has been posted on WEBS.

• The protesting Vendor has requested a debriefing conference within five (5) business

days of the announcement of the ASV.

• The protesting Vendor has participated in a debriefing conference with WAHBE.

• The protesting Vendor has not been chosen as the ASV and failed to agree on the

terms of a Contract with WAHBE.

The following is the process for filing a protest:

6.6.1 Grounds for protest

Protesting Vendors shall include all issues they wish to raise when submitting a protest,

including:

• Bias, discrimination, or conflict of interest on the part of an evaluator; and/or

• Errors made in computing the scores; and/or

• WAHBE’s non-compliance with procedures described in this RFP.

Protesting Vendors are limited to one (1) protest in response to this RFP. Protesting Vendors

may not raise issues which reasonably could have been addressed through Vendor Questions

and Answers.

6.6.2 Protest Form and Content

A protest must state all the facts and arguments upon which the protest is based and the

grounds for the protest. It must be in writing (email acceptable) and signed by a person

authorized to bind the Vendor to a contractual relationship. At a minimum, the protest must

include:

• The name of the protesting Vendor, mailing address and phone number, and the

name of the individual responsible for submission of the protest

• The RFP number and title

• A detailed and complete statement of the specific action(s) by WAHBE under protest

• The grounds for the protest

• Description of the relief or corrective action requested

• Vendors may attach to their protest any documentation they have to offer in support.

6.6.3 Submitting a Protest

WAHBE must receive the written protest within five (5) business days after the Vendor’s

debriefing conference.

6.6.4 Protest Bond

Any Vendor submitting a protest must post a bond or cashier's check for One Million, and

No/100ths Dollars ($1,000,000.00) simultaneously with the protest. The bond or cashier's

check will be used by WAHBE to cover the costs associated with a protest (e.g., cost of

processing the protest and any cost associated with the delay to the project that would result

RFP HBE 19-005 System Integrator Services for WAHBE Page 121

from the protest). Any remaining funds will be returned to the Vendor submitting the protest. If

the protest is successful, the entire $1,000,000.00 will be returned.

Vendors are not entitled to any interest accrued on any protest bond or cashier’s check they

submit. The protest shall be dismissed with prejudice if the Vendor fails to timely post such

bond or cashier’s check.

6.6.5 Protest Process

a. The RFP Coordinator will forward the protest to the WAHBE-designated protest

Coordinator with copies of the following:

• This RFP and any amendments

• The protesting Vendor’s Proposal

• The evaluators' scoring sheets

• Any other documents showing evaluation and scoring of the Proposal in question

b. WAHBE will follow these procedures in reviewing a protest:

• WAHBE will conduct an objective review of the protest, based on the contents of the

written protest, the materials provided by the RFP Coordinator, and any other

relevant facts known to WAHBE.

• If a protest may affect the interest of any other Vendor, WAHBE reserves the right to

provide such Vendor with a copy of the protest and provide it with an opportunity to

submit any relevant information regarding the protest to WAHBE.

• WAHBE will send the protesting Vendor a decision, via email, within ten (10)

business days after WAHBE receives the protest, unless more time is required to

review the protest and make a determination. The RFP Coordinator will notify the

protesting Vendor if additional time is necessary.

c. WAHBE will make a final determination of the protest and will either:

• Find that the protest lacks merit and uphold WAHBE’s actions; or

• Find that any errors in the RFP process or in WAHBE's conduct did not influence the

outcome of this RFP, and uphold WAHBE’s actions; or

• Find merit in the protest and provide options for corrective action by WAHBE, which

may include:

o That WAHBE correct any errors and reevaluate all Proposals affected by its

determination of the protest; or

o That WAHBE reissue this RFP; or

o That WAHBE make other findings and take such other action as may be

appropriate.

The WAHBE protest decision is final and no appeal process is allowed. If the protesting Vendor does

not accept the WAHBE response to the protest, the Vendor may seek relief from the Superior Court in

Thurston County, State of Washington. This protest procedure constitutes the sole administrative

remedy available to Vendors under this RFP. Chapter 34.05 RCW, Administrative Procedure Act

(APA) does not apply to this procurement.

RFP HBE 19-005 System Integrator Services for WAHBE Page 122

7 Exhibits, Attachments and Additional Documentation

Exhibits included directly in the RFP include:

• Exhibit A – Glossary of Acronyms and Terms

• Exhibit B – Proposal Checklist (M)

• Exhibit C – Letter of Submittal (M)

• Exhibit D – Subcontractor Utilization Statement (M)

• Exhibit E – Certifications and Assurances (M)

Exhibits included separately from the RFP include:

• Exhibit F – Proposed Staffing Plan Template (MS)

• Exhibit G – Requirements Template (MS)

• Exhibit H – Proposed Cost Schedules

Attachments referenced in - or related to - the RFP include:

• Attachment 1 – Sample Contract

• Attachment 2 – WAHBE Organizational Charts

• Attachment 3 – Secure Software Development Lifecycle (sSDLC)

