Request For Proposal (RFP) Template
Request For Proposal (RFP) Template
• This RFP template has been completely revised to accommodate the new business processes initiated
as a result of implementing the State Procurement Bureau’s electronic procurement system, eMACS.
The sections that were defined in the old paper RFP process have been removed. All that is left are the
particular clauses that require decisions to be made by the agency.
• Decide which optional paragraphs are needed and delete those not needed.
• If you are preparing an IT RFP, be sure to include all language specific to IT projects.
• For all solicitations for which Prevailing Wage Rates will be paid, the applicable Prevailing Wage
Booklet from the Department of Labor and Industry must be included as part of the solicitation. Current
Prevailing Wage Booklets are available at the Department of Labor and Industry Website.
1. When you click on the text and see Click to Delete, you can select the word or sentence to delete.
2. You will also have the option to click on the text and enter the appropriate information.
Pre-Proposal Conference is optional. Customize for Conference or Conference Call. Carefully consider the
consequences of making this requirement mandatory.
Pre-Proposal Conference
A(n) mandatory/optional Pre-Proposal Conference/Conference Call will be conducted at insert address on insert
date at insert time. Offerors are encouraged to use this opportunity to ask clarifying questions, obtain a better
understanding of the project, and to notify the State of any ambiguities, inconsistencies, or errors discovered
upon examination of this RFP. All responses to questions during the Pre-Proposal Conference/Conference Call
will be oral and in no way binding on the State. Proposal responses from any offeror failing to participate in the
Pre-Proposal Conference/Conference Call will not be considered.
To enable the State to determine the capabilities of an offeror to provide the supplies and/or perform the
services specified in the RFP, the offeror shall respond to the following regarding its ability to meet the State's
requirements.
NOTE: Each item must be thoroughly addressed. Offerors taking exception to any requirements listed in this
section may be found nonresponsive or be subject to point deductions.
Mandatory Requirements are optional and should be used with caution and only when absolutely necessary. All
mandatory requirements must be clearly identified, listed here. A mandatory requirement is a particular
condition or item that must be present for the proposal to be responsive, e.g. proof of licensure. Typically, a
mandatory requirement is not an evaluation criterion.
Mandatory Requirements
To be eligible for consideration, an offeror shall meet all mandatory requirements noted herein. The State will
determine whether an offeror's proposal complies with the requirements. Proposals that fail to meet any
mandatory requirements listed in this RFP will be deemed nonresponsive.
This section is the core of the RFP. It delineates in detail what the agency is seeking the offeror to include
in their proposal in terms of the specifications and/or requirements necessary for the project.
OFFEROR QUALIFICATIONS
To enable the State to determine the capabilities of an offeror to provide the supplies and/or perform the
services specified in the RFP, the offeror shall respond to the following regarding its ability to meet the State's
requirements.
NOTE: Each item must be thoroughly addressed. Offerors taking exception to any requirements listed in this
section may be found nonresponsive or be subject to point deductions.
The following questions are examples that need to be tailored for each RFP. The Equal Pay for Montana
Women MUST be included in all RFPs.
Use this section if you want references to be numerically scored. If you choose to request a written reference,
there are optional forms available at the State Procurement Website. Choose the form that works the best for
your application and tailor it to fit your needs.
Client Reference Form
Offeror shall provide complete and separate Client Reference Form (found in prerequisites or buyer
attachment), for insert number references that are currently using or have previously used supplies and/or
services of the type proposed in this RFP. The references may include state governments or universities for
whom the offeror, preferably within the last insert number years, has successfully completed insert language
pertaining to this project. A responsible party of the organization for which the supplies and/or services were
provided to the client (the offeror's customer) must provide the reference information and must sign and date
the form. It is the offeror's responsibility to ensure that the completed forms are submitted with the proposal
by the submission date, for inclusion in the evaluation process. Any Client Reference Forms that are not
received or are not completed may adversely affect the offeror's score in the evaluation process. Client
Reference Forms exceeding the specified number will not be considered. The State may contact the client
references for validation of the information provided in the Client Reference Forms. If the State finds erroneous
information, evaluation points may be deducted, or the proposal may be rejected.
