STATE OF MARYLAND
MARYLAND DEPARTMENT OF HEALTH (MDH)
REQUEST FOR PROPOSALS (RFP)
ELECTRONIC HEALTH RECORDS (EHR)
SOFTWARE AS A SERVICE (SAAS)
RFP NUMBER: OCMP-22-18251
EMMA#BPM030665
ISSUE DATE: JULY 12, 2022
NOTICE
A Prospective Offeror that has received this document from a source other than eMarylandMarketplace
(eMMA) https://procurement.maryland.gov should register on eMMA. See Section 4.2.
MINORITY BUSINESS ENTERPRISES ARE ENCOURAGED TO
RESPOND TO THIS SOLICITATION.
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page ii of 146
VENDOR FEEDBACK FORM
To help us improve the quality of State solicitations, and to make our procurement process more
responsive and business friendly, please provide comments and suggestions regarding this solicitation.
Please return your comments with your response. If you have chosen not to respond to this solicitation,
please email completed form to the attention of the Procurement Officer (see Key Information Summary
Sheet below for contact information).
Title: Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation No: OCMP-22-18251
1. If you have chosen not to respond to this solicitation, please indicate the reason(s) below:
Other commitments preclude our participation at this time
The subject of the solicitation is not something we ordinarily provide
We are inexperienced in the work/commodities required
Specifications are unclear, too restrictive, etc. (Explain in REMARKS section)
The scope of work is beyond our present capacity
Doing business with the State is simply too complicated. (Explain in REMARKS section)
We cannot be competitive. (Explain in REMARKS section)
Time allotted for completion of the Proposal is insufficient
Start-up time is insufficient
Bonding/Insurance requirements are restrictive (Explain in REMARKS section)
Proposal requirements (other than specifications) are unreasonable or too risky (Explain in
REMARKS section)
MBE or VSBE requirements (Explain in REMARKS section)
Prior State of Maryland contract experience was unprofitable or otherwise unsatisfactory.
(Explain in REMARKS section)
Payment schedule too slow
Other: __________________________________________________________________
2. If you have submitted a response to this solicitation, but wish to offer suggestions or express
concerns, please use the REMARKS section below. (Attach additional pages as needed.)
REMARKS:
____________________________________________________________________________________
____________________________________________________________________________________
Vendor Name: ________________________________ Date: _______________________
Contact Person: _________________________________ Phone (____) _____ - _________________
Address: ______________________________________________________________________
E-mail Address: ________________________________________________________________
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page iii of 146
STATE OF MARYLAND
MARYLAND DEPARTMENT OF HEALTH (MDH)
KEY INFORMATION SUMMARY SHEET
Request for Proposals
IT - Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation Number:
OCMP-22-18251
RFP Issue Date:
July 12, 2022
RFP Issuing Office:
Maryland Department of Health (MDH or the "Department")
Procurement Officer:
Jim Beauchamp
Office of Contract Management and Procurement
201 W. Preston Street
Baltimore, MD 21201
e-mail:
Office Phone:
Procurement Officer:
e-mail:
Office Phone:
410-767-0974
Sherida Studwood
Office of Contract Management and Procurement
201 W. Preston Street
Baltimore, MD 21201
443-681-8833
Proposals are to be sent to:
Offeror must submit proposals via eMMA @
https://procurement.maryland.gov/.
Please note that in order to receive a contract award, a vendor must
be registered on eMMA. Registration is free. Go to
emma.maryland.gov, click on “New Vendor? Register Now” to
begin the process, and then follow the prompts.
Pre-Proposal Conference:
July 29, 2022, 11:00 am EST Local Time via Web conference
See Attachment A for instructions.
Questions Due Date and Time
September 2, 2022, 2:00 pm EST Local Time
Proposal Due (Closing) Date
and Time:
September 9, 2022, 2:00 pm EST Local Time
Offerors are reminded that a completed Feedback Form is requested
if a no-bid decision is made (see page iv).
MBE Subcontracting Goal:
0%
VSBE Subcontracting Goal:
0%
Contract Type:
Firm Fixed Price with Labor Hours Contract
The Contract that results from this RFP shall be a combination of a
Firm Fixed Price contract as described in COMAR 21.06.03.02.A (1)
and Labor Hour Contract as described in COMAR 21.06.03.05.A (1).
Contract Duration:
Five (5) year base period with Two (2) One (1) Year option periods
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page iv of 146
Primary Place of
Performance:
Proposed by Offeror
SBR Designation:
No
Federal Funding:
No
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page v of 146
TABLE OF CONTENTS RFP
1 Minimum Qualifications ....................................................................................................................... 1
1.1 Offeror Minimum Qualifications ................................................................................................. 1
2 Contractor Requirements: Scope of Work ......................................................................................... 2
2.1 Summary Statement ..................................................................................................................... 2
2.2 Background, Purpose and Goals .................................................................................................. 2
2.3 Contractor Responsibilities and Tasks ....................................................................................... 14
2.4 Contractor-Supplied Hardware, Software, and Materials .......................................................... 16
2.5 Functional/Business Requirements ............................................................................................ 16
2.6 Training ...................................................................................................................................... 16
2.7 Required Project Policies, Guidelines and Methodologies ........................................................ 17
2.8 Deliverables ................................................................................................................................ 19
2.9 Service Level Agreement (SLA) ................................................................................................ 25
2.10 EHR On-Demand Future Activities ........................................................................................... 29
3 Contractor Requirements: General ................................................................................................... 31
3.1 Contract Initiation Requirements ............................................................................................... 31
3.2 End of Contract Transition ......................................................................................................... 31
3.3 Invoicing..................................................................................................................................... 33
3.4 Liquidated Damages ................................................................................................................... 36
3.5 Disaster Recovery and Data ....................................................................................................... 36
3.6 Insurance Requirements ............................................................................................................. 37
3.7 Security Requirements ............................................................................................................... 39
3.8 Problem Escalation Procedure ................................................................................................... 46
3.9 SOC 2 Type 2 Audit Report ....................................................................................................... 47
3.10 Experience and Personnel .......................................................................................................... 49
3.11 Substitution of Personnel ........................................................................................................... 51
3.12 Minority Business Enterprise (MBE) Reports ........................................................................... 54
3.13 Veteran Small Business Enterprise (VSBE) Reports ................................................................. 54
3.14 Work Orders ............................................................................................................................... 54
3.15 Additional Clauses ..................................................................................................................... 55
4 Procurement Instructions ................................................................................................................... 59
4.10 Pre-Proposal Conference ............................................................................................................ 59
4.11 eMaryland Marketplace Advantage (eMMA) ............................................................................ 59
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page vi of 146
4.12 Questions .................................................................................................................................... 59
4.13 Procurement Method .................................................................................................................. 60
4.14 Proposal Due (Closing) Date and Time ..................................................................................... 60
4.15 Multiple or Alternate Proposals ................................................................................................. 60
4.16 Economy of Preparation ............................................................................................................. 60
4.17 Public Information Act Notice ................................................................................................... 60
4.18 Award Basis ............................................................................................................................... 61
4.19 Oral Presentation ........................................................................................................................ 61
4.20 Duration of Proposal .................................................................................................................. 61
4.21 Revisions to the RFP .................................................................................................................. 61
4.22 Cancellations .............................................................................................................................. 61
4.23 Incurred Expenses ...................................................................................................................... 62
4.24 Protest/Disputes .......................................................................................................................... 62
4.25 Offeror Responsibilities ............................................................................................................. 62
4.26 Acceptance of Terms and Conditions ........................................................................................ 62
4.27 Proposal Affidavit ...................................................................................................................... 63
4.28 Contract Affidavit ...................................................................................................................... 63
4.29 Compliance with Laws/Arrearages ............................................................................................ 63
4.30 Verification of Registration and Tax Payment ........................................................................... 63
4.31 False Statements ......................................................................................................................... 63
4.32 Payments by Electronic Funds Transfer..................................................................................... 63
4.33 Prompt Payment Policy .............................................................................................................. 64
4.34 Electronic Procurements Authorized ......................................................................................... 64
4.35 MBE Participation Goal ............................................................................................................. 65
4.36 VSBE Goal ................................................................................................................................. 65
4.37 Living Wage Requirements ........................................................................................................ 66
4.38 Federal Funding Acknowledgement .......................................................................................... 67
4.39 Conflict of Interest Affidavit and Disclosure ............................................................................. 67
4.40 Non-Disclosure Agreement ........................................................................................................ 67
4.41 HIPAA - Business Associate Agreement ................................................................................... 67
4.42 Nonvisual Access ....................................................................................................................... 68
4.43 Mercury and Products That Contain Mercury ............................................................................ 69
4.44 Location of the Performance of Services Disclosure ................................................................. 69
4.45 Department of Human Services (DHS) Hiring Agreement ....................................................... 69
4.46 Small Business Reserve (SBR) Procurement ............................................................................. 69
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page vii of 146
4.47 Maryland Healthy Working Families Act Requirements ........................................................... 69
5 Proposal Format .................................................................................................................................. 70
5.10 Two Part Submission ................................................................................................................. 70
5.11 Proposal Delivery and Packaging .............................................................................................. 70
5.12 Volume I - Technical Proposal................................................................................................... 70
5.13 Volume II Financial Proposal ................................................................................................. 80
6 Evaluation and Selection Process ...................................................................................................... 81
6.1 Evaluation Committee ................................................................................................................ 81
6.2 Technical Proposal Evaluation Criteria ...................................................................................... 81
6.3 Financial Proposal Evaluation Criteria ...................................................................................... 81
6.4 Reciprocal Preference ................................................................................................................ 82
6.5 Selection Procedures .................................................................................................................. 83
6.6 Documents Required upon Notice of Recommendation for Contract Award ........................... 84
7 RFP ATTACHMENTS AND APPENDICES .................................................................................. 85
Attachment A. Pre-Proposal Conference Response Form ................................................................ 89
Attachment B. Financial Proposal Instructions & Form .................................................................. 90
Attachment C. Proposal Affidavit ....................................................................................................... 92
Attachment D. Minority Business Enterprise (MBE) Forms ............................................................ 93
Attachment E. Veteran-Owned Small Business Enterprise (VSBE) Forms .................................... 94
Attachment F. Maryland Living Wage Affidavit of Agreement for Service Contracts ................. 95
Attachment G. Federal Funds Attachments ....................................................................................... 97
Attachment H. Conflict of Interest Affidavit and Disclosure ............................................................ 98
Attachment I. Non-Disclosure Agreement (Contractor) .................................................................. 99
Attachment J. HIPAA Business Associate Agreement ................................................................... 100
Attachment K. Mercury Affidavit ..................................................................................................... 101
Attachment L. Location of the Performance of Services Disclosure .............................................. 102
Attachment M. Contract ..................................................................................................................... 103
Attachment N. Contract Affidavit ..................................................................................................... 121
Attachment O. DHS Hiring Agreement ............................................................................................ 122
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page viii of 146
Appendix 1. Abbreviations and Definitions ....................................................................................... 123
Appendix 2. Offeror Information Sheet ............................................................................................. 129
Appendix 3. Non-Disclosure Agreement (Offeror) ............................................................................ 130
Appendix 4. Electronic Health Records SaaS Functional Requirements ..................................... 131
Appendix 5. - Labor Categories ............................................................................................................ 132
Appendix 6. - Labor Classification Personnel Resume Summary ...................................................... 144
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 1 of 146
1 Minimum Qualifications
1.1 Offeror Minimum Qualifications
There are no Offeror Minimum Qualifications for this procurement.
THE REMAINDER OF THIS PAGE IS INTENTIONALLY LEFT BLANK.
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 2 of 146
2 Contractor Requirements: Scope of Work
2.1 Summary Statement
2.1.1 The Maryland Department of Health (MDH or the "Department") is issuing this Request for
Proposals (RFP) in order to procure a multi-tenant, subscription-based Software as a Service
(SaaS) solution for Electronic Health Records (EHR) and revenue-cycle management for eleven
(11) healthcare facilities operated by MDH. This system is referred to as the new or modern EHR
system.
2.1.2 The new EHR system will replace the legacy Hospital Management Information System (HMIS)
used for census and billing, as well as a legacy pharmacy system and other clinical systems. The
new EHR system will support the Admission/Discharge/Transfer (ADT), billing, collections,
pharmacy, laboratory, order entry, clinical documentation, behavioral health, and Long-Term
Care (LTC) functions of the facilities. The new EHR system shall be a cloud based hosted
solution running in its own instance in a single database.