• Attachment 4 – Update Lawful Presence Service Call

• Attachment 5 – HPF External Interface Diagram

• Attachment 6 – WCAG 2 Checklist

• Attachment 7 – NIST Standards

• Attachment 8 – Roles and Responsibilities Matrix

• Attachment 9 – Software List

• Attachment 10 – Correspondence Roles and Responsibilities

• Attachment 11 – Example Weekly Status Report

• Attachment 12 – Example Monthly SI Report

• Attachment 13 – Project Tools List

• Attachment 14 – Incumbent Vendor Transition-Out Plan

• Attachment 15 – Sample Defects

• Attachment 16 – Enrollment EDI Communication

• • Attachment 17 – Code, Batch, and Database Information

• Attachment 18 – Sample Code

• Attachment 19 – M&O Issue Resolution Process

• Attachment 20 – List of Current Change Requests

• Attachment 21 – Historical Release Schedules

• Attachment 22 – Disaster Recovery Playbook

• Attachment 23 – Test Plan and Cases

• Attachment 24 – Sample Defect Backlog

• Attachment 25 – WAHBE Digital Strategy

• Attachment 26 – Agile Pilot Report-Out

• Attachment 27 – IT Service Management (ITSM) Process

• Attachment 28 – Open Enrollment 6 Results

RFP HBE 19-005 System Integrator Services for WAHBE Page 123

Additional documentation availability:

Technical documentation for the HPF - which includes current and historical interface control, system

design, and technical design documents - will be made available for Vendor review at

https://www.wahbexchange.org/about-the-exchange/what-is-the-exchange/vendor-procurements/

beginning Monday, July 8, 2019. Vendors interested in receiving access to these documents must

submit a written request (email acceptable) to the RFP Coordinator listed in Section 2.4. WAHBE

Receipt of a Vendor-signed confidentiality and non-disclosure agreement will also be required

(agreement provided by the RFP Coordinator).

RFP HBE 19-005 Exhibit A – Glossary of Acronyms and Terms Page 124

Exhibit A – Glossary of Acronyms and Terms

Definitions for the purposes of this RFP, and any resulting Contract, include:

• “ACA” means Affordable Care Act.

• “Acceptance” means a Notice from WAHBE to Vendor that a Deliverable or Service has

conformed to its applicable Acceptance Criteria.

• “Acceptance Criteria” means the measures against which Deliverables and Services shall be

evaluated in accordance with the SOW, Performance Standards, warranties and other

requirements described herein, or others agreed to in writing, and WAHBE’s satisfaction for

Services that are not subsumed in a Deliverable.

• “Acceptance Testing/Acceptance Test(s)” means the tests that are performed by WAHBE to

determine there are no Defects in any of the Deliverables and that must be satisfied before

Acceptance can occur.

• “ACES” means Automated Client Eligibility System.

• “ADA” means the Americans with Disabilities Act of 1990.

• “AEM” means Adobe Experience Manager.

• “Agile” means software development methodology based on iterative development, where

solutions evolve through collaboration between self-organizing cross-functional teams.

• “APA” means Administrative Procedures Act.

• “API” means Application Program Interface.

• “APTC” means Advanced Premium Tax Credits.

• “ASV” means Apparently Successful Vendor. The Vendor selected to do work for WAHBE

pending a signed a Contract.

• “Available” means performing in accordance with all applicable Requirements.

• “BAFO” means the Vendor’s Best and Final Offer(s) in response to this RFP, if any.

• “BDD” means Behavioral-Driven Development.

• “Call Center” means the service facility WAHBE customers can access to receive assistance

with enrolling in insurance and navigating the HPF.

• “CBAP” means Certified Business Analysis Professional.

• “CEO” means Chief Executive Officer.

• “CI/CD” means Continuous Integration and Delivery.

• “CFR” means Code of Federal Regulations

• “Change Order(s)” means a response to a Change Request that is a written, signed agreement

that modifies, deletes or adds to the Deliverables or Services, in whole or in part, in accordance

with Section 48.2 of the Contract.

RFP HBE 19-005 Exhibit A – Glossary of Acronyms and Terms Page 125

• “Change Request” means a written form or system used to initiate a modification to the

Deliverables or Services, in whole or in part, in accordance with Section 48.1 of the Contract.

• “CHARs” means Comprehensive Hospital Abstract Reporting System.

• “CIS” means the Center for Internet Security.

• “CISSP” means Certified Information Systems Security.

• “CMS” means the Centers for Medicare and Medicaid Services, the federal agency that

administers and oversees programs related to Medicare, Medicaid, the Children’s Health

Insurance Program (CHIP), and the Health Insurance Marketplace and is responsible for

authorizing enhanced federal funding for a state's Medicaid Eligibility and Enrollment (E&E)

system.

• “Code Hardening” means the process of performing system stabilization, integration testing,

performance tuning, security reviews and overall preparation of code for Implementation and

release.