Resumes
A resume or summary of qualifications, work experience, education, and skills must be provided for all key
personnel, including any subcontractors, who will be performing any aspects of the contract. Include years of
experience providing services similar to those required; education; and certifications where applicable. Identify
what role each person would fulfill in performing work identified in this RFP.
The following option should be used only in very limited circumstances, depending on the nature of the project
and needs to be tailored accordingly. If this information is requested, agencies must be prepared to have a
qualified financial staff member evaluate it, typically on a pass/fail basis.
Offeror Financial Stability
Offerors shall demonstrate their financial stability to insert appropriate language specified by: (1) providing
financial statements, preferably audited, for the insert number consecutive years immediately preceding the
issuance of this RFP; and (2) providing copies of any quarterly financial statements that have been prepared
since the end of the period reported by its most recent annual report.
Examples of service organizations are insurance and medical claims processors, trust companies, hosted data
centers, application service providers, managed security providers, credit processing organizations, and
clearinghouses.
Request for Proposal Template Revised 9.2021 6|Page
Service Organization's Internal Control Assessment
Offerors shall provide a copy of the most recent independently conducted internal control assessment. This
assessment should include review of accounting systems, IT security systems, and other transaction-based
processes. Provide internal policy for ensuring these reviews are conducted on a regular schedule.
Authorized Signature:
Date:
☐ Yes, I agree and will comply with the best practices to promote wage transparency outlined in Executive
Order No. 12-2016.
Authorized Signature:
Date:
Offerors will be required to bring certain key personnel to the oral presentations/product
demonstrations/interviews. The following key staff must be present at a minimum. If the offeror is proposing to
have a key staff member filling more than one position that information must be clearly addressed at the time
of the oral presentations/product demonstrations/interviews on how staff will produce and perform all of the
required functions, activities and deliverables for the combined job duties. Dual accountability, security issues
and deadlines cannot be compromised. Offerors are welcome to bring additional staff at their discretion.
COST PROPOSAL
If possible, include the estimated budget for the project so that the offeror can provide a realistic cost proposal
within that range. For guidance in determining how to evaluate cost, please see examples in the RFP Manual
and read the State Procurement Bureau resource document entitled "Cost Evaluation Methods for Requests for
Proposals." Both are available at the State Procurement Website.
Some items you may want to consider when developing this section are:
1. How do you want costs presented?
a) Itemized Budget with narrative justification
b) Total Project Cost
c) Task Order Basis (hourly rates)
d) eMACS provides cost line items for both products and services. Each of these can be further
divided by groups, allowing for separation of project phases, product groupings, or optional items.
Request for Proposal Template Revised 9.2021 8|Page
2. How do you want to be invoiced? How often, e.g. monthly, per deliverable, etc.? How much detail do
you want, e.g. timesheets, subcontractor expenditures, supply invoices, etc.?
3. Do you need to know their accounting methods?
4. Is there a maximum amount? If so, include a statement that exceeding the maximum amount will
disqualify the response from further consideration and list it as a mandatory item. A response cannot
be disqualified for exceeding a budget ceiling unless that is stated in the RFP.
5. When drafting the cost matrix, consider all initial and potential future costs such as enhancements,
additional features, ongoing maintenance costs, renewals, etc. You may want to request estimated
costs for future years of the contract to have a clearer picture of the total contract value. If appropriate,
this may be reflected in the cost section of the contract.
Price Sheets are optional. A sample price sheet can be found in the RFP Manual at the State Procurement
Website.
Price Sheets
Offerors must use the RFP Price Sheets provided. These price sheets serve as the primary representation of
offeror's cost/price. Offeror should include additional information as necessary to explain the offeror's
cost/price.
EVALUATION PROCESS
Following are two scoring approaches:
1. The first approach is based on tasks or requirements, easily defendable, and works very well for projects
with an extensive list of criteria;
2. The second approach provides broader scoring assignments per guideline category which can result
in wider point separation, but also requires more detailed defending comments to support the score
assignments.
APPROACH 1
BASIS OF EVALUATION
The evaluator/evaluation committee will review and evaluate the offers according to the following criteria based
on a total number of insert number points.