2.1.3 An Offeror, either directly or through its subcontractor(s), must be able to provide all goods and
services and meet all the requirements requested in this solicitation. The successful Offeror (the
Contractor) shall remain responsible for Contract performance regardless of subcontractor
participation in the work.
2.1.4 The State does not wish to procure a software application still under development. The SaaS
solution shall have been fully operational within the last five (5) years and preferably have been
in full and complete successful production for at least one (1) year in a behavioral healthcare
provider organization with no less than 2,500 employees.
2.1.5 It is the State’s intention to obtain goods and services, as specified in this RFP, from a Contract
between the selected Offeror and the State.
2.1.6 The Department intends to make a single award as a result of this RFP. See RFP Section 4.18
Award Basis for more Contract award information.
2.1.7 A Contract award does not ensure a Contractor will receive all or any State business under the
Contract.
2.2 Background, Purpose and Goals
2.2.1 MDH Healthcare System
Maryland’s healthcare delivery system consists of public and private hospitals, nursing homes, outpatient
clinics, home healthcare services, hospices, providers, and health educators, among others. As a public
health department, the goal is to improve the health status of every Maryland resident and to promote
access to quality healthcare. MDH is responsible for assisting the mission of regulating healthcare
providers, facilities, organizations, and manage direct services to patients, where appropriate.
MDH has four (4) major Departments:
1. Behavioral Health Administration (BHA)
2. Developmental Disabilities Administration (DDA)
3. Public Health Services Administration (PHS)
4. MDH Healthcare System (See Section 2.2.2)
In addition, the Department has twenty (20) boards that license and regulate healthcare professionals,
various commissions that issue grants and research, and make recommendations on issues that affect
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 3 of 146
Maryland’s healthcare delivery system. MDH depends on a staff of more than 6,500 and a budget of more
than $14 billion to provide health-related services to Maryland communities.
A. The Behavioral Health Administration (BHA) promotes recovery, resiliency, health, and wellness for
individuals who have emotional, substance use, addictive and/or psychiatric disorders. Most
admissions (98%) involve patients involved in the criminal justice system (sometimes referred to as
forensic patients). Among the BHA functions are:
1. The Clinical Services Division - ensures that an effective comprehensive system of behavioral
health services and support are available and accessible to adults throughout their lifespan in
response to the needs of individuals with mental health conditions, substance-related disorders,
and the co-occurring of the conditions and disorders. The Clinical Services Division evaluates
the network of services that the BHA funds and is responsible for Statewide planning,
development, administration and monitoring the comprehensive system of behavior health
services of the BHA. The mission of the Clinical Services Division is implemented through the
offices of Adult and Specialized Behavioral Health Services, and Quality Assurance, and the
State Opioid Treatment Authority.
2. The Children’s Services Division - develops a system of care for young people and their
families ranging from early childhood through adulthood. The system of care is designed to
meet the needs of individuals within this age range who have mental health conditions,
substance-related disorders, and those who have both.
a. The Office of Court-Ordered Evaluations and Placements (OCEP) oversees services
provided for individuals with mental disorders and developmental/intellectual disabilities
who are court-involved. OCEP includes the divisions listed below:
i. Centralized Admissions Office (CAO) - Serves as the single point of contact for
submission of all court orders that commit defendants to MDH for evaluation or
treatment of a mental health or substance use disorder
ii. Adult Pretrial Services - responsible for coordinating mental-competency evaluations
ordered by the adult criminal courts of Maryland.
iii. Juvenile Pretrial Services - responsible for providing pre-adjudication evaluations for
competency to proceed in Juvenile court. Unlike the adult criminal system, Juvenile
Pretrial Services does not evaluate for criminal responsibility. Juvenile Pretrial Services
oversees competency attainment services and the ongoing re-evaluations of juveniles
who have been found incompetent to proceed but attainable.
iv. Justice Services-Addictions - charged with monitoring and conducting court ordered
evaluations and placing defendants into treatment under court orders.
v. Community Forensic Aftercare Program (CFAP) - responsible for monitoring
individuals on signed orders of conditional release in both District and Circuit court in
every county in the State of Maryland.
B. MDH oversees the operation of two (2) developmental disability State residential centers, the Holly
Center in Salisbury, and the Potomac Center in Hagerstown. Both State Residential Centers are
responsible for the provision of needed services to people who have intellectual disabilities admitted to
the facility while working to integrate these people into less restrictive settings in the community.
1. The Court Involved Residence Program (CIRP) is located within the Potomac Center campus
provides evaluation and assessment services, as well as active treatment to people with
intellectual disabilities and court involvement within a secure and safe environment. In
addition, direct case consultation and assistance is provided to both criminal justice and human
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 4 of 146
services staff regarding people with intellectual disabilities involved with the criminal justice
system.
C. The Public Health Services Administration (PHS) oversees nine (9) major units (or bureaus) and
twenty-four (24) local health departments that provide surveillance, prevention, treatment, and
regulatory oversight services to all Marylanders. PHS operates two (2) Chronic Care Facilities (CCF),
Deer’s Head Center and Western Maryland Center. These facilities provide comprehensive healthcare
and rehabilitation services for the clinically complex patient and resident.
1. The Western Maryland Center’s Specialty Hospital Medical Care Unit is a unique program that
bridges the gap between hospital and home. Citizens of Maryland with multi-system and
specialized healthcare needs are managed by a dedicated, interdisciplinary team of healthcare
professionals that assist the patient in reaching their highest level of independence
possible. Patients admitted to the hospital unit, who are ventilator dependent, require frequent
intervention, rehabilitation, Peritoneal Dialysis, Total Parenteral Nutrition, or special isolation.
Any number of diagnosis and co-morbidities are accepted into the Specialty Hospital including
but not limited to: Brain Injury Rancho I II emerging and requiring ventilator management,
Spinal Cord Injury, Multiple Trauma, Multiple systems failure, post Coronary Artery Bypass
Graft or other open heart surgeries requiring extensive re-stabilization and rehabilitation, Stage
III-IV wound management and wound vac, hyperalimentation, and infectious disease
management and isolation including negative pressure isolation.
2. MDH is also responsible for overseeing the delivery of the public behavioral health system
(PBHS). Maryland currently provides or funds PBHS in two ways, directly through its State
psychiatric hospital system and by funding its managed fee-for-service system, using both State
and federal funds. All community behavioral health treatment services are administered through a
Behavioral Health Administrative Services Organization, in partnership between the Behavioral
Health Administration (BHA) and the State’s Medicaid Program.
2.2.2 Maryland Department of Health (MDH) Healthcare System
MDH operates the following eleven (11) facilities listed below. The number of users of the
system are approximately 3,100 and subject to change due to changes in staffing levels. In total,
MDH operates five (5) psychiatric hospitals, two (2) developmental disability facilities, two (2)
long-term care hospitals and two (2) Regional Institute for Children and Adolescent (RICA)
facilities. The total average daily census across all facilities is approximately 1,180. The smallest
facility population is approximately 32 and the largest is approximately 377.
NOTE: Please note that the numbers listed under each facility are subject to change
throughout the solicitation and implementation of the EHR system.
A. Clifton T. Perkins Center Jessup
The Perkins Center is a maximum-security psychiatric hospital located in Jessup. Some patients
stay for short periods, while others may stay for 20 years or more. Perkins has 289 beds. There
are 58 clinical providers (doctors, nurse practitioners, licensed social workers, psychiatrists,
etc.) at Perkins. With nurses and additional staff, the total number of users is estimated at
394. Perkins has its own pharmacy and will require access to a pharmacy module. Perkins uses
an external laboratory, Quest, and will require an orders/results interface.
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 5 of 146
B. Springfield Hospital Center - Sykesville
Springfield Hospital has a campus setting with many buildings and is located in
Sykesville. Springfield has 239 beds. There are 24 psychiatrists, 7 somatic physicians, 2
physician assistants, 23 psychologists, 25 social workers, 17 occupational therapists, 1 physical
therapist, 163 registered nurses, 88 LPNs, 3 addiction specialists, 3 registered dietitians and 11
medical records staff with an estimate of 575 users that will use the new system. McKeldin
Assisted Living Unit (ALU) will be opening soon on Springfield Hospital Center Campus.
C. Spring Grove Hospital Center - Catonsville
Spring Grove has a campus setting with many buildings and is located in Catonsville. The facility
has several different types of units with different dispensing requirements (unit dosing, 30 days,
etc.). Spring Grove is the largest MDH facility, with 397 beds. There are 600 clinical providers that
will be users of the system including 450 nurses. Spring Grove uses the Assurance and
Improvement in Medications Safety (AIMS) pharmacy module for dispensing medications. They use
Quest as an external lab. They use TechCare for external radiology.
D. Thomas B. Finan Center Cumberland
The Thomas B. Finan Center is located in Cumberland. Finan has 66 beds and 22 ALU beds. There
is a total of 156 users who will access the system. Finan uses the Western Maryland Hospital Center
as an external laboratory. The facility utilizes a system developed in-house (called DPOE, for Direct
Physician Order Entry) to allow physicians to enter orders and staff to create/modify/print MARs
and other medication forms. This system utilizes Access and is used as a front and back end to the
existing pharmacy module used by the other pharmacies. The Assurance and Improvement in
Medications Safety (AIMS) pharmacy module is used for dispensing medications.
E. Eastern Shore Hospital Center - Cambridge
The Eastern Shore Hospital is located in Cambridge and has 84 beds, but this number is subject to
change throughout the implementation of the EHR system. The facility uses the E-Chart system for
patient census data and pharmacy management system. It does not use the AIMS pharmacy
module. There are 6 psychiatrists, 1.5 somatic physicians, 1 forensic psychiatrist, 4 psychologists, 6
social works, 83.35 nursing FTEs, 11 rehabilitation staff and 6 medical records staff, for a total of
319 users who will all access the system.
F. Deer’s Head Hospital Center - Salisbury
The Deer’s Head Hospital Center is a chronic care facility located in Salisbury and has 80 licensed
beds in the chronic care unit, 66 licensed long-term care beds, and services 60 dialysis and 16 PT/OT
outpatients each day. There are 38 clinical providers, and a total of 150 clinical and direct care staff
that will be using the system. Deer’s Head is using the OptimusEHR system from vendor Yardi.
Deer’s Head uses an internal laboratory system (SchuyLab) and two external labs: the State of
Maryland and Peninsula Regional Medical Center (Epic). They are running the DIAPro dialysis
system from Gaia Software, use an external pharmacy (Allied), an external imaging service
(Mobilez at Peninsula Regional Medical Center) and the OnDemand dietary system. Reporting is
sent to the Center for Medicaid Services (CMS) for SNF, LTCH and quality measures.
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 6 of 146
G. Western Maryland Hospital Center - Hagerstown
The Western Maryland Hospital Center is a chronic care facility located in Hagerstown and serve 46
beds. The facility provides three types of services: chronic care, traumatic brain injury and long-
term care (for ventilator dependent patients). They are also using the Yardi OptimusEHR
system. There are 151 clinical employees that would access the new system. They are using an
external pharmacy (Allied) and are running Orchard Software for their internal laboratory.
H. Holly Center - Salisbury
The Holly Center is a developmental disability center located in Salisbury. Holly has 100 licensed
beds. There are 148 staff positions (including 92 direct care assistants, 24 RNs, seven LPNs, five
PT/OT/ST, two social workers, one RD, one psychiatrist, one podiatrist, and one psychologist, seven
contract professionals, and a nurse agency contract), who will all access the system. There is no
existing EHR system, although they are using an Access database for census, in addition to
HMIS. They use an external pharmacy (Allied) and an external lab at Peninsula Regional Medical
Center, which runs on the Epic EHR System.
I. Potomac Center - Hagerstown
The Potomac Center is a developmental disability center located in Salisbury. Potomac has 47
licensed beds and 95 clinical providers, all those who hold a license: doctor, RN, LPN, CNA,
LCSW, Psychiatrist, Psychologist. They have no EHR in use at this time. They are using an external
pharmacy (Pharmacare), external laboratories (LabCorp and a local hospital using Meditech Lab).