• “Configuration” means the setting up of the business rules and workflow of business decisions

to be used to Implement the specific business rules, workflow and related metadata of

WAHBE, without utilizing programming language or database queries and the entering of data

into tables that a software “rules engine” will process to determine workflow sequences, value

limitation, and other variables, all without altering the software source code.

• “Consultant” means a specific employee or Subcontractor that has been identified as a

proposed member of the project team providing services under a Contract.

• “Contract” means a binding agreement between two parties including all attachments,

schedules and exhibits, and all amendments and Change Orders hereto.

• “Contractor” means the Vendor and its employees and agents. Contractor also includes any

firm, provider, organization, individual, or other entity performing the business activities under

a Contract. It shall also include any Subcontractor retained by Contractor as permitted under

the terms of a Contract.

• “COTS” means Commercial Off-the-Shelf Software.

• “Crash” means when a computer program such as a software application or an operating

system stops functioning properly and exits.

• “CSA” means Customer Service Application.

• “CSM” means Certified ScrumMaster.

• “Day 0 Testing” means the data script(s) that need to be run for the existing data, depending

on the changes made to HPF.

• “DBA” means Database Administrator.

• “DCYF” means the Washington State Department of Children, Youth, and Families.

• “DDI” means design, development, and Implementation.

• “DED” means Deliverable Expectations Document.

RFP HBE 19-005 Exhibit A – Glossary of Acronyms and Terms Page 126

• “Defect” means any failure, omission, or deficiency in a Deliverable, causing it not to conform

to its Requirements or expected outcomes.

• “Deliverable” means a product that results from the Services and that are prepared for

WAHBE (either independently or in concert with WAHBE or third parties) during the course of

performance under a Contract, including without limitation Deliverables that are described in

the RFP and Proposal, as well as all designs, structures, and models developed in the course

of rendering the Services and incorporated into such products.

• “Deliverable Expectation Document (DED)” means a document that presents pertinent

information specifying the expectations of a Deliverable. The DED shall include Deliverable

description; industry standards (if applicable); SOW reference; Acceptance Criteria; and

Schedule. The DED shall be reviewed and approved by WAHBE before the Deliverable is

developed.

• “DDI” means design, development, and Implementation; the process of designing,

configuring, Implementing, testing, fixing defects and other tasks involved in creating and

maintaining applications, frameworks, or other system components or functionality.

• “DevSecOps” means a set of practices that automates the processes between software

development and IT teams, in order that they can build, test, and release software more

efficiently. The concept of DevSecOps is founded on building a culture of collaboration

between teams that historically functioned in relative siloes.

• “DHHS” means Department of Health and Human Services.

• “DNS” means Domain Name System.

• “DOH” means the Washington State Department of Health.

• “DOR” means Washington State Department of Revenue.

• “DSHS” means the Washington State Department of Social and Health Services.

• “DHCP” means Dynamic Host Control Protocol.

• “EDI” means Electronic Data Interchange.

• “Effective Date” means the first date the Contract is in full force and effect. It may be a specific

date agreed to by the parties; or, if not so specified, the date of the last signature of the

parties.

• “Enhancement” means updates, upgrades, additions, and changes to, and new releases for

the Software and Custom Software in whole or in part, including without limitation: (1) updated

versions of the Software to operate on upgraded versions of firmware or upgraded versions of

third-party software; and (2) updated versions of Software and Custom Software that

encompass improvements, extensions, Maintenance updates, error corrections, or other

changes that are logical improvements or extensions of the Software supplied to WAHBE.

• “ES” means Eligibility System.

• “ESB” means Enterprise Service Bus.

• “ETL” means Extract, Transform, and Load.

RFP HBE 19-005 Exhibit A – Glossary of Acronyms and Terms Page 127

• “Epic” means

• “FedRAMP” means Federal Risk and Authorization Management Program.

• “FOIA” means Freedom of Information Act

• “FTE” means a Full-Time Equivalent, which equals 2,080 working hours per Contract year.

• “FTI” means Federal Tax Information.

• “FTP” means File Transfer Protocol.

• “Fully Loaded” means the total price of a good or service including base labor, overhead costs,

fringe benefits, general and administrative expenses (G&A), and profit.

• “Gov” means Government.

• “HCA” means the Washington State Health Care Authority. It is the agency responsible for

administering Medicaid and coordinating all Medicaid programs.

• “HIX” means Health Insurance Exchange, another commonly used term for Health Benefit

Exchanges (HBEs).

• “HPF” means Washington Healthplanfinder, WAHBE’s online marketplace for individuals and

families to find, compare, and enroll in QHPs and dental plans, as well as enroll in WAH.

• “IaaS” means Infrastructure as a Service.

• “Implementation” means the process for making all Deliverables and Enhancements to the

System fully Operational in accordance with the SOW.

• “IRS” means Internal Revenue Service, the federal agency that serves as the nation's tax

collection agency and administers the Internal Revenue Code enacted by Congress.