The Ability to Meet Supply Specifications OR Provision of Services, References (select the method for
evaluating references based on the choice made earlier), Company Profile and Experience, Resumes, and
Oral Presentation/Product Demonstration/Interview portions of the proposal will be evaluated based on the
following Scoring Guide. The Financial Stability and/or Service Organization's Internal Control Assessment
portion of the proposal will be evaluated on a pass/fail basis, with any offeror receiving a "fail" eliminated from
further consideration. The Cost Proposal will be evaluated based on the formula set forth below.
SCORING GUIDE
In awarding points to each of the scored evaluation criteria, the evaluator/evaluation committee will consider
the following guidelines:
Exceeds Requirement = 3 points: A response exceeds the requirement when it is a highly comprehensive,
excellent reply that goes beyond the requirement of the RFP to provide added value. In addition, the response
may cover areas not originally addressed within the RFP and/or include additional information and
recommendations that would prove both valuable and beneficial to the agency. The response includes a full,
clear, detailed explanation of how the solution fits the requirement. No errors in technical writing.
Partially Meets Requirement = 1 point: A fair response that minimally meets most of the requirement set forth
in the RFP but may have one or more deficiency, such as typos. The offeror demonstrates some ability to
comply or has explained partly how their solution fits the requirement.
Failed to Meet Requirement = 0 points: A failed response does not meet the requirement set forth in the RFP.
The offeror has not demonstrated sufficient knowledge of the subject matter or has grossly failed to explain
how their solution meets the requirement.
EVALUATION CRITERIA
The following are the relative weights for each evaluated section of this RFP and a sample scoring sheet
showing the weighting/point assignments:
Weight (%)
Evaluated RFP Section
(determines aggregate points)
Ability to Meet Supply Specifications %
Requirement #1 %
Requirement #2 %
OR
Provision of Services %
Task Element #1 %
Task Element #2 %
References Pass/Fail
Complete contact information provided. P/F
OR
Client Reference Forms %
Client Reference #1 %
Client Reference #2 %
Client Reference #3 %
%
Company Profile and Experience %
Years in Business %
Relevant Experience %
Resumes %
NOTE TO AGENCIES:
Cost Proposal must constitute 20% or more of the total available points. Exceptions to this must be
documented in writing and approved by the Procurement Officer. There are several formulas that can be used
to score price/cost. The most common approach is as follows. For assistance with other scoring methods,
please review the State Procurement Bureau resource document entitled "Cost Evaluation Methods for
Requests for Proposals" available on the State Procurement website or contact the State Procurement Bureau.
The Average Cost evaluation method requires consultation with the State Procurement Bureau before it can
be used.
Lowest overall cost receives the maximum allotted points. All other proposals receive a percentage of the
points available based on their cost relationship to the lowest. Example: Total possible points for cost are
200. Offeror A's cost is $20,000. Offeror B's cost is $30,000. Offeror A would receive 200 points. Offeror B
would receive 134 points ($20,000/$30,000) = 67% x 200 points = 134).
Lowest Responsive Offer Total Cost x Number of available points = Award Points This Offeror's Total Cost
The Ability to Meet Supply Specifications OR Provision of Services, References (select the method for
evaluating references based on the choice made earlier), Company Profile and Experience, Resumes, and
Oral Presentation/Product Demonstration/Interview portions of the proposal will be evaluated based on the
following Scoring Guide. The Financial Stability and/or Service Organization's Internal Control Assessment
portion of the proposal will be evaluated on a pass/fail basis, with any offeror receiving a "fail" eliminated from
further consideration. The Cost Proposal will be evaluated based on the formula set forth below.
Achieve Minimum Score is optional. Do not include the Cost Section in a minimum score.
Achieve Minimum Score
Any proposal that fails to achieve (insert number) % of the total available points for (identify the criterion) (or a
total of (insert number) points)will be eliminated from further consideration. A "fail" for any individual evaluation
criteria may result in proposal disqualification at the discretion of the procurement officer.
SCORING GUIDE
In awarding points to the evaluation criteria, the evaluator/evaluation committee will consider the following
guidelines:
Superior Response (95-100%): A superior response is an exceptional reply that completely and
comprehensively meets all of the requirements of the RFP. In addition, the response may cover areas not
originally addressed within the RFP and/or include additional information and recommendations that would
prove both valuable and beneficial to the agency.