J. CIRP (Court Involved Residence Program) Potomac Center Campus - Hagerstown
The Court Involved Residence Program (CIRP) Hagerstown Program provides evaluation and
assessment services, as well as active treatment to people with intellectual disabilities and court
involvement within a secure and safe environment. The CIRP unit is located on the grounds of the
Potomac Center campus. The management and operations of the unit are under the Potomac Center
leadership. The CIRP has 28 beds and 75 clinical providers. The estimated total number of users for
Potomac/ CIRP is 224.
K. RICA Baltimore
The Regional Institute for Children and Adolescents - Baltimore is a mental health residential
treatment facility located in the city of Baltimore. The facility is operating with a capacity of 45
beds. There are 28 clinical providers, excluding nurses. There are 22 licensed nurses/state
employees, 17 unlicensed nursing staff/state employees, and 31 unlicensed nursing staff/contractual
employees. Total number of users is estimated to be 174. They have no EHR in use at this
time. They are using an external pharmacy (Allied), and two external laboratories (Friends &
LabCorp).
L. JLG RICA Rockville
The John L. Gildner Regional Institute for Children and Adolescents is a residential, clinical, and
educational facility serving children and adolescents with severe emotional disabilities, located in
Rockville. The facility is operated in conjunction with the Montgomery County Public School
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 7 of 146
district to provide an academic, behavioral, day and residential treatment program in a highly
structured, therapeutically integrated milieu. The facility has 32 beds for residents and there are 75-
day treatment children for which there are medical records. There are 41 clinical providers (five of
whom are receiving their license & will require co-signature). In addition, there are 30 CAMHAs
who access the medical record. Total number of users is estimated to be 147. They have no EHR in
use at this time. They are using an external pharmacy (Allied), and an external laboratory (Quest).
2.2.3 Overview of Current Systems
A. The existing Hospital Management Information System (HMIS) was purchased and
implemented in 1987. HMIS originally included only census and billing functions. All MDH
facilities use HMIS for census functions, as well as entering diagnoses and patient incidents
(e.g., restraints, seclusion). In 1999 a pharmacy module was added. An admit-discharge-
transfer (ADT) interface passes patient information from the census module to the pharmacy
module.
B. The current system is an electronic health record system used at the two chronic care
facilities (Deer’s Head and Western Maryland), in addition to HMIS. It supports census,
charting, pharmacy, and Minimum Data Set (MDS) collection and submission for long term
care. The system allows clinicians to chart by selecting icons from touch screens. The
system also supports an Electronic Medication Administration Record (eMAR) function.
C. The e-Chart and e-Staff systems are used at the Eastern Shore Hospital Center for census (in
addition to HMIS), medication ordering, clinical documentation, patient incident reporting,
employee profiles, credentialing, and infection control.
D. DIAPro is used at Deer’s Head for clinical documentation for dialysis patients.
E. SchuyLab is a laboratory system used at Deer’s Head for accessioning and processing
specimens and reporting results via instrument interfaces.
2.2.4 Challenges of the Current Systems
A. Application Gaps
1. Nearly all functionality required for Promoting Interoperability (Meaningful Use) attestation is
unavailable to MDH facilities with paper patient records.
2. None of the electronic health record systems in use are certified for Promoting Interoperability
Promoting Interoperability (Meaningful Use).
3. Failure to attest to Promoting Interoperability (Meaningful Use) has resulted in reduced
reimbursement from CMS.
4. Facilities using the current EHR, and E-Chart/E-Staff systems are the only facilities that have
made progress toward the HIMSS electronic health record model.
5. Heavy reliance on paper and manual processes in workflows create an environment with many
opportunities for delay and error.
B. Access to Information
1. Paper records cannot be accessed remotely. On-call physicians must travel to the facility when
called.
2. Medical record audits must be performed manually with paper records.
3. Quality reporting must be performed by manually pulling records and counting.
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 8 of 146
4. There are a limited number of workstations available to physicians, nurses, and other clinicians,
and MDH will need to assess the expansion of the local network to accommodate additional
workstations, as well as the type of workstation (desktop, laptop, and tablet).
C. Integration
1. The industry standard is “enter once, use many”.
2. Patient information collected at facilities with paper records is re-written on multiple forms.
3. Facilities with Access database applications also require the re-entry of patient information due
to a lack of integration among the applications.
4. HMIS is partitioned by facility, so patient information cannot be transferred to another facility
when the patient is transferred, requiring large-volume fax transmissions and re-entry of data
into HMIS.
5. Some facilities have no fully electronic order entry/results cycle with external pharmacies and
labs, requiring physicians hand write orders, nurses transcribe orders onto forms which are then
faxed, followed by phone calls from the pharmacies/labs with questions, and then handwritten
medication administration records are used all disconnected processes that requires staff to
monitor attentively.
6. There is no integration with the Maryland health information exchange, CRISP, so patient
history, medication, allergies, problems cannot be obtained electronically.
7. There is no integration with county health department systems.
8. There is no integration with the Department of Public Safety and Correctional Services
(DPSCD) nor with other county jail systems.
2.2.5 Key Functionality of the Current Systems
The existing systems, where deployed, support the following high-level processes and reporting:
1. Census, including Admissions/Discharges/Transfers (ADT)
2. Order entry (and computerized physician order entry at some facilities)
3. Pharmacy
4. Clinician Documentation (including physicians, nurses, therapists, psychologists, and other
professionals)
5. Laboratory
6. Dialysis
7. Long Term Care (LTC)
8. Billing
9. Credentialing
2.2.6 Maryland Healthcare System Current Functionalities
MDH seeks to increase the scope and quality of the reports and analytics that are listed below and
referenced in Appendix 4 - Functional and Business Requirements to be generated by the new
EHR system.
1. Admissions: Admissions for the five (5) psychiatric hospitals and the two (2)
developmental disability centers, Holly and Potomac, are managed by the Centralized
Admissions Office (CAO), a division within the Office of Court Ordered Evaluations and
Placements (OCEP). The CAO processes approximately 3,500 court orders a year, orders
that commit defendants to MDH for evaluation or treatment of a mental health or
substance use disorder. The CAO uses Salesforce to manage processes and store
documents. When a court order is received, the CAO sends a forensic evaluator to the
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 9 of 146
detention center to perform an evaluation. Once the evaluation is completed, the
evaluation is uploaded into the Salesforce application for processing. The CAO staff then
begins the process of gathering medical records, court documents and demographic
information needed for admission, and the patient is placed on the waitlist. The CAO
works with the MDH facilities to locate the appropriate setting for placement based on
capacity, condition and level of care needed for the patient. Once a location and bed are
determined, transportation is scheduled to transport the patient to the facility. OCEP is
also notified when patients are preparing for discharge. The Community Forensic
Aftercare Program (CFAP) division is notified and is engaged in discharge planning and
aftercare planning for the patient. Once patients are conditionally released, CFAP
monitors the patient in the community by receiving monthly reports from providers to
ensure adherence to the patient’s aftercare plan.
2. Billing and Revenue Cycle: Census data is stored in the Hospital Information
Management System (HMIS) with the patient’s demographic and medical profile
information. The census data is collected and used by the Division of Cost Accounting
and Reimbursements (DCAR), program administrations, and hospital
administrators. This information is used to invoice third party and private payers for
services provided in the facilities and for a variety of administrative and management
activities ranging from daily patient accounting to Joint Commission (JC) accreditation.
The DCAR Financial Agent Offices (located at each State facility) forward billing
information on a form (BIF Billing Information Form) to DCAR Central Office for
processing. The Central Office staff sets up the appropriate billing in the Client
Billing Profile and uses this information to add retroactive charges, adjustments and
payments that need to be made to the automated accounts receivable.
A. DCAR prepares billings for Medicare Part A, Medicare Part B (Ancillary &
Physician), Medicaid, Insurance Companies, Sponsors, Hospital Bank and Social
Security MDH Payee.
Medicare Part A includes billings listing in the table below for:
Table 2-1 Medicare Part A Payment System Types
Payment System Type
Long Term Care Hospital
Prospective Payment System
(LTCH PPS)
Inpatient Psychiatric Facility
Prospective Payment System (IPF
PPS)
Skilled Nursing Facility Prospective
Payment System (SNF PPS)
These billings are prepared using manual hard copy data received from the State
facilities. The claims are sent to Novitas via MyAbility, Inc Direct Data Entry for
processing. The charges are entered manually into the Accounts Receivable (A/R) as
are all payments received.
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 10 of 146
B. Medicare Part B includes billings for Ancillary and Physician services. The
Ancillary services billing is prepared using lab slips and logs sent from the
facilities. This data is keyed into a menu option in the current system, and it is
processed during the monthly ancillary billing. The National Standard Format
file created in this process is then processed through an 837 Translator developed
in-house. The 837 file is then sent to Highmark Medicare Services for payment.
The payments are entered manually into the A/R. The Physician services billing
is prepared using Physician service logs sent from the facilities. This data is then
keyed into a menu option in the current system, and it is processed during the
monthly physician billing. The National Standard Format file created in this
process is then processed through an 837 Translator program written in-house.
The 837 file is then sent directly to Novitas for payment. An 835-remittance file
is received from Novitas, and the payments are electronically applied to the A/R.
C. Medicaid includes billings for the Chronic, Behavioral Health, Developmental
Disabilities and Nursing Homes. These billings are prepared using data from the
Client Billing Profile and the Patient Moves data. The Chronic and Mental
Health are billed using a per diem rate, and the Nursing Homes are billed based
on Revenue Codes and Patient Moves. The National Standard Format files
created by the system are then processed through the 837 Translator
program. The 837 file is sent to Maryland Medicaid for processing. An 835-
remittance file is received from Maryland Medicaid and then applied
electronically to the A/R. Only Nursing Homes are billed based on Revenue
Codes.
D. Insurance claims are prepared on Uniform Billing-04s (UB-04) generated
manually and by the system during the monthly billing process. The data used to
prepare the bill is generated from the system’s Client Billing Profile and Census
data. The UB-04s are submitted to insurance companies via MyAbility for
payment. The payments received are applied manually to the A/R.
E. Sponsor Bills are created from data in the Client Billing Profile and the Census
Module. The bills are generated by the system during the monthly billing
process, printed on data mailers, separated manually and then mailed. The
payments received are then entered manually into the A/R.
F. Hospital Bank Billing is done based on data compiled on the Hospital Bank Rep
printout. The data represents information contained in the Client Billing Profile
and Patient Moves. The printout is sent to each facility’s Business Office for
payment. The payments are entered manually into the A/R.
G. Social Security and Maryland Department of Health (MDH) Payee Billing is
generated based on data from the Client Billing Profile and patient moves. The
charges are based on rates established by the Financial Agents in the State
facilities. The payments consist of the Social Security check for the MDH Payee
patients. The Social Security checks are direct deposit, and the check files are
sent to DCAR by Banking Services in Annapolis for processing. The Social
Security Unit then uses a system-generated Patient Allowance report to give
each patient receiving a check a patient allowance. A transmittal is sent to MDH
General Accounting for allocation of funds to the facilities. Supplemental
Security Income (SSI) is not processed through HMIS.
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 11 of 146
H. Retroactive Billings are prepared using Sponsor / Resource system billing
options and the Client Billing Profile. Retroactive billing is very common in the
State Hospital billing environment. Financial investigations can take up to six
months to complete and the patients stay for extended periods in the facilities,
thus causing accounts to be adjusted for retroactive periods.
I. The Accounts Receivable (A/R) consists of invoiced entries and their associated
company/plans. The entries are produced by monthly and on demand billings,
charge entries, payment/adjustment entries, retroactive billing entries and re-bill
entries.
2.2.7 Pharmacy Current Systems
The BHA operates five (5) state psychiatric facilities with in-house pharmacies located throughout
the State of Maryland. The new system will replace the legacy pharmacy management system used in
these facilities. The new system will support all the functions of the in-house pharmacies.
The CIRP receives medications from one of the State psychiatric facility pharmacies, rather than a
commercial pharmacy. The new EHR will track these transactions.
2.2.8 MDH operates five internal pharmacy departments supported. MDH also operates six other
inpatient facilities that use the HMIS ADT module for patient census information however; they
purchase their prescriptions from outside pharmacies.