• (ISC)2 means The International Information System Security Certification Consortium.

• “IT” means Information Technology, all aspects of managing and processing information using

computers including hardware, software, and network communications.

• “ITSM” means Information Technology Service Management.

• “IV&V” means Independent Verification & Validation.

• “JDK” means Java Development Kit.

• “JSON” means JavaScript Object Notation.

• “KPI” means Key Performance Indicator. See “Performance Standard”.

• “Key Staff” means Vendor’s employees and Subcontractors who are contractually essential

and have lead responsibilities for performing the Services.

• “M&O” means Maintenance and Operations.

• “MAGI” means modified adjusted gross income.

• “Maintenance and Operations”, means all services that ensure maximum efficiency and use of

existing IT software and systems. Also known as “M&O”.

RFP HBE 19-005 Exhibit A – Glossary of Acronyms and Terms Page 128

• “Mandatory Requirement” or “(M)” means the Vendor shall comply with the Requirement, and

the Proposal will be evaluated on a pass/fail basis.

• “Mandatory Scored Requirement” or “(MS)” means the Vendor shall comply with the

Requirement, and the Proposal will be scored.

• “MARS-E” means Minimum Acceptable Risk Standards for Exchanges.

• “MEET” means Medicaid Eligibility and Enrollment Toolkit.

• “Meta Scrum” means a communication forum that is often used in larger projects that scale

across multiple agile teams for the purpose of coordinating resources and dependencies.

Generally, this planning forum will involve product owners, project managers and scrum

masters; but may also include stakeholders, business owners, and sponsors.

• “MITA” means Medicaid Information Technology Architecture.

• “MMIS” means Medicaid Management Information Systems. It is a mechanized claims

processing and information retrieval system for Medicaid that is required by the federal

government.

• “MsSQL” means Microsoft SQL.

• “MTBF” means Mean Time between Failures.

• “MTTR” means Mean Time to Recovery.

• “NAT” means Network Address Translation.

• “Navigator” means an individual or entity that is certified by WAHBE to provide one-on-one

assistance to individuals to understand program options, complete an application and facilitate

the selection of an insurance plan or program for enrollment purposes.

• “NIST” means National Institute of Standards and Technology.

• “OCIO” means Washington State Office of the Chief Information Officer.

• “OIC” means Washington State Office of the Insurance Commissioner.

• “Off-Shore” means work conducted outside the Continental United Stated.

• “On-Shore” means work conducted within the Continental United Stated.

• “OS” means Operating System.

• “OS-up” means Operating System – up

• “OS-down” means Operating System – down

• “OWASP” means Open Web Application Security Project, an online community that produces

articles, methodologies, documentation, tools, and technologies in the field of web application

security.

• “PaaS” means Platform as a Service.

• “Patch” means a software update or temporary fix comprised of code inserted (or patched) into

the code of an executable program. Typically, a patch is installed into an existing software

program.

RFP HBE 19-005 Exhibit A – Glossary of Acronyms and Terms Page 129

• “Performance Standard” means the standards to which the Services and System shall perform

during Acceptance Tests, the Warranty Period and Operations and Maintenance, as described

in RFP and as otherwise agreed to by the parties in writing. Also known as “KPI”.

• “PHP” means Hypertext Preprocessor, an HTML-embedded web scripting language.

• “PI” means Program Increment.

• “Playbook” means a living collection of workflows, operating procedures, and other documents

that outline common approaches and strategies used by WAHBE to achieve consistent

outcomes.

• “PMI®-ACP” means Project Management Institute-Agile Certified Practitioner.

• “PMI®-PBA” means Project Management Institute-Professional in Business Analysis (PMI-

PBA)

• “PMO” means Project Management Office.

• “PMP” means Project Management Professional.

• “Prime” means the main or lead Vendor with WAHBE will contract to provide the services

being requested in this RFP and which will maintain responsibility for any WAHBE-approved

Subcontractors.

• “Privacy Incident” means the loss of control, compromise, unauthorized disclosure,

unauthorized acquisition, unauthorized access, or any similar term referring to situations

where persons other than authorized users and for any other than authorized purpose have

access or potential access to Personally Identifiable Information (PII), Protected Health

Information (PHI) or Sensitive Information (SI), whether physical or electronic.

• “Proposal” means the Proposal submitted by a Vendor in response to this RFP, clarifications

and information provided by the Vendor at the oral presentations, amendments to the

Proposal, and any BAFO(s).

• “PT” means Pacific Time.

• “QHP” means Qualified Health Plan.

• “RACI” means Responsible, Accountable, Consulted, and Informed; a RACI Matrix clarifies

responsibilities and ensures that everything the project needs done is assigned someone to do

it.

• “RCW” means Revised Code of Washington.

• “Remediate/Remediation” means resolving identified Defects.

• “REST” means representational state transfer, an architectural style and approach to

communications often used in web services development.

• “RESTful” means web services development based on the REST approach.