Good Response (75-94%): A good response clearly meets all the requirements of the RFP and demonstrates
in an unambiguous and concise manner a thorough knowledge and understanding of the project, with no
deficiencies noted.
Fair Response (60-74%): A fair response minimally meets most requirements set forth in the RFP. The offeror
demonstrates some ability to comply with guidelines and requirements of the project, but knowledge of the
subject matter is limited.
Failed Response (59% or less): A failed response does not meet the requirements set forth in the RFP. The
offeror has not demonstrated sufficient knowledge of the subject matter.
EVALUATION CRITERIA
NOTE TO AGENCIES: These categories need to be tailored to each project. These are only examples.
Identify the major criteria that are critical to the success of the RFP. In most cases, this should correspond to
the Ability to Meet Supply Specifications or Provision of Services, References, Company Profile and
Experience, and Resumes set out earlier. Some commonly used criteria are qualifications, relevant
experience, quality of work, references, service, physical facilities, human resources, cost, technical
capabilities, industry standards, and proposed timelines. RFPs can only be evaluated on stated criteria, so
include everything to be measured and ensure that the criteria are measurable. Once you have determined
the major categories, reference those sections of the RFP that set out the specific criteria that will be evaluated
Request for Proposal Template Revised 9.2021 12 | P a g e
and determine point assignments accordingly. Use the following as an example.
Insert or delete rows as necessary. In addition, this table may be used as a basis for score sheets. Copy and
paste into a new document and insert columns on the right side for assigned scores and comments.
Evaluated RFP Section Point Values
Ability to Meet Supply Specifications % of points for a possible points
Requirement #1 X points
Requirement #2 X points
OR
Provision of Services % of points for a possible points
Methods X points
Work Plan X points
Timeline X points
References Pass/Fail
Complete contact information provided. P/F
OR
Client Reference Forms % of points for a possible points
Client Reference #1 X points
Client Reference #2 X points
Client Reference #3 X points
NOTE TO AGENCIES: Cost Proposal must constitute 20% or more of the total available points. Exceptions to
this must be documented in writing and approved by the Procurement Officer. There are several formulas that
can be used to score price/cost. The most common approach is as follows. For assistance with other scoring
methods, please review the State Procurement Bureau resource document entitled "Cost Evaluation Methods
for Requests for Proposals" available at the State Procurement Bureau Website or contact the State
Procurement Bureau. The Average Cost evaluation method requires consultation with the State Procurement
Bureau before it can be used.
Lowest overall cost receives the maximum allotted points. All other proposals receive a percentage of the
points available based on their cost relationship to the lowest. Example: Total possible points for cost are
200. Offeror A's cost is $20,000. Offeror B's cost is $30,000. Offeror A would receive 200 points. Offeror B
would receive 134 points (($20,000/$30,000) = 67% x 200 points = 134).
Lowest Responsive Offer Total Cost x Number of available points = Award Points This Offeror's Total Cost
Include your agency contract or the most recent SPB Standard Contract.
Be sure to select the appropriate file (non-IT or IT).
For IT solicitation be sure to choose the appropriate file (Services Contract, License Agreement, or SaaS
Agreement).
The contract must be tailored to the project so only the appropriate clauses are included.
MONTANA PREVAILING WAGE RATES FOR (INSERT TYPE OF SERVICE) SERVICES (YEAR)
NOTE TO AGENCIES:
For all solicitations for which Prevailing Wage Rates will be paid, the applicable Prevailing Wage Booklet from
the Department of Labor and Industry must be included as part of the solicitation. Current Prevailing Wage
Booklets are available at the Department of Labor and Industry website. The booklet must be posted with the
solicitation.
SECURITY AND PRIVACY CONTROL REQUIREMENTS
Through policy, the State of Montana’s Chief Information Officer (CIO) has determined that the State of
Montana shall follow the National Institute of Standards and Technology (NIST) security guidelines and the
Federal Information Security Management Act (FISMA). Any personally identifiable information from the
system that is used by or available to the contractor, its employees, its subcontractors, and the employees of
its subcontractors must be kept confidential and data shall only be shared in accordance with applicable
interconnection security agreements, business associate agreements, computer matching agreements, and/or
privacy protection agreements. The Contractor must comply with all requirements, as provided in the current
revision of the NIST SP 800-53, for a moderate impact system, and must provide annual assurance of such
compliance.