Although they are not using the existing pharmacy management system, there will need to be an
interface with new EHR and current contracted pharmacies.
Facilities that use external pharmacies are listed below:
1. RICA - Rockville
2. RICA - Baltimore
3. Deer's Head Hospital Center - Salisbury
4. Holly Center - Salisbury
5. Potomac Center - Salisbury
6. Western Maryland Hospital Center - Hagerstown
2.2.9 ORYX Reporting of Current Systems
The current HMIS system is fully compliant with all Joint Commission Performance Management
(ORYX) reporting requirements coordinated through the National Research Institute’s (NRI)
Behavioral Healthcare Performance Management System. These reporting requirements include, but
are not limited to, patient episodes for all admissions and discharges and patient events such as
injuries, patient seclusions and restraints, medication errors, patient leaves such as absent-without-
leave (AWOL) or home visits and readmissions within 30 days of discharge. Additionally, the
current system transmits electronic files on monthly patient episode and event data for each facility to
NRI for editing purposes. All identified errors are returned to the facility for correction and
retransmission to NRI. All monthly files must pass all fatal errors, as defined by NRI, before the next
month is sent to NRI for editing purposes. The ORYX reporting requirements change on at least an
annual basis and MDH’s Department of Information Technology makes changes to the HMIS source
code to accommodate these changes.
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 12 of 146
2.2.10 User Groups of the Current Systems
The current system is used at each MDH facility by staff from admissions, medical records,
physicians, nurses, therapists, consulting physicians, pharmacists and pharmacy technicians, lab
technicians, administrators, social workers, utilization review, performance improvement, infection
control, and others.
Information is currently collected and used by DCAR for billing, as well as NRI for ORYX
reporting.
The Maryland State Police (MSP) also queries a database extracted from HMIS (and augmented with
data from all other State hospitals) to determine if a gun purchaser has been a psychiatric patient.
2.2.11 State Roles
In addition to the Procurement Officer and Contract Monitor, MDH has the following
implementation personnel and will establish the following governance bodies:
Table 2-2 MDH State Roles
STATE ROLE
RESPONSIBILITY
A. MDH Facilities Director
This role is the empowered leader,
manager, and coordinator for all the
MDH hospitals and healthcare
facilities. This person will be final
arbiter on decisions as to MDH
facility requirements (functionality,
workflow, reports, etc.) and EHR
system configuration; and will be
responsible for planning and
executing Organizational Change
Management (OCM)
B. MDH EHR Delivery Manager
(Program/Project Manager for
MDH)
The MDH EHR Delivery Manager will
be paired and partnered with the
Contractor’s Program / Project
Manager. This person will be
responsible for the classic tasks of
adhering to schedule, controlling scope,
sticking to budget, fulfilling the Contract,
addressing risks, and escalating issues.
C. MDH EHR Senior Business
Analyst
Works with senior MDH leadership,
the facilities, MDH OIT, and the
Contractor’s team to understand,
prioritize, and manage
requirements; to design and decide
the EHR workflow, configuration,
and reports; to contribute to the
planning and execution of OCM,
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 13 of 146
including system training and
support.
D. MDH EHR Configuration and
Integration Analyst(s)
Responsible for administering,
configuring (including reports), and
maintaining the new EHR system. The
role will work closely with the
Contractor’s implementation team
Contractor’s technical support.
E. MDH OIT Director of
Infrastructure
Role will be on a part-time
dedication to the EHR
implementation, is responsible for
understanding, planning, and
fulfilling the requirements for
hosting, operating, and securing the
new EHR system
F. MDH OET HMIS Team
The team will be dedicated to
supporting the EHR implementation
from both functional and technical
perspectives, including
collaboration with the Contractor in
activities required for data cleansing
and conversion; for hospital-by-
hospital rollouts
G. Facility Leadership and Staff
MDH will obtain participation and
provide access to leadership and staff
within facilities as reasonably
requested by the Contractor. Requests
from the Contractor shall be submitted
to the MDH EHR Delivery Manager
for decision.
H. Program Management Office
(PMO)
MDH will establish a PMO to be led
by the MDH EHR Delivery Manager
in collaboration with the Contractor’s
Program / Project Manager
I. Change Control Board (CCB)
MDH will establish a CCM within the
PMO in order to manage EHR scope
consistent with the EHR
Contract. The CCB will include
representatives from the
Contractor. The CCB will escalate
decisions that it cannot resolve itself
to the HER Executive Steering
Committee and the Office of the
Attorney General (OAG), as
appropriate
J. Facilities Advisory Board
(FAB)
MDH will establish a FAB within the
PMO to facilitate activity,
communications, organizational
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 14 of 146
change, and issue resolution with
leadership of the facilities. The FAB
will include the CEOS and COOs of
the facilities along with others as
deemed appropriate
K. EHR Executive Steering
Committee (ESC or Steering
Committee)
MDH will establish a Steering
Committee for executive sponsorship,
including empowerment of the
delivery team, mitigation of risks, and
resolution of issues, including issues
relating to the provisions and
enforcement of the Contract
2.3 Contractor Responsibilities and Tasks
2.3.1 Overview
System implementation will span approximately two years, starting in 2022 and conclude in 2024.
A. The Contractor shall provide implementation that will encompass activities such as deciding
how to automate and standardize workflow; configuring the new EHR system; cleaning and
converting data; engaging and training the end-user community; deploying to facilities in a
multi-stage rollout; and launching the steady-state support services.
B. The Contractor shall deploy in a facility-by-facility manner, rather than in an application-by-
application or module-by-module basis. The approach shall entail fully implementing three
to four facilities for each of the deployments or “go-lives.” To minimize time-to-value and
also to manage risk, facilities that have no EHR in place today will presumably be scheduled
for deployment before those that are currently running other systems. See Table 2-3 for
facility system implementation order.
C. The Contractor shall clean and convert existing patient data. This process will need to
identify and combine duplicate patient records across multiple facilities. The process will
include creating digital images of records that are not in a structured digital format (e.g.,
paper records) and attaching them to the patient’s record.
2.3.2 Controlling Federal and State References
The Contractor shall review, familiarize, and adhere with any pertinent requirements from the following
Federal and State laws, regulations, and waivers:
A. 42 U.S.C., 45 Electronic Code of Federal Regulations (e-CFR), §§ 160.101 through 160.105
General Administrative Requirements https://www.ecfr.gov/cgi-bin/text-
idx?node=pt45.2.160&rgn=div5
B. 42 U.S.C., 45 e-CFR, §§ 164.102 through 164.534 Security and Privacy
C. 42 U.S.C, § 1305 Social Security Act
D. 42 U.S.C., § 1320d-2 Standards for Information Transactions and Data Elements
E. 42 U.S.C., § 18001 Immediate Access to Insurance for Uninsured Individuals with a Preexisting
Condition
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 15 of 146
F. 42 U.S.C. § 12101-12213 Americans with Disabilities Act of 1990, Public (P) Law (L) Number
(No) 101-336
G. CMS, The State Medicaid Manual, Publication# 45 https://www.cms.gov/Regulations-and-
Guidance/Guidance/Manuals/Paper-Based-Manuals-Items/CMS021927
H. Federal Information Processing Standard (FIPS) Publication (PUB) 140-2 Security Requirements
for Cryptographic Modules (Mentioned in 3.7.5 (B)6 under Security Requirements)
https://csrc.nist.gov/publications/detail/fips/140/2/final
I. FIPS PUB 199 Standards for Security Categorization of Federal Information and Information
Systems https://csrc.nist.gov/publications/detail/fips/199/final
J. FIPS PUB 200 Minimum Security Requirements for Federal Information and Information
Systems https://csrc.nist.gov/publications/detail/fips/200/final
K. Health Insurance Portability and Accountability Act of 1996 (HIPAA), P.L. No. 104-191
L. National Institute of Standards & Technology (NIST) Special Publication (SP) 800-53 Rev.5
Security and Privacy Controls for Information Systems and Organizations
https://csrc.nist.gov/publications/detail/sp/800-53/rev-5/final
M. NIST SP 800-63 [series] Digital Identity Guidelines https://www.nist.gov/itl/applied-
cybersecurity/tig/projects/special-publication-800-63
2.3.3 Facility Systems Order of Implementation
Contractor shall integrate into their implementation plan in Table 2-3 The eleven (11) MDH facilities
identified in 2.2.2 for implementation of the EHR system shall acquire this service in the order listed
below. This is the current preferred order of implementation; however, MDH may modify the order, if
necessary.
Table 2-3: Facility System Order of Implementation
ORDER WITH THE
NUMBER 1 BEING THE
FIRST
FACILITY
1
Clifton T. Perkins Center Jessup
2
RICA Baltimore
3
Spring Grove Hospital Center Catonsville
4
Eastern Shore Hospital Center Cambridge
5
Springfield Hospital Center Sykesville
6
Holly Center Salisbury
7
JLG RICA Rockville
8
Potomac Center Hagerstown
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 16 of 146
9
Thomas B. Finan Center Cumberland
10
Western Maryland Hospital Hagerstown
11
Deer’s Head Hospital Center – Salisbury
2.4 Contractor-Supplied Hardware, Software, and Materials
A. By responding to this RFP and accepting a Contract award, the Offeror specifically agrees
that for any software, hardware or hosting service that it proposes, the State will have the
right to purchase such item(s) from another source, instead of from the selected Offeror.
B. SaaS applications shall be accessible from various client devices through a thin client
interface such as a Web browser (e.g., Web-based email) or a program interface.
C. The State shall be permitted limited user-specific application configuration settings.
D. The Contractor is responsible for the acquisition and operation of all hardware, software and
network support related to the services being provided and shall keep all software current.
E. All Upgrades and regulatory updates shall be provided at no additional cost.
F. The Contractor shall prepare software releases and stage at the Department for validation in
the system test environment. The Department will provide authorization to proceed. The
Department will have the ability to manage the distribution of these releases to the
appropriate sites. To support this requirement, the Contractor shall propose, provide, and
fully describe their solution for updating all sites with any new software releases.
G. The State also requires that the Offeror provide fully functional, generally available software
and multiple-user licenses for purchase as needed throughout the life of the Contract.
H. The Offeror shall install and provide all documentation for the software furnished under the
Contract.
2.5 Functional/Business Requirements
Functional/Business Requirements for the proposed EHR SaaS are listed in RFP Appendix 4 MDH
EHR RFP #OCMP-22-18251 Appendix 4 Functional and Business Requirements.
2.6 Training
A. Develop a training plan and approach, produce training courses and training materials, and
conduct train-the-trainer, end-user, and technical training. Training materials shall reference
appropriate system documentation and operating procedures. The Contractor shall coordinate
with MDH’s Contract Monitor to arrange all training timelines. See Appendix 4 Functional
and Business Requirements Tab titled Training Requirements.
B. Develop a comprehensive training plan and schedule that outlines the training approach for the
technical staff training. The training plan shall consider and include the following minimum
content:
1. Overall training strategy and approach addressing MDH designated trainers, super
user, end-user, and periodic operational training requirements for administrative,
clinical, financial, and technical functional roles.
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 17 of 146
2. Information regarding training techniques to be used including lectures, videos,
handouts, work samples, practice scenarios, reference sheets, student manuals and
web-based learning management systems.
3. Classroom requirements, desktop and software requirements, system access
requirements, required user-training security profiles, class locations, schedules,
and other logistics.
C. User Training
1. Work with the State to assess end-user training needs. The Contractor shall conduct
and train MDH facility users directly as well as train MDH designated staff in a
train-the-trainer model. Contractor is required to train a minimum of 50 end users
and a maximum of up to 125 users at each facility. MDH will work with Contractor
to determine the adequate number of users to be trained at each facility within
minimum and maximum parameters. A user shall be permitted to attend multiple
training sessions as required by MDH to ensure they are trained on the appropriate
functional areas of the user’s role. Total estimated maximum number of users to be
trained by vendor is 1,375. This number excludes technical and operations staff.
Any end users that need to be trained above the 125 number will be trained by a
designated MDH trainer who participated in prior “train-the-trainer” training with
the contractor. Contractor led training shall contain no more than 25 users per
session to ensure efficiency and efficacy in each session. Contractor shall permit
MDH to record any training sessions to be used by staff as needed in the future.