• “Requirement” means the technical, functional, and other written specifications that define the

Deliverable and Acceptance Criteria, as set forth in the RFP, the Performance Standards, and

any additional requirements set forth in the Proposal or others agreed to in writing. Such

Requirements shall include and be in compliance with all applicable State and federal policies,

RFP HBE 19-005 Exhibit A – Glossary of Acronyms and Terms Page 130

laws, regulations, usability standards, e.g., the American Disabilities Act (ADA), Older

Americans Act, and the Rehabilitation Act Section 508 Subpart B Section 1194.21 et. seq.,

and the Rehabilitation Act Section 508 Subpart B Section 1194.22.

• “RFP” means Request for Proposals.

• “RIDP” means Remote Identity Proofing.

• “RRV” means Renewal and Redetermination Verification.

• “RUP” means Rational Unified Process.

• “Service(s)” means the tasks and Systems Integrator Services and other services to be

performed by Contractor on the Project including without limitation Project management,

testing, production and delivery of the Deliverables, design, development, Configuration, and

delivery of the software, training, warranty services and Maintenance and Operations services.

• “SBM” means State-Based Marketplace.

• “SDK” means Software Development Kit.

• “SDMO” means System Development, Maintenance, and Operations.

• “Security Incident” means a warning that there may be or has been a threat to information or

computer security including, but not limited to unauthorized access; data or security breach;

service attacks; malicious code; and unauthorized disclosure or misuse of confidential

information.

• “SI” means the Systems Integrator, a person or company that specializes in bringing together

component subsystems into a whole and ensuring that those subsystems function together.

• “SIEM” means Security Information and Event Management.

• “SME” means Subject Matter Expert.

• “Smoke Testing” means testing that comprises of a non-exhaustive set of tests that aim at

ensuring that the most important functions work. The result of this testing is used to decide if a

build is stable enough to proceed with further testing. Also known as “Build Verification Testing”.

• “SOA” means Service-Oriented Architecture.

• “SOAP” means Simple Object Access Protocol.

• “SOAP UI” means an open-source web service testing application for SOA and REST.

• “Software” means any software, Custom software, and all Enhancements thereto all in Source

Code and Executable Code formats.

• “SOS” means Scrum of Scrum.

• “SOW” means Scope of Work.

• “Sprint” means one timeboxed iteration of a continuous development cycle. Within a Sprint, a

planned amount of work must be completed by the team and made ready for review.

• “SQL” means Structured Query Language.

• “SSA” means Social Security Administration.

RFP HBE 19-005 Exhibit A – Glossary of Acronyms and Terms Page 131

• “sSDLC” means Secure Software Development Life Cycle.

• “Staff” means Vendor’s and its Subcontractor’s employees, agents and contractors.

• “Subcontractor” means one not in the employment of the Vendor, who is performing all or part

of the WAHBE engagement under the resulting Contract under a separate Contract with

Vendor. The term “Subcontractor” means Subcontractor(s) of any tier.

• “System” means the Washington Health Benefit Exchange, to include the complete collection

of all Software and Equipment, and processes, integrated and functioning together as a

turnkey, web-based System for Processing the Data in accordance with the applicable

Requirements. Also referred to as the Washington Healthplanfinder or HPF. The System, in

whole and in part, is considered a good under Chapter 62A.2 RCW, the Uniform Commercial

Code in Washington.

• “SVNs” means Subversions.

• “TDD” means test-driven development.

• “Technical Debt” means a programming concept that reflects the extra development work that

arises when code that is easy to Implement in the short run is used instead of applying the

best overall solution.

• “TOGAF” means The Open Group Architecture Framework.

• “TCP/IP” means Transmission Control Protocol/Internet Protocol.

• “TTR” means time to remediate.

• “Tuning” means the improvement of system performance.

• “UAT” means user Acceptance testing.

• “UI” means user interface

• “UML” means Unified Modeling Language.

• “URL” means Uniform Resource Locator.

• “User Stories” means

• “UT” means unit test.

• “UX” means user experience.

• “Vendor” means a person, firm, or company proposing to do work on behalf of WAHBE. When

“vendor” is not capitalized, the term refers to other vendors (e.g., enterprise software, IV&V

vendors) not proposing to do work on behalf of WAHBE as a result of this RFP.

• “WAH” means Washington Apple Health. This term is used interchangeably with Medicaid.

• “WAHBE” means the Washington Health Benefit Exchange, sometimes referred to as the

“Exchange”, established in CH. 43.71 RCW and any division, section, office, unit or other

entity thereof or any of the officers or other officials lawfully representing WAHBE.

• “WCAG” means Web Content Accessibility Guidelines.

• “WEBS” means Washington’s Electronic Business Solution.

RFP HBE 19-005 Exhibit A – Glossary of Acronyms and Terms Page 132

• “Work Plan” means the overall plan of activities for the project, and the delineation of tasks,

activities and events to be performed and Deliverables to be produced, as submitted with the

Proposal and as updated in accordance with the Contract.

• “XML” means eXtensible Markup Language.

• “XSD” means XML Schema Definition, a recommendation of the World Wide Web Consortium

that specifies how to formally describe the elements in an Extensible Markup Language

document.

RFP HBE 19-005 Exhibit B – Proposal Checklist Page 133

Exhibit B – Proposal Checklist (M)

To be considered responsive, Vendors shall include and properly document the following components

in their Proposal. Failure to do so may be grounds for disqualification.

RFP Section

RFP Required Submittal Proposal Volume #

Notes/Instructions

4.1 Proposal Checklist (Exhibit B) 1 Mandatory, must be signed Include as Appendix 1

4.2 Letter of Submittal (Exhibit C) 1 Mandatory, must be signed Include as Appendix 2

4.3 Subcontractor Utilization Statement (Exhibit D)

1 Mandatory Must be signed Include as Appendix 3

4.4 Executive Summary 1 Mandatory Must be signed Include as Appendix 4

4.5 Vendor Background and Experience 1 Mandatory - Scored

4.6 Proposed Services 1 Varies by sub section below

4.6.1 Overall Strategy and Approach 1 Mandatory - Scored

4.6.2 Proposed Approach to Service Requirements

1 Varies by sub-sub section below

4.6.2.1 Vendor Assumptions for Service Requirements

1 Mandatory Use Table 4.1 format to provide response Include as Appendix 5

4.6.2.2 Proposal Narrative for Each Service Domain

1 Mandatory - Scored

4.6.2.3

Acceptance of/Exceptions to Each Requirement within Each Service Domain (Exhibit G– Requirements Template)

1 Mandatory – Scored Use tab 2 in Exhibit G to provide response Include as Appendix 6

4.6.2.4 Meeting Proposal (Exhibit G– Requirements Template)

1 Mandatory – Scored Use tab 3 in Exhibit G to provide response Include as Appendix 6

4.6.2.5 Deliverables Proposal (Exhibit G– Requirements Template)

1 Mandatory – Scored Use tab 4 in Exhibit G to provide response Include as Appendix 6

4.6.2.6 DED Proposal 1 Mandatory - Scored Include as Appendix 7

4.6.2.7 Value-Added Benefits 1 Optional - Scored

4.7 Proposed Staffing Approach 1 Varies by sub section below

4.7.1 Vendor Assumptions for Staffing Requirements

1 Mandatory Use Table 4.2 format to provide response Include as Appendix 8

4.7.2 Staffing and Organization (Exhibit F – Proposed Staffing Plan Template)

1 Mandatory – Scored Use Exhibit F to provide response Include as Appendix 9

4.7.3 Key Staff 1 Mandatory – Scored

Include resumes and references as Appendix 10

RFP HBE 19-005 Exhibit B – Proposal Checklist Page 134

RFP Section

RFP Required Submittal Proposal Volume #

Notes/Instructions

4.7.4 Staff and Subcontractor Management 1 Mandatory – Scored

4.7.5 Acceptance of/Exceptions to Each General Staffing Requirement (Exhibit G – Requirements Template)

1 Mandatory – Scored Use tab 5 in Exhibit G to provide response Include as Appendix 6

4.8 Additional Service-Related Questions, Inclusive of Example Quality Report

1

Mandatory - Scored Response to 4.8.12 - Include Example Quality Report as Appendix 11

5.1 Proposed Costs 2 Varies by sub section below

5.1.1 Cost Narrative and Assumptions 2 Mandatory Use Table 5.1 formatting to provide response Include as Appendix 12

5.1.2 Proposed Cost Schedules (Exhibit H)

2

Mandatory – Scored Use schedules A-H in Exhibit H to provide response Must be signed Include Exhibit H as Appendix 13

5.2 Prior Contract Performance 2 Mandatory Include as Appendix 14

5.3 Certifications and Assurances (Exhibit E)

2 Mandatory Must be signed Include as Appendix 15

5.4 Exceptions to Sample Contract 2 Mandatory Use Table 5.2 formatting to provide response Include as Appendix 16

5.5 Financial Rating (Dun and Bradstreet Report)

2 Mandatory Include as Appendix 17

5.6 Vendor Organizational References 2 Mandatory Use Table 5.3 formatting to provide response Include as Appendix 18

The Vendor has reviewed the Proposal Checklist and attests to its accuracy.

Authorized Signature Printed Name and Title Date

RFP HBE 19-005 Exhibit C – Letter of Submittal Page 135

Exhibit C – Letter of Submittal (M)

Instructions: Vendors must use this template for their Letter of Submittal response. All fields must be

completed. If a field is not applicable, Vendor must designate with N/A.

This template has been formatted as a protected document. Click into each field to make entries (do

not tab).

1. Vendor attests that it meets all minimum mandatory requirements as outlined in RFP Section 1.3.1 (check one):

☐ YES, the Vendor attests it meets all minimum mandatory requirements.

☐ NO, the Vendor does not attest that it meets all minimum mandatory requirements.

