The vendor is required to provide enterprise financial system (EFS) for include:
• The proposed deployment schedules
• Business capabilities
• Application architecture
• Minimum requirements
1. Proposed phased deployment
• The state is considering a phased release of functionality
• The state understands that it may be necessary to group departments within each version, and the state is open to recommendations on deployment groupings and the timing of each group
• This phased release plan will deliver smaller batches of software capabilities and include specific department groups, enabling effective management of variables and measurement of system performance
• The proposed approach encompasses three (3) successive versions:
a. Version 1.0 – core accounting/enterprise enablers/manage source to pay
b. Version 2.0 – manage finance
c. Version 3.0 – integration to manage budget • Within each version, will group departments by progressive size and complexity; as follows:
a. Group 0 – global design deployment – central departments
b. Group 1 – bridge deployment of departments on mainframe servers
c. Group 2 – departments currently using manual or form entry to financial accounting and management information system (FAMIS)
d. Group 3 – departments using true interfaces with FAMIS
e. Group 4 – exempt departments requiring integration
2. Business capabilities
• Business capability model
3. Application architecture
• Based on the above business capability groupings, the state has constructed a future state application architecture
• The expected architecture based on the available marketplace groupings and the state’s desire for a fit-to-standard approach.
• This architecture requires integration with:
a. PeopleSoft, which enables payroll and human resources capabilities.
b. Periscope eProcurement system (ePRO), currently being implemented for source-to-pay.
c. A new budget management solution currently in solicitation.
• EFS vendor will align implementation efforts to ensure seamless integration with PeopleSoft, periscope ePRO, and the new budget management solution.
• The offeror is expected to fully investigate and understand the functionality required to enable the EFS and each of the functional groupings for a state government of the size and complexity of state, and to build the costs of any necessary investigation into its offer.
• The state invites offerors to propose relevant partner SaaS financial management solutions as optional enabling technologies such as document management, integration platform, enterprise information management, reporting, process optimization, automated testing, enterprise-wide tools, and security required to support the application architecture, if the prior enabling technologies are not already integrated into the offeror’s SaaS financial management solution
4. Minimum requirements
a. The proposed SaaS financial management solution must:
• Be a highly configurable, business and user-friendly SaaS financial management solution.
• Adhere to WCAG 2.1 or higher.
• Be offered through a SaaS environment for all capabilities and functions
• Meet and maintain the standard functionality required for a state with comparable size and complexity to state.
• Meet and maintain all state and federal regulatory and statutory compliance requirements.
b. Implementation services
• Have successfully implemented, in the last five (5) years, the proposed SaaS financial management solution for a country or local government comparable in size and complexity to state.
• Have successfully completed and provided references for the completion of at least two (2) data migrations from a mainframe application, data warehouse, and various ancillary SaaS financial management solutions into a modern enterprise resource planning solution of similar data volume as described in the legacy system: data volumes, in the offeror’s library
• Be a certified implementation partner of the proposed software vendor(s).
• Provide a hybrid (on-site and virtual) implementation team and project manager.
c. Support services
• Have successfully provided post-deployment support services in the last five (5) years for country or local governments comparable in size and complexity to state.
• Have supplied support services that adapt to the changing state and federal regulations and policy changes for country or local governments comparable in size and complexity to state
d. Hosting services
• The offeror and software vendor must have provided SaaS hosting services for country or local governments similar in size and complexity to state.
e. Complete response
• Provide offeror’s response to the solicitation in the provided scenario response templates.
• All scenario response templates must be completed and provided on or before the proposal due date and time.
• Acknowledge that by submitting a response offeror is agreeing to the terms and conditions and requirements
- Contract Period/Term: 12 Month
- Pre-Proposal Conference Date: April 09, 2025
- Questions/Inquires Deadline: April 16, 2025