D. Technical and Operations Training
1. Provide a combination of hands-on, in-person classroom training as well as virtual
training options for technical and system operations staff. The Contractor shall
ensure that sufficient training sessions are scheduled to train all staff identified in
the use of the system in a hosted environment. Contractor shall permit MDH to
record any training sessions to be used by staff as needed at a later date.
2. Technical transfer of knowledge: Include system support and operational aspects
such as, configuration of tools used in the project, system table maintenance,
security administration, interface operation for the extract files, and other system
specific operations including the use of all system/data-related tools required to
use the system.
3. The estimated number of technical and operational users to be trained is 50. This
number includes users in revenue cycle management, admissions, administrative
and technical operations.
2.7 Required Project Policies, Guidelines and Methodologies
The Contractor shall be required to comply with all applicable laws, regulations, policies, standards, and
guidelines affecting Information Technology projects, which may be created or changed periodically.
Offeror is required to review all applicable links provided below and state compliance in its response.
It is the responsibility of the Contractor to ensure adherence and to remain abreast of new or revised
laws, regulations, policies, standards, and guidelines affecting project execution. These include, but are
not limited to:
A. The State of Maryland System Development Life Cycle (SDLC) methodology
at: http://doit.maryland.gov/SDLC/Pages/agile-sdlc.aspx ;
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 18 of 146
B. The State of Maryland Information Technology Security Policy and Standards
at: http://www.DoIT.maryland.gov- keyword: Security Policy;
C. The State of Maryland Information Technology Non-Visual Standards at:
http://doit.maryland.gov/policies/Pages/ContractPolicies.aspx;
D. The State of Maryland Information Technology Project Oversight at:
http://doit.maryland.gov/epmo/Pages/ProjectOversight.aspx;
E. The Contractor shall follow project management methodologies consistent with
the most recent edition of the Project Management Institute’s Project
Management Body of Knowledge Guide; and
2.7.1 Product Requirements
A. No international processing for State Data: As described in Section 3.7
Security Requirements, Offerors are advised that any processing or storage of
data outside of the continental U.S. is prohibited.
B. Any Contract award is contingent on the State’s agreement, during the Proposal
evaluation process, to any applicable terms of use and any other agreement
submitted under Section 5.3.2. Such agreed upon terms of use shall apply
consistently across services ordered under the Contract.
C. The Contractor shall not establish any auto-renewal of services beyond the
period identified in Contract documents.
D. In addition to any notices of renewal sent to the Department, Contractors shall
email notices of renewal to the e-mail address designated by the Contract
Monitor.
2.7.2 Technical Support
Maintenance and support, and Contractor’s ongoing maintenance and support obligations, are defined as
follows:
A. Maintenance commences at receipt of the Notice to Proceed (NTP). Billing
shall be in accordance with Section 3.3 of the RFP.
B. Software maintenance includes all future software updates and system
enhancements applicable to system modules licensed without further charge to
all licensed users maintaining a renewable software support contract.
C. Technical Support” means Contractor-provided assistance for the services or
Solution furnished under the Contract, after initial end-user support confirms a
technical issue that requires additional troubleshooting capabilities; sometimes
referenced as Tier II IV support.
D. The State shall be able to contact a Technical Support team member 24x7x365.
E. Contractor Personnel providing technical support shall be familiar with the
State’s account (i.e., calls shall not be sent to a general queue).
F. Contractor shall return calls for service of emergency system issues within one
(1) hour.
G. Calls for non-emergency IT service requests will be returned within three (3)
hours or immediately the following day if after Normal State Business Hours.
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 19 of 146
H. The State shall be provided with information on software problems
encountered at other locations, along with the solution to those problems, when
relevant to State software.
I. Support shall be provided for superseded releases and back releases still in use
by the State.
J. For the first year and all subsequent Contract years, the following services shall
be provided for the current version and one previous version of any Software
provided with the Deliverables, commencing upon of Notice to Proceed (NTP).
1. Error Correction. Upon notice by State of a problem with the Software
(which problem can be verified), reasonable efforts to correct or provide a
working solution for the problem.
2. Material Defects. Contractor shall notify the State of any material errors
or defects in the Deliverables known or made known to Contractor from
any source during the life of the Contract that could cause the production
of inaccurate or otherwise materially incorrect results. The Contractor
shall initiate actions as may be commercially necessary or proper to effect
corrections of any such errors or defects.
3. Updates. Contractor will provide to the State at no additional charge all
new releases and bug fixes (collectively referred to as “Updates”) for any
software Deliverable developed or published by the Contractor and made
available to its other customers.
K. Operations tasks to include virus scans
L. Activity reporting upon request by the Contract Monitor.
2.7.2.1 Backup
The Contractor shall:
A. Meet the Recovery Time Objective (RTO) and Recovery Point Objective
(RPO) metrics defined in Section 2.9 Service Level Agreement.
B. Perform backups for all application and configuration data that is necessary to
restore the application to full operability on suitable hardware. The backup
shall consist of at least:
1. Incremental daily backups, retained for one (1) month,
2. Full weekly backups, retained for three (3) months, and
3. Last weekly backup for each month maintained for two (2) years
C. Maintain one annual backup for at least 10 years
D. Send the weekly backup electronically to a facility designated by the State
E. Encrypt the backups using a shared key
F. Perform a backup recovery at least semi-annually; and
G. Provide on demand support for the State’s recovery of a backup set.
2.8 Deliverables
2.8.1 Deliverable Submission
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 20 of 146
A. For every deliverable, the Contractor shall request the Contract Monitor confirm receipt of
that deliverable by sending an e-mail identifying the deliverable name and date of receipt.
B. For every deliverable, the Contractor shall submit to the Contract Monitor, by e-mail, an
Agency Deliverable Product Acceptance Form (DPAF), an example of which is provided on
the DoIT web page here:
http://doit.maryland.gov/contracts/Documents/_procurementForms/DeliverableProductAcce
ptanceForm-DPAFsample.pdf.
C. Unless specified otherwise, written deliverables shall be compatible with Microsoft Office,
Microsoft Project, or Microsoft Visio within two (2) versions of the current version. At the
Contract Monitor’s discretion, the Contract Monitor may request one hard copy of a written
deliverable.
D. A standard deliverable review cycle will be elaborated and agreed-upon between the State
and the Contractor. This review process is entered into when the Contractor completes a
deliverable.
E. For any written deliverable, the Contract Monitor may request a draft version of the
deliverable, to comply with the minimum deliverable quality criteria listed in Section 2.8.3
Minimum Deliverable Quality. Drafts of each final deliverable, except status reports, are
required at least two weeks in advance of when the final deliverables are due (with the
exception of deliverables due at the beginning of the project where this lead time is not
possible, or where draft delivery date is explicitly specified). Draft versions of a deliverable
shall comply with the minimum deliverable quality criteria listed in Section 2.8.3 Minimum
Deliverable Quality.
2.8.2 Deliverable Acceptance
A. A final deliverable shall satisfy the scope and requirements of this RFP for that deliverable,
including the quality and acceptance criteria for a final deliverable as defined in Section
2.8.4 Deliverable Descriptions/Acceptance Criteria.
B. The Contract Monitor shall review a final deliverable to determine compliance with the
acceptance criteria as defined for that deliverable. The Contract Monitor is responsible for
coordinating comments and input from various team members and stakeholders. The
Contract Monitor is responsible for providing clear guidance and direction to the Contractor
in the event of divergent feedback from various team members.
C. The Contract Monitor will issue to the Contractor a notice of acceptance or rejection of the
deliverable in the DPAF (see online sample). Following the return of the DPAF indicating
“Accepted” and signed by the Contract Monitor, the Contractor shall submit a proper
invoice in accordance with the procedures in Section 3.3. The invoice must be accompanied
by a copy of the executed DPAF, or payment may be withheld.
D. In the event of rejection, the Contract Monitor will formally communicate in writing any
deliverable deficiencies or non-conformities to the Contractor, describing in those
deficiencies what shall be corrected prior to acceptance of the deliverable in sufficient detail
for the Contractor to address the deficiencies. The Contractor shall correct deficiencies and
resubmit the corrected deliverable for acceptance within the agreed-upon time period for
correction.
2.8.3 Minimum Deliverable Quality
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 21 of 146
The Contractor shall subject each deliverable to its internal quality-control process prior to submitting the
deliverable to the State.
Each deliverable shall meet the following minimum acceptance criteria:
A. Be presented in a format appropriate for the subject matter and depth of discussion.
B. Be organized in a manner that presents a logical flow of the deliverable’s content.
C. Represent factual information reasonably expected to have been known at the time of submittal.
D. In each section of the deliverable, include only information relevant to that section of the
deliverable.
E. Contain content and presentation consistent with industry best practices in terms of deliverable
completeness, clarity, and quality.
F. Meets the acceptance criteria applicable to that deliverable, including any State policies,
functional or non-functional requirements, or industry standards.
G. Contains no structural errors such as poor grammar, misspellings, or incorrect punctuation.
H. Must contain the date, author, and page numbers. When applicable for a deliverable, a revision
table must be included.
I. A draft written deliverable may contain limited structural errors such as incorrect punctuation and
shall represent a significant level of completeness toward the associated final written deliverable.
The draft written deliverable shall otherwise comply with minimum deliverable quality criteria
above.
2.8.4 Deliverable Descriptions/Acceptance Criteria
In addition to the items identified in the table below, the Contractor may suggest other subtasks, artifacts,
or deliverables to improve the quality and success of the assigned tasks.
Deliverables Summary Table*
*The deliverables summary table may not list every contractually required deliverable. Offerors and
Contractors should read the RFP thoroughly for all Contract requirements and deliverables.
ID #
Deliverable
Description
Acceptance Criteria
Due Date /
Frequency
2.8.4.1
Kick-off
Meeting
Kick-Off Meeting
No later than
fifteen (15)
Business Days
after NTP.
2.8.4.2
Project
Management
Plan (Release /
Sprint plan)
Project Management Plan (PMP)
The project management plan shall include
Integrated Project Schedule in MS Project
format.
The Integrated Project Schedule shall include the
following:
Final: No later
than twenty (20)
Business Days
after the Kick-
Off Meeting
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 22 of 146
1. Tasks, start and end dates
2. Task duration
3. Resource assignments
4. Percentage complete per task
5. Due dates for each project deliverable tasks
defined no greater than 80 hours for a task;
and
6. Expectations and tasking for State or other
personnel.
Project management services to manage the
Contractor’s delivery approach and resources using
industry standard and best-practice project
management methods
Integrated
Project
Schedule to the
satisfaction of
the MDH Project
Manager.
2.8.4.3
Requirements
Traceability
Matrix (RTM)
Document that links requirements to their origins
and traces them throughout the project life cycle.
As outlined in
the Contractor’s
Project
Management
Plan and
updated as the
initial RFP fixed
scope of work
progresses.
2.8.4.4
Problem
Escalation
Procedure
The PEP must state how the Contractor will
address problem situations as they occur during the
performance of the Contract. Reference 3.8.1
As outlined in
the Contractor’s
Project
Management
Plan and
updated as the
initial RFP fixed
scope of work
progresses.
2.8.4.5
System Design
Document
Document that includes pertinent sections from the
template available at:
https://doit.maryland.gov/SDLC/Pages/templates-
phases.aspx
As outlined in
the Contractor’s
Project
Management
Plan and
updated as the
initial RFP fixed
scope of work
progresses.
2.8.4.6
Implementation
Plan
Document that includes pertinent sections from the
template available at:
https://doit.maryland.gov/SDLC/Pages/templates-
phases.aspx
As outlined in
the Contractor’s
Project
Management
Plan and
updated as the
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 23 of 146
initial RFP fixed
scope of work
progresses.
2.8.4.7
Data Migration
Plan
In MS Word format, the Data Migration Plan shall
be delivered to the Contract Monitor and shall
include methodology, scope, and approach for
migrating data in support of the RFP initial scope
of work
As outlined in
the Contractor’s
Project
Management
Plan and
updated as the
initial RFP fixed
scope of work
progresses.
2.8.4.8
Test Plan
In MS Word format, the Test Plan shall be
delivered to the Contract Monitor and shall include
test cases and expected results for each EHR
requirement for each of the following:
1. System Tests
2. Integration Tests
3. Security Tests
4. Performance Tests
5. User Acceptance Tests
As outlined in
the Contractor’s
Project
Management
Plan and
updated as the
initial RFP fixed
scope of work
progresses.
2.8.4.9
Test Results
Report
In MS Word format, the Test Results Report shall
be delivered to the Contract Monitor and shall
include the Contractor’s actual test results for each
EHR requirement for each of the following:
1. System Tests
2. Integration Tests
3. Security Tests
4. Performance Tests
5. User Acceptance Tests
As outlined in
the Contractor’s
Project
Management
Plan and
updated as the
initial RFP fixed
scope of work
progresses.
2.8.4.10
Production-
ready EHR
System
EHR System that meets all requirements stated
herein and has been successfully installed and
tested within each of the 11 facilities.
As outlined in
the Contractor’s
Project
Management
Plan and
updated as the
initial RFP fixed
scope of work
progresses.
2.8.4.11
System
Administration
Manual
In MS Word format with system screenshots, the
System Administration Manual shall be delivered
to the Contract Monitor and shall include
instructions on how to conduct all system
Administration functions.
As outlined in
the Contractor’s
Project
Management
Plan and
updated as the
initial RFP fixed
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 24 of 146
scope of work
progresses.
2.8.4.12
Training Plan
In MS Word format with system screenshots the
detailed Training Plan shall be delivered to the
Contract Monitor and shall include:
1. Training Schedule
2. Training Location(s)
As outlined in
the Contractor’s
Project
Management
Plan and
updated as the
RFP scope of
work progresses.
2.8.4.13
Administrator
Training
Train Agency System Administrators (see 2.6.C.4
technical and operations) that explain how the
System has been configured and how best to
manage it.
As outlined in
the Contractor’s
Project
Management
Plan and
updated as the
initial RFP scope
of work
progresses.
2.8.4.14
End User
Training
Provide training to end users and train Agency
trainers (see 2.6.C.3 user training) who will then be
able to train other agency staff not included in
Contractor lead training sessions.
As outlined in
the Contractor’s
Project
Management
Plan, and
updated RFP
scope of work
progresses.
2.8.4.15
System
documentation
to include
maintenance
procedures,
technical
manuals, user
manuals, data
dictionary,
video content
and other
documents
available as part
of the proposed
system.
As outlined in the Contractor’s Project
Management Plan and updated as the RFP scope
of work progresses.
System
documentation to
include
maintenance
procedures,
technical
manuals, user
manuals, data
dictionary, video
content and other
documents
available as part
of the proposed
system. Due date
as outlined in the
Contractor’s
Project
Management
Plan and
updated as the
initial RFP scope
of work
progresses.
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 25 of 146
2.8.4.16
Risk Mitigation
Management
Plan
The Requirements Management Plan shall describe
how the Contractor will enhance its understanding
of the RFP requirements through the facilitation of
Requirements Validation modules
Within 30
Business days of
Notice to
Proceed (NTP).
2.8.4.17
Change
Management
Plan
Contract shall provide a Change Management Plan
to address approval and system change processes.
Within 20
Business days of
Notice to
Proceed (NTP).
2.8.4.18
Weekly Status
Reports
Contractors shall provide weekly status reports and
provide a summary of the status of project
objectives, deliverables, tasks, results, challenges,
and action items.
Reports shall be
provided to the
Project Manager
every Tuesday or
any other date
destinated by the
Project Manager.
2.9 Service Level Agreement (SLA)
A. The State is sensitive to system performance, and its impact on user efficiency and perception.
As a result, system performance measures shall be implemented as proposed and agreed to in
the Contract and measured on a periodic basis as a means to maintain a high level of system
performance and user satisfaction.
B. The Contractor is to implement measurements of their solution’s performance as proposed and
explained in the Technical Proposal.
C. The Contractor shall implement an SLA for system performance as proposed that is considered
acceptable performance from an end-user’s point of view (e.g., response time of common
transactions, system availability).
D. The Contractor shall include both the measures and the frequency of measurement in its SLA,
as well as the raw data used to support each SLA so that MDH and the Contractor jointly agree
on the methodology to measure the data prior to implementation. The new EHR shall be
available to users at all times, with the exception of planned outages.
2.9.1 Definitions
A. A “Problem” is defined as any situation or issue reported via a help desk ticket that is related to
the system operation that is not an enhancement request.
B. “Problem resolution time” is defined as the period of time from when the help desk ticket is
opened to when it is resolved.
C. Monthly Charges: for purposes of SLA credit calculation, Monthly Charges are defined as the
charges set forth in Attachment B, Financial Proposal Form, invoiced during the month of
the breach for the monthly fixed services, or, in the event of annual billing, 1/12 of the annual
invoice amount Financial Proposal Form.
2.9.2 SLA Requirements
The Contractor shall:
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 26 of 146
A. Be responsible for complying with all performance measurements and shall also ensure
compliance by all subcontractors.
B. Meet the Problem response time and resolution requirements as defined in Section 2.9.6.
C. Provide a monthly report to monitor and detail response times and resolution times.
D. Log Problems into the Contractor-supplied help desk software and assign an initial severity
(Emergency, High, Medium, or Low as defined in Section 2.9.6).
E. Respond to and update all Problems, including recording when a Problem is resolved and its
resolution. Appropriate Department personnel shall be notified when a Problem is resolved.
F. The Department shall make the final determination regarding Problem severity.
G. Contractor shall review any Problem with Department to establish the remediation plan and
relevant target dates.
2.9.3 SLA Effective Date (SLA Activation Date)
A. SLAs set forth herein shall be in effect beginning with the commencement of monthly services
as of the receipt of the NTP.
B. Beginning on the SLA Activation Date, for any performance measurement not met during the
monthly reporting period, the SLA credit for that individual measurement shall be applied to
the Monthly Charges.
2.9.4 Service Level Reporting
A. Contractor performance will be monitored by Department.
B. The Contractor shall provide detailed monthly reports evidencing the attained level for each
SLA.
C. The Contractor shall provide a monthly summary report for SLA performance.
D. Monthly reports shall be delivered via e-mail to the Contract Monitor by the 15th of the
following month.
E. If any of the performance measurements are not met during the monthly reporting period, the
Contractor will be notified of the standard that is not in compliance.
2.9.5 SLA Service Credits
Time is an essential element of the Contract. For work that is not completed within the time(s) specified
in the service level metrics below OR in the Contract, the Contractor shall be liable for service credits in
the amount(s) provided for in the Contract.
Service credits will be cumulative for each missed service requirement. The State, at its option for amount
due the State as service credits, may deduct such from any money payable to the Contractor or may bill
the Contractor as a separate item. In the event of a catastrophic failure affecting all services OR the entire
Solution, all affected SLAs shall be credited to the State.
In no event shall the aggregate of all SLA credits paid to the State in any calendar month exceed 25% of
the Monthly Charges.
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 27 of 146
Example: If the Monthly Charges were $100,000 and one SLA were missed, with an applicable 4%
credit, the credit to the monthly invoice would be $4,000, and the State would pay a net Monthly Charge
of $96,000.
The parties agree that any assessment of service credits shall be construed and treated by the parties not as
imposing a penalty upon the Contractor, but as compensation to the State for the Contractor’s failure to
satisfy its service level obligations.
2.9.6 Root Cause Analysis
If the same SLA measurement yields an SLA credit more than once, the Contractor shall conduct a root
cause analysis. Such root cause analysis shall be provided within ten (10) Business Days of the second
breach, and every breach thereafter; this timeline may be extended by request and granted by the Contract
Monitor or other MDH designee.
In addition, for each ‘Emergency’ or ‘High’ priority Problem, the affected parties will perform a root
cause analysis and institute a process of problem management to prevent recurrence of the issue.
2.9.7 Service Level Measurements Table (System performance)
The Contractor shall comply with the service level measurements in the following table:
No.
Service
Requirement
Measurement
Service Level
Agreement
SLA
Credit
1
Problem
Response Time
High
Average Response Time for High Priority
Problems.
98% <15
minutes
1%
2
Problem
Response Time
Normal
Average Response Time for Normal or Low
Priority Problems
98% <2 hours
1%
3
Problem
Resolution
Time High
Resolution Time for each High Priority
Problem
98% >3 hours
1%
4
Problem
Resolution
Time Normal
Resolution Time for Normal Priority Problems
98% <24
hours
1%
5
Problem
Resolution
Time Low
Resolution Time for Low Priority Problems
98% < 72
hours
1%
6
Scheduled
Downtime/
Maintenance
Scheduled maintenance and downtime shall
only occur during non-business hours The
Contractor shall provide 14 calendar days’
notice prior to any scheduled downtime.
<4 hours each
month
1%
7
Service
Availability
All application functionality and accessibility
shall be maintained at 99.5% uptime
performance levels. Contractor shall minimize
or eliminate unscheduled network downtime to
.5% or less.
>99.5%
1%
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 28 of 146
No.
Service
Requirement
Measurement
Service Level
Agreement
SLA
Credit
8
Disaster
Recovery
Contractor shall provide recovery and
continuity of operations within 2 hours of a
System/network failover.
<2 hours
1%
9
Notification of
Security
Incident
Notification of a Security Incident within 60
minutes of occurrence.
<60 Minutes
1%
10
Security
Incident
Reporting
Security incident reporting requirement in 2
hours.
<2 hours
1%
11
Software
Escrow Update
Update escrow within three (3) days of a
change.
Failure to update escrow
<3 days
1%
The State shall have the unilateral right to reallocate percentages among the various SLAs annually on
the anniversary of the Contract, provided that such reallocation will not exceed the cap identified in
Section 2.9.5.
2.9.8 Problem Response Definitions and Times
The Contractor must meet the Problem response time and resolution requirements.
The Contractor must provide a monthly report to monitor and detail response times and resolution times.
Service
Priority
Response
Time
Resolution
Time
Response
Availability
Work Outage
Users Affected
Emergency
Less than
15
minutes
Within 1 hour
of first report
24 hours per
day, seven
days per
week
Major portions of the
System are inaccessible
Systems or users are
unable to work, or to
perform some portion of
their job.
Users or internal
System
functionalities are
impaired. To include
claimants, patients,
and employees.
High
Less than
30
minutes
Within 2
hours after
first report
24 hours per
day, seven
days per
week
Major portions of the
System are inaccessible
Systems or users are
unable to work, or to
perform some portion of
their job.
Affects the majority
of users to include
public facing users,
claimants, patients &
employers.
Affects high profile
users (i.e., executive
management, etc.)
Normal
Within 2
hours
Within 1 day
(24 hours)
after first
report. If the
outage is not
resolved a
resolution
plan must be
in place.
Mon-Fri,
7AM-7PM
Specific non-critical
features are not
operating as specified
Systems or users are
unable to perform a
small portion of their
job but are able to
complete most tasks.
Affects the majority
of users to include
public facing users,
claimants, patients &
employers.
Affects high profile
users (i.e., executive
management, etc.)
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 29 of 146
2.10 EHR On-Demand Future Activities
A. MDH anticipates that it may require on-demand Future specific activities services needed to
support ongoing and future needs of the EHR is not known at this time. As potential
activities, e.g., decommissioned or adding additional MDH facilities become apparent, the
Contractor shall execute future tasks within the scope of work of this RFP. Offerors shall
include rates for the labor categories found in Section 3.10.5 as part of their Financial
Proposal Attachment B. Any future activities are executed via the Work Order process found
in Section 3.14.
1. The Contractor shall provide for on-demand services Future Activities a rate sheet,
found in Attachment B - Tab Labeled Labor Categories & Rates. On-demand
services Future activity hourly rates will be utilized by MDH “as needed” “and, as
such, the Contractor should not assume that any hours will be utilized for every year
of the Contract.
2. The Contractor shall submit an estimated number of resources to MDH prior to
executing any new activity Work Order, see Section 3.14.
3. On-demand Future activity labor hours shall be billed to MDH monthly via the EHR
Future Activity invoicing process, see Section 3.3.