The Contractor shall meet each of the security and system integrity requirements as referenced below:
1. The Bidder shall provide a description of relevant experience relating to the services/products
requested in this IFB.
NOTE TO AGENCY: If this IFB is for Software OR Hardware please REMOVE Section 2 and 2.1-2.14. If this
IFB is for Software as a Service (SaaS) or a Major Application INCLUDE Section 2 and 2.1-2.14
2. The Contractor shall create and maintain a formal system security plan that complies with all NIST SP
800-53 security requirements relating to a moderate impact system that, at a minimum:
2.1 Is consistent with the State of Montana’s enterprise architecture;
2.2 Explicitly defines the authorization boundary for the system;
2.3 Describes the operational context of the information system in terms of mission and business
processes;
2.4 Provides the security categorization of the information system, as established by the State,
including supporting rationale;
2.5 Describes the operational environment for the informational system and relationships with or
connection to other information systems;
2.6 Provides an overview of the security requirements for the system;
2.7 Identifies any relevant overlays, if applicable;
2.8 Identifies any specific statutory and/or regulatory requirements (above and beyond the
requirements stated in the current version of the NIST SP 800-53 Moderate Baseline Controls), if
applicable;
The Contractor shall provide documentation on how the proposed system can or cannot meet each of the
Privacy requirements, as referenced below.
15. The system shall provide and the Contractor must document privacy protections that include:
15.1 Statements of purpose for the collection of personally identifiable information;
15.2 Data quality and integrity checks that provide for validation and verification of personally
identifiable information;
15.3 Data minimization and retention checks that ensure personally identifiable information collected,
used, and retained is relevant and necessary for the purpose for which it was originally collected.
15.4 Information about location of data storage, addressing requirements to keep all data in the
United States.
15.5 Data collected by proposed system will remain under the ownership of State of Montana, and
will be made available on request by [agency] or termination of contract.
15.6 The Contractor will not copy any State data obtained while performing services under this IFB to
any media, including hard drives, flash drives, or other electronic devices, other than as expressly
approved by [agency].
15.7 The Contractor shall return all data that is the property of the State of Montana in a format
specified by the State.
15.8 The Contractor shall return all data to the State of Montana upon completion or termination of
the contract.
15.9 The Contractor shall return all sensitive information received from the State or created/received
by Contractor on behalf of the State in a manner that is documented and consistent with the State’s
policy on sanitization of information system media (both digital and non-digital), with sanitization
mechanisms that are commensurate with the classification or sensitivity of that information.
15.10 If the State agrees that return or destruction of confidential information is infeasible; Contractor
shall extend the protections of this IFB and or subsequent contract to such confidential information
and limit further uses and disclosures of such confidential information to those purposes that make
the return or destruction infeasible, for so long as Contractor maintains such confidential
information.
16. The Contractor shall provide notice of a loss or suspected loss of privacy data to the [agency] Chief
Information Officer, or designee as directed by the agency, within 24 hours of loss or suspected loss.
2.2 The person admitting the visitor must countersign and fill out the appropriate section of the
form. The visitor must also present a picture identification card for verification of identity.
2.3 Each time an individual with Escorted Access leaves the area, he/she must properly sign out
on the Data Center Access List at the time of exit. NOTE: If an individual will be coming and
going throughout the day, they can sign in and out one time for that day.
2.4 The person escorting the visitor when they leave must fill out the “Time Out” section of the
Sign in Sheet.
Incident Reporting
1. All infractions of the Data Center Physical Security Policies and Procedures shall be reported to the ISB.
If warranted (e.g.: emergency, imminent danger, etc.) law enforcement should be notified as soon as is
reasonably possible.
2. All high profile incidents will be reported to the SMDC Lead/Manager on site, the Manager-on-call, or the
ISB immediately. Examples of high profile incidents are: an unauthorized individual in the Data Center,
any attempt to enter a Data Center forcibly or improperly, missing or damaged equipment, etc.
3. Individuals with Controlling Access to the area are to monitor the area and have individual who appears
to be compromising either the security of the area or its activities, or who is disrupting operations,
removed. The State reserves the right to remove any contractor personnel who appear to be