Explanation required: Click or tap here to enter text.

2. Vendor/Lead Firm Information:

Legal Business name: Click or tap here to enter text. Doing Business As (DBA) name: Click or tap here to enter text. Address: Click or tap here to enter text. Telephone: Click or tap here to enter text. Email: Click or tap here to enter text. Website: Click or tap here to enter text.

3. The legal status of the Vendor or lead firm (partnership, corporation, etc.):

Click or tap here to enter text. The year the Vendor’s entity was organized as it now substantially exists:

Click or tap here to enter text.

4. Vendor primary contact concerning this RFP:

Name and Title: Click or tap here to enter text. Telephone: Click or tap here to enter text. Email: Click or tap here to enter text.

5. The name(s), titles, and contact information of all other persons authorized to speak on behalf of Vendor on matters related to this RFP:

Click or tap here to enter text.

6. Vendor’s contact for legal notices:

Name and Title: Click or tap here to enter text. Address: Click or tap here to enter text. Telephone: Click or tap here to enter text. Email: Click or tap here to enter text.

7. Vendor must provide a statement affirming that by submitting a response to this RFP, Vendor and its key Subcontractors (if applicable) are not in arrears in the payment of any obligation due and owing the State of Washington, including the payment of taxes and employee benefits, and shall not become in arrears during the term of the Contract if selected for Contract award: Click or tap here to enter text.

RFP HBE 19-005 Exhibit C – Letter of Submittal Page 136

8. Vendor’s Washington Uniform Business Identification (UBI) number. Vendor must be licensed to do business in the State of Washington before any resulting Contract is executed. Provide Vendor organization’s UBI number issued by the Washington State Department of Licensing or an affirmation that the Vendor will obtain a business license before executing a Contract: Click or tap here to enter text.

9. Vendor’s Federal Employer Tax Identification Number:

Click or tap here to enter text.

10. Vendor’s Business Diversity Classification (check one) and Certification number:

None/Not Applicable: ☐ Minority-Owned ☐ Veteran-Owned ☐

Small Business ☐ Woman-Owned ☐

Certification Number(s): Click or tap here to enter text.

11. If the Vendor or any Subcontractor contracted with the State of Washington during the past twenty-four (24) months, indicate the name of the agency, the Contract number and project description and/or other information available to identify the Contract:

Click or tap here to enter text.

12. Any Vendor, Vendor staff or Subcontractor that retired under a Washington State

Department of Retirement Systems (DRS) covered plan is subject to the same retiree-

return-to-work (RRTW) rules as an employee paid through payroll. Did the Vendor, any Vendor staff or Subcontractor on the Vendor’s proposed project team

retired under a Washington State Department of Retirement Systems (DRS) covered plan?

Select Yes or NO Those under age 65 who retired using the 2008 Early Retirement Factors (ERF) are

subject to stricter return-to-work rules and cannot perform services in any capacity for a

DRS-covered employer and continue to receive a benefit.

Did the Vendor, any Vendor staff or Subcontractor retire using the 2009 Early Retirement Factors (ERF)? Select Yes or NO

13. Conflict of Interest information:

• If any of Vendor’s employees or officers were employed by WAHBE or the State of Washington during the last two (2) years, state their positions within the organization, their proposed duties under any resulting Contract, their duties and position during their employment with WAHBE or the state, and the date of their termination from WAHBE/state employment: Click or tap here to enter text.

• If any owner, key officer, or key employee of Vendor is related by blood or marriage to any employee of WAHBE or has a close personal relationship to same, identify all the parties, identify their current or proposed positions, and describe the nature of the relationship: Click or tap here to enter text.

• Vendor must disclose if they have a business relationship with any current major WAHBE Contractor: Click or tap here to enter text.

RFP HBE 19-005 Exhibit C – Letter of Submittal Page 137

• If Vendor is aware of any other real or potential conflict of interest, Vendor must fully disclose the nature and circumstances of such potential conflict of interest. If, after review of the information provided and the situation, WAHBE determines that a potential conflict of interest exists, it may, at its sole option, disqualify Vendor from participating in this RFP. Failure to fully disclose any real or potential conflict of interest may result in the disqualification of Vendor or the Termination for Default of any Contract with Vendor resulting from this RFP: Click or tap here to enter text.

14. Termination for Default is defined as a notice to stop work due to Vendor’s nonperformance or poor performance, where the issue of performance was either not litigated due to inaction on the part of Vendor or litigated and determined that Vendor was in default.

If Vendor has had a Contract terminated for default in the last five (5) years, Vendor must submit full details including the other party’s name, address, and telephone number. Vendor must specifically grant WAHBE permission to contact any and all involved parties and access any and all information WAHBE determines is necessary to satisfy its investigation of the termination. WAHBE will evaluate the circumstances of the termination and may at its sole discretion, bar the participation of Vendor in this RFP:

Click or tap here to enter text.