B. Contractors shall be required to support initiatives within the scope of work when initiated by
work order from MDH. The scope of MDH on-demand services may include but are not
limited to:
Work Order Requirements
MDH may issue, at its discretion a Work Order to obtain on-demand services, following the
Work Order requirements identified in Section 3.14. The scope of MDH on-demand services
may include but are not limited to:
1. Network infrastructure and systems support that is not covered under the MDH scope
2. Strategic support, IT consulting services, planning, and design services
3. Web, database, and software services (e.g., administration, design, and development,
interface, and software configuration management)
4. End user and desktop support
5. Computer and IT related training
6. Business and financial analysis, quality assurance, program management, and project
management
Service
Priority
Response
Time
Resolution
Time
Response
Availability
Work Outage
Users Affected
Low
Within 2
hours
Within 3 days
(72 hours)
after first
report. If the
outage is not
resolved a
resolution
plan must be
in place.
Mon-Fri,
7AM-7PM
Lower priority features
that can be done
manually are not
operating as specified
Often a request for
service with ample lead
time.
Affects the majority
of users to include
public facing users,
claimants, patients &
employers.
Affects high profile
users (i.e., executive
management, etc.)
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 30 of 146
7. Maintenance and Support Services
8. Documentation and technical writing services
9. Specialized skill sets as required or
10. Additional labor resources are needed to meet project objectives.
11. Specialized skill sets are required or
12. Additional labor resources are needed to meet project objectives and SLAs.
2.10.1 Future EHR Labor Categories & Rates
A. Future EHR Labor Categories are identified and described in Appendix 5. Resumes for
resources shall be provided in response to Work Orders issued under the Contract as governed
by the Work Order process as stated in Section 3.10. To be responsive to this RFP, Offerors
must explain in the Staffing Plan how they can provide the labor categories listed below. Please
see and reference Section 2.10 EHR Future Activities.
B. Unless stated otherwise in the RFP, MDH does not guarantee a minimum and/or maximum
number of units or usage in the performance of the Contract. Per COMAR 21.06.03.05 “Labor
Hour Contract” means a contract which only provides for the payment of Future Labor
Category Hours performed. Offerors must submit All-inclusive Labor Rates on Attachment B-
1 Table Labeled LABOR RATES” that provides labor rates for the following labor
categories for each year of the Contract:
Table 2-4 EHR Labor Categories
A. Architect, Application (Senior)
Q. Subject Matter Expert
B. Applications Programmer
R. Subject Matter Expert (Senior)
C. Applications Development Expert
S. Project Manager, Functional
D. Computer Specialist (Senior)
T. Information Technology Architect (Senior)
E. Computer Software/Integration Analyst (Senior)
U. Systems Design Architect
F. Database Manager
V. Information Security Engineer
G. Database Management Specialist (Junior)
W. Network Security Engineer
H. Helpdesk Manager
X. Network Administrator
I. Helpdesk Specialist (Senior)
Y. Network Manager
J. Helpdesk Specialist (Junior)
Z. Computer Systems Analyst (Junior)
K. Quality Assurance Specialist
L. Engineer, Systems
M. Engineer, Systems (Senior)
N. Testing Specialist
O. Technical Writer/Editor
P. Training Specialist/Instructor
THE REMAINDER OF THIS PAGE IS INTENTIONALLY LEFT BLANK.
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 31 of 146
3 Contractor Requirements: General
3.1 Contract Initiation Requirements
A. Contractor shall schedule and hold a kickoff meeting within 15 Business Days of NTP Date.
At the kickoff, the Contractor shall furnish an updated Project Schedule describing the
activities for the Contractor, the State, and any third parties for fully transitioning to the
Contractor’s Solution.
3.2 End of Contract Transition
3.2.1 The Contractor shall provide transition assistance as requested by the State to
facilitate the orderly transfer of services to the State or a follow-on contractor,
for a period up to 120 days prior to Contract end date, or the termination
thereof. Such transition efforts shall consist, not by way of limitation, of:
A. Provide additional services and support as requested to successfully complete
the transition
B. Maintain the services called for by the Contract at the required level of
proficiency
C. Provide updated System Documentation as appropriate; and
D. Provide current operating procedures (as appropriate).
3.2.2 The Contractor shall work toward a prompt and timely transition, proceeding in
accordance with the directions of the Contract Monitor. The Contract Monitor
may provide the Contractor with additional instructions to meet specific
transition requirements prior to the end of the Contract.
3.2.3 The Contractor shall ensure that all necessary knowledge and materials for the
tasks completed are transferred to the custody of State personnel or a third
party, as directed by the Contract Monitor.
3.2.4 The Contractor shall support end-of-Contract transition efforts with technical
and project support to include but not be limited to:
A. The Contractor shall provide a draft Transition-Out Plan 120 Business Day in
advance of Contract end date.
B. The Transition-Out Plan shall address at a minimum the following areas:
1. Any staffing concerns/issues related to the closeout of the Contract
2. Communications and reporting process between the Contractor, the
Department, and the Contract Monitor
3. Security and system access review and closeout
4. Any hardware/software inventory or licensing including transfer of any
point of contact for required software licenses to the Department or a
designee
5. Any final training/orientation of Department staff
6. Connectivity services provided, activities and approximate timelines
required for Transition-Out
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 32 of 146
7. Plans to complete tasks and any unfinished work items (including open
change requests, and known bug/issues); and
8. Any risk factors with the timing and the Transition-Out schedule and
transition process. The Contractor shall document any risk factors and
suggested solutions.
9. Knowledge transfer, to include:
a) A working knowledge of the current system environments as
well as the general business practices of the Department.
b) Review with the Department the procedures and practices that
support the business process and current system environments
c) Working knowledge of all technical and functional matters
associated with the Solution, its architecture, data file structure,
interfaces, any batch programs, and any hardware or software
tools utilized in the performance of the Contract
d) Documentation that lists and describes all hardware and
software tools utilized in the performance of the Contract
e) A working knowledge of various utilities and corollary software
products used in support and operation of the Solution
C. The Contractor shall ensure all documentation and data including, but not
limited to, System Documentation and current operating procedures, is current
and complete with a hard and soft copy in a format prescribed by the Contract
Monitor.
D. The Contractor shall provide copies of any current daily and weekly back-ups
to the Department, or a third party as directed by the Contract Monitor as of the
final date of transition, but no later than the final date of the Contract.
E. Access to any data or configurations of the furnished product and services shall
be available after the expiration of the Contract as described in Section 3.2.5.
3.2.5 Return and Maintenance of State Data
A. Upon termination or the expiration of the Contract Term, the Contractor shall:
(a) return to the State all State data in either the form it was provided to the
Contractor or in a mutually agreed format along with the schema necessary to
read such data; (b) preserve, maintain, and protect all State data until the earlier
of a direction by the State to delete such data or the expiration of 90 days (“the
retention period”) from the date of termination or expiration of the Contract
term; (c) after the retention period, the Contractor shall securely dispose of and
permanently delete all State data in all of its forms, such as disk, CD/DVD,
backup tape and paper such that it is not recoverable, according to National
Institute of Standards and Technology (NIST)-approved methods with
certificates of destruction to be provided to the State; and (d) prepare an
accurate accounting from which the State may reconcile all outstanding
accounts. The final monthly invoice for the services provided hereunder shall
include all charges for the 90-day data retention period.
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 33 of 146
B. During any period of service suspension, the Contractor shall maintain all State
data in its then existing form, unless otherwise directed in writing by the
Contract Monitor.
C. In addition to the foregoing, the State shall be entitled to any post-
termination/expiration assistance generally made available by Contractor with
respect to the services.
3.3 Invoicing
3.3.1 General
A. The Contractor shall e-mail the original of each invoice and signed
authorization to invoice to the Contract Monitor and Subhan Turlapaty at e-
mail address: [email protected] and Shakira Tell at e-mail
B. All invoices for services shall be verified by the Contractor as accurate at the
time of submission.
C. An invoice not satisfying the requirements of a Proper Invoice (as defined at
COMAR 21.06.09.01 and .02) cannot be processed for payment. To be
considered a Proper Invoice, invoices must include the following information,
without error:
1. Contractor name and address
2. Remittance address
3. Federal taxpayer identification (FEIN) number, social security number, as
appropriate
4. Invoice period (i.e., time period during which services covered by invoice
were performed)
5. Invoice date
6. Invoice number
7. State assigned Contract number
8. State assigned (Blanket) Purchase Order number(s)
9. Goods or services provided
10. Amount due; and
11. Any additional documentation required by regulation or the Contract.
D. Invoices that contain both fixed price and time and material items shall clearly
identify each item as either fixed price or time and material billing.
E. All labor Invoices shall include labor categories, rates, hours worked, and total
amounts per category. All labor categories and rates charged must be listed in
the Attachment B Labor Categories & Rates of the Contract. No other
categories or rates will be allowed or payable.
F. MDH will make payments for Labor (if required) on a monthly basis for
services performed during the previous month in accordance with this Contract.
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 34 of 146
G. The Department reserves the right to reduce or withhold Contract payment in
the event the Contractor does not provide the Department with all required
deliverables within the time frame specified in the Contract or otherwise
breaches the terms and conditions of the Contract until such time as the
Contractor brings itself into full compliance with the Contract.
H. Any action on the part of the Department, or dispute of action by the
Contractor, shall be in accordance with the provisions of Md. Code Ann., State
Finance and Procurement Article §§ 15-215 through 15-223 and with COMAR
21.10.04.
I. The State is generally exempt from federal excise taxes, Maryland sales and
use taxes, District of Columbia sales taxes and transportation taxes. The
Contractor, however, is not exempt from such sales and use taxes and may be
liable for the same.
J. Invoices for final payment shall be clearly marked as “FINAL” and submitted
when all work requirements have been completed and no further charges are to
be incurred under the Contract. In no event shall any invoice be submitted later
than 60 calendar days from the Contract termination date.
3.3.2 Invoice Submission Schedule
The Contractor shall submit invoices in accordance with the following schedule:
A. For items of work for which there is one-time pricing (see Attachment B
Financial Proposal Form) those items shall be billed in the month following the
acceptance of the work by the Department.
B. For items of work for which there is annual pricing, see Attachment B
Financial Proposal Form, those items shall be billed in equal monthly
installments for the applicable Contract year in the month following the
performance of the services.
3.3.3 Deliverable Invoicing
A. Deliverable invoices shall be accompanied by notice(s) of acceptance issued by
the State for all invoices submitted for payment. Payment of invoices will be
withheld if a signed DPAF is not submitted (see online example at
http://doit.maryland.gov/contracts/Documents/_procurementForms/Deliverable
ProductAcceptanceForm-DPAFsample.pdf).
B. Payment for deliverables will only be made upon completion and acceptance of
the deliverables as defined in Section 2.4.
3.3.4 Time and Materials and/or Labor Invoicing
A. All time and material and/or Labor invoices shall be accompanied by a signed
timesheet as described below and notice(s) of acceptance issued by the State:
DPAF for each time period invoiced (see online example at
http://doit.maryland.gov/contracts/Documents/_procurementForms/Deliverable
ProductAcceptanceForm-DPAFsample.pdf). Include for each person covered
by the invoice the following, individually listed per person: name, hours
worked, hourly labor rate, invoice amount and a copy of each person’s
timesheet for the period signed by the Contract Monitor.
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 35 of 146
B. Time Sheet Reporting
Within three (3) Business Days after the 15th and the last day of the month, the TO Contractor
shall submit a semi-monthly timesheet for the preceding half month providing data for all
resources provided under the Contract.
At a minimum, each semi-monthly timesheet shall show:
1. Title: “Time Sheet for Employee Name”
2. Issuing company name, address, and telephone number
3. For each employee /resource:
a) Employee / resource name, and
b) For each Period ending date, e.g., “Period Ending:
mm/dd/yyyy” (Periods run 1st through 15th, and 16th through
last day of the month.):
i) Tasks completed that week and the associated
deliverable names and ID#s
ii) Number of hours worked each day
iii) Total number of hours worked that Period
iv) Period variance above or below 40 hours
v) Annual number of hours planned under the Task Order
vi) Annual number of hours worked to date; and
vii) Balance of hours remaining
4. Annual variance to date (Sum of periodic variances); and
5. Signature and date lines for the Contract Monitor.
C. Time sheets shall be submitted to the Contract Monitor prior to invoicing. The
Contract Monitor shall sign the timesheet to indicate authorization to invoice.
3.3.5 For the purposes of the Contract an amount will not be deemed due and
payable if:
A. The amount invoiced is inconsistent with the Contract
B. The proper invoice has not been received by the party or office specified in the
Contract
C. The invoice or performance is in dispute, or the Contractor has failed to
otherwise comply with the provisions of the Contract
D. The item or services have not been accepted
E. The quantity of items delivered is less than the quantity ordered
F. The items or services do not meet the quality requirements of the Contract
G. If the Contract provides for progress payments, the proper invoice for the
progress payment has not been submitted pursuant to the schedule
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 36 of 146
H. If the Contract provides for withholding a retainage and the invoice is for the
retainage, all stipulated conditions for release of the retainage have not been
met; or
I. The Contractor has not submitted satisfactory documentation or other evidence
reasonably required by the Procurement Officer or by the Contract concerning
performance under the Contract and compliance with its provisions.
3.3.6 Travel Reimbursement
Travel will not be reimbursed under this RFP.
3.4 Liquidated Damages
Inapplicable because there is no MBE goal for this RFP.
3.5 Disaster Recovery and Data
The following requirements apply to the Contract:
3.5.1 Redundancy, Data Backup and Disaster Recovery
A. Unless specified otherwise in the RFP, Contractor shall maintain or cause to be
maintained disaster avoidance procedures designed to safeguard State data and
other confidential information, Contractor’s processing capability and the
availability of hosted services, in each case throughout the Contract term. Any
force majeure provisions of the Contract do not limit the Contractor’s
obligations under this provision.
B. The Contractor shall have robust contingency and disaster recovery (DR) plans
in place to ensure that the services provided under the Contract will be
maintained in the event of disruption to the Contractor/subcontractor’s
operations (including, but not limited to, disruption to information technology
systems), however caused.
1. The Contractor shall furnish a DR site.
2. The DR site shall be at least 100 miles from the primary operations site
and have the capacity to take over complete production volume in case
the primary site becomes unresponsive.
C. The contingency and DR plans must be designed to ensure that services under
the Contract are restored after a disruption within twenty-four (24) hours from
notification and a recovery point objective of one (1) hour or less prior to the
outage in order to avoid unacceptable consequences due to the unavailability of
services.
D. The Contractor shall test the contingency/DR plans at least twice annually to
identify any changes that need to be made to the plan(s) to ensure a minimum
interruption of service. Coordination shall be made with the State to ensure
limited system downtime when testing is conducted. At least one (1) annual test
shall include backup media restoration and failover/fallback operations at the
DR location. The Contractor shall send the Contract Monitor a notice of
completion following completion of DR testing.
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 37 of 146
E. Such contingency and DR plans shall be available for MDH to inspect and
practically test at any reasonable time, and subject to regular updating, revising,
and testing throughout the term of the Contract.
3.5.2 Data Export/Import
A. The Contractor shall, at no additional cost or charge to the State, in an industry
standard/non-proprietary format:
1. perform a full or partial import/export of State data within 24 hours of a
request; or
2. provide to the State the ability to perform a full or partial import/export
data at will or recurring basis and provide the State with any access and
instructions which are needed for the State to import or export data.
B. Any import or export shall be in a secure format per the Security Requirements.
3.5.3 Data Ownership and Access
A. Data, databases and derived data products created, collected, manipulated, or
directly purchased as part of an RFP are the property of the State. The
purchasing State agency is considered the custodian of the data and shall
determine the use, access, distribution, and other conditions based on
appropriate State statutes and regulations.
B. Public jurisdiction user accounts and public jurisdiction data shall not be
accessed, except (1) in the course of data center operations, (2) in response to
service or technical issues, (3) as required by the express terms of the Contract,
including as necessary to perform the services hereunder or (4) at the State’s
written request.
C. The Contractor shall limit access to and possession of State data to only
Contractor Personnel whose responsibilities reasonably require such access or
possession and shall train such Contractor Personnel on the confidentiality
obligations set forth herein.
D. At no time shall any data or processes that either belong to or are intended for
the use of the State or its officers, agents, or employees be copied, disclosed
or retained by the Contractor or any party related to the Contractor for
subsequent use in any transaction that does not include the State.
E. The Contractor shall not use any information collected in connection with the
services furnished under the Contract for any purpose other than fulfilling such
services.
3.5.4 Provisions in Sections 3.5.1 3.5.3 shall survive expiration or termination of
the Contract. Additionally, the Contractor shall flow down the provisions of
Sections 3.5.1-3.5.3 (or the substance thereof) in all subcontracts.
3.6 Insurance Requirements
The Contractor shall maintain, at a minimum, the insurance coverages outlined below, or any minimum
requirements established by law if higher, for the duration of the Contract, including option periods, if
exercised: Also see Section 5.3.2.L.
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 38 of 146
3.6.1 The following type(s) of insurance and minimum amount(s) of coverage are
required:
A. Commercial General Liability - of $1,000,000 combined single limit per
occurrence for bodily injury, property damage, and personal and advertising
injury and $3,000,000 annual aggregate. The minimum limits required herein
may be satisfied through any combination of primary and umbrella/excess
liability policies.
B. Errors and Omissions/Professional Liability - $1,000,000 per combined single
limit per claim and $3,000,000 annual aggregate.
C. Crime Insurance/Employee Theft Insurance - to cover employee theft with a
minimum single loss limit of $1,000,000 per loss, and a minimum single loss
retention not to exceed $10,000. The State of Maryland and the Department
should be added as a “loss payee.
D. Cyber Security / Data Breach Insurance (For any service offering hosted by
the Contractor) ten million dollars ($10,000,000) per occurrence. The coverage
must be valid at all locations where work is performed or data or other
information concerning the State’s claimants or employers is processed or
stored.
1. Throughout the Term and for three (3) years thereafter, cyber risk/ data breach
insurance (either separately or as part of a broad Professional Liability or
Errors and Omissions Insurance) with limits of at least US $5 (five) million per
claim. Any "insured vs. insured" exclusions will be modified accordingly to
allow the State additional insured status without prejudicing the State’s rights
under the policy (ies). Coverage shall be sufficiently broad to respond to the
Contractor's duties and obligations under the Contract and shall include, but not
be limited to, claims involving privacy violations, information theft, damage to
or destruction of electronic information, the release of Sensitive Data, and
alteration of electronic information, extortion, and network security. The policy
shall provide coverage for, not by way of limitation, breach response costs as
well as regulatory fines and penalties as well as credit monitoring expenses
with limits sufficient to respond to these obligations.
E. Worker’s Compensation - The Contractor shall maintain such insurance as
necessary or as required under Workers’ Compensation Acts, the Longshore
and Harbor Workers’ Compensation Act, and the Federal Employers’ Liability
Act, to not be less than one million dollars ($1,000,000) per occurrence (unless
a state’s law requires a greater amount of coverage). Coverage must be valid in
all states where work is performed.
F. Automobile or Commercial Truck Insurance - The Contractor shall maintain
Automobile or Commercial Truck Insurance (including owned, leased, hired,
and non-owned vehicles) as appropriate with Liability, Collision, and PIP
limits no less than those required by the State where the vehicle(s) is registered,
but in no case less than those required by the State of Maryland.
3.6.2 The State shall be listed as an additional insured on the faces of the certificates
associated with the coverages listed above, including umbrella policies,
excluding Workers’ Compensation Insurance and professional liability.
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 39 of 146
3.6.3 All insurance policies shall be endorsed to include a clause requiring the
insurance carrier provide the Procurement Officer, by certified mail, not less
than 30 days’ advance notice of any non-renewal, cancellation, or expiration.
The Contractor shall notify the Procurement Officer in writing if policies are
cancelled or not renewed within five (5) days of learning of such cancellation
or nonrenewal. The Contractor shall provide evidence of replacement insurance
coverage to the Procurement Officer at least 15 days prior to the expiration of
the insurance policy then in effect.
3.6.4 Any insurance furnished as a condition of the Contract shall be issued by a
company authorized to do business in the State.
3.6.5 The recommended awardee must provide current certificate(s) of insurance
with the prescribed coverages, limits and requirements set forth in this section
within five (5) Business Days from notice of recommended award. During the
period of performance for multi-year contracts, the Contractor shall provide
certificates of insurance annually, or as otherwise directed by the Contract
Monitor.
3.6.6 Subcontractor Insurance
The Contractor shall require any subcontractors to obtain and maintain
comparable levels of coverage and shall provide the Contract Monitor with the
same documentation as is required of the Contractor.
3.7 Security Requirements
The following requirements are applicable to the Contract:
3.7.1 Employee Identification
A. Contractor Personnel shall display his or her company ID badge in a visible
location at all times while on State premises. Upon request of authorized State
personnel, each Contractor Personnel shall provide additional photo
identification.
B. Contractor Personnel shall cooperate with State site requirements, including but
not limited to, being prepared to be escorted at all times, and providing
information for State badge issuance.
C. Contractor shall remove any Contractor Personnel from working on the
Contract where the State determines, in its sole discretion, that Contractor
Personnel has not adhered to the Security requirements specified herein.
D. The State reserves the right to request that the Contractor submit proof of
employment authorization of non-United States Citizens, prior to
commencement of work under the Contract.
3.7.2 Security Clearance / Criminal Background Check
A. A criminal background check for any Contractor Personnel providing shall be
completed prior to each Contractor Personnel providing any services under the
Contract.
B. The Contractor shall obtain at its own expense a Criminal Justice Information
System (CJIS) State and federal criminal background check, including
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 40 of 146
fingerprinting, for all Contractor Personnel listed in sub-paragraph A. This
check may be performed by a public or private entity.
C. The Contractor shall provide certification to the Department that the Contractor
has completed the required criminal background check described in this RFP
for each required Contractor Personnel prior to assignment, and that the
Contractor Personnel have successfully passed this check.
D. Persons with a criminal record may not perform services under the Contract
unless prior written approval is obtained from the Contract Monitor. The
Contract Monitor reserves the right to reject any individual based upon the
results of the background check. Decisions of the Contract Monitor as to
acceptability of a candidate are final. The State reserves the right to refuse any
individual Contractor Personnel to work on State premises, based upon certain
specified criminal convictions, as specified by the State.
E. The CJIS criminal record check of each Contractor Personnel who will work on
State premises shall be reviewed by the Contractor for convictions of any of the
following crimes described in the Annotated Code of Maryland, Criminal Law
Article:
1. §§ 6-101 through 6-104, 6-201 through 6-205, 6-409 (various crimes
against property)
2. any crime within Title 7, Subtitle 1 (various crimes involving theft)
3. §§ 7-301 through 7-303, 7-313 through 7-317 (various crimes involving
telecommunications and electronics)
4. §§ 8-201 through 8-302, 8-501 through 8-523 (various crimes involving
fraud)
5. §§9-101 through 9-417, 9-601 through 9-604, 9-701 through 9-706.1
(various crimes against public Administrations); or
6. a crime of violence as defined in CL § 14-101(a).
F. Contractor Personnel with access to systems supporting the State or to State
data who have been convicted of a felony or of a crime involving
telecommunications and electronics from the above list of crimes shall not be
permitted to work on State premises under the Contract; Contractor Personnel
who have been convicted within the past five (5) years of a misdemeanor from
the above list of crimes shall not be permitted to work on State premises.
G. A particular on-site location covered by the Contract may require more
restrictive conditions regarding the nature of prior criminal convictions that
would result in Contractor Personnel not being permitted to work on those
premises. Upon receipt of a location’s more restrictive conditions regarding
criminal convictions, the Contractor shall provide an updated certification
regarding the Contractor Personnel working at or assigned to those premises.
3.7.3 On-Site Security Requirement(s)
A. For the conditions noted below, Contractor Personnel may be barred from
entrance or leaving any site until such time that the State’s conditions and
queries are satisfied.
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 41 of 146
1. Contractor Personnel may be subject to random security checks when
entering and leaving State secured areas. The State reserves the right to
require Contractor Personnel to be accompanied while in secured
premises.
2. Some State sites, especially those premises of the Department of Public
Safety and Correctional Services, require each person entering the
premises to document and inventory items (such as tools and equipment)
brought onto the site, and to submit to a physical search of his or her
person. Therefore, Contractor Personnel shall always have available an
inventory list of tools being brought onto a site and be prepared to present
the inventory list to the State staff or an officer upon arrival for review, as
well as present the tools or equipment for inspection. Before leaving the
site, the Contractor Personnel will again present the inventory list and the
tools or equipment for inspection. Upon both entering the site and leaving