15. Vendor has reviewed the terms of the Sample Contract (Attachment 1) included in this RFP and, if selected as the ASV, agrees to sign a Contract substantially the same.

Select Yes or NO

16. Does Vendor wish to take any exceptions to the Sample Contract provided in the RFP or propose any alternate Contract language (see RFP section 2.20)?

Select Yes or NO

17. A list of all RFP amendments received by amendment issue date. If no RFP amendments were received, write a statement to that effect. Vendor questions/WAHBE responses are considered an amendment to the RFP:

Click or tap here to enter text.

18. A detailed list of all materials and enclosures being sent in the response:

Click or tap here to enter text.

On behalf of my organization, I certify that the above information is true and correct to the best of my

knowledge:

Authorized Vendor Representative

Signature

Vendor/Organization

Printed Name Date

RFP HBE 19-005 Exhibit D – Subcontractor Utilization Statement Page 138

Exhibit D – Subcontractor Utilization Statement (M)

Prime Contractor Name:

Mailing Address: (PO BOX is OK):

City, State, Zip Code:

I DO NOT PLAN TO USE SUBCONTRACTORS - OR - LIST ALL SUBCONTRACTORS BELOW

(Add additional boxes as needed to identify all subcontractors):

Firm Name:

Address:

Federal I.D. Number:

City, State, Zip Code:

UBI Number:

Description of Work to be Sub-let:

Business Diversity Classification:

None/Not Applicable ☐ Minority-Owned ☐ Veteran-Owned ☐ Small Business ☐ Woman-Owned ☐

Certification Number (if applicable)

Firm Name:

Address:

Federal I.D. Number:

City, State, Zip Code:

UBI Number:

Description of Work to be Sub-let:

Business Diversity Classification:

None/Not Applicable ☐ Minority-Owned ☐ Veteran-Owned ☐ Small Business ☐ Woman-Owned ☐

Certification Number (if applicable)

Firm Name:

Address:

Federal I.D. Number:

City, State, Zip Code:

UBI Number:

Description of Work to be Sub-let:

Business Diversity Classification:

None/Not Applicable ☐ Minority-Owned ☐ Veteran-Owned ☐ Small Business ☐ Woman-Owned ☐

Certification Number (if applicable)

Authorized Prime Vendor Signature: Printed Name: Date:

_____________________________ ______________________ __________

RFP HBE 19-005 Exhibit E – Certifications and Assurances Page 139

Exhibit E – Certifications and Assurances (M)

RFP HBE 19-005 System Integrator (SI) Services We make the following certifications and assurances as a required element of the response, to which it is

attached, affirming the truthfulness of the facts declared here and acknowledging that the continuing

compliance with these statements and all Requirements of the RFP are conditions precedent to the award

or continuation of the resulting Contract.

The cost in this Proposal have been arrived at independently, without, for the purpose of restricting

competition, any consultation, communication, or agreement with any other offer or competitor relating to

(i) those costs, (ii) the intention to submit an offer, or (iii) the methods or factors used to calculate the costs

offered. The costs in this Proposal have not been and will not be knowingly disclosed by the offer, directly

or indirectly, to any other offer or competitor before Contract award unless otherwise required by law. No

attempt has been made or will be made by the offer to induce any other concern to submit or not to submit

an offer for the purpose of restricting competition. However, we may freely join with other persons or

organizations for the purpose of presenting a single Proposal.

The attached Proposal is a firm offer for a period of one hundred twenty (120) days following the Proposal

due date specified in the RFP, and it may be accepted by WAHBE without further negotiation (except

where obviously required by lack of certainty in key terms) at any time within the one hundred twenty (120)

day period. In the case of protest, our Proposal will remain valid for one hundred eighty (180) days or until

the protest is resolved, whichever is later.

In preparing this response, we have not been assisted by any current or former employee or Board

member of WAHBE or the State of Washington whose duties relate (or did relate) to WAHBE's RFP, or

prospective Contract, and who was assisting in other than his or her official, public capacity. Neither does

such a person nor any member of his or her immediate family have any financial interest in the outcome of

this response. (Any exceptions to these assurances are described in full detail on a separate page and

attached to this document.)

We understand that WAHBE will not reimburse us for any costs incurred in the preparation of this

response. All responses become the property of WAHBE, and we claim no proprietary right to the ideas,

writings, items or samples unless so stated in the response. Submission of the attached Proposal

constitutes an Acceptance of the evaluation criteria and an agreement to abide by the procedures and all

other administrative Requirements described in the RFP document.

We understand that any Contract awarded as a result of this Proposal will incorporate all the RFP

Requirements. Submission of a Proposal and execution of this Certifications and Assurances document

certify our willingness to comply with the Contract terms and conditions appearing in Attachment 1 of the

RFP, or substantially similar terms, if selected as a Contractor. It is further understood that our standard

Contract will not be considered as a replacement for the terms and conditions appearing in Attachment 1 of

this RFP.

Authorized Vendor Representative Signature

Vendor Name

Printed Name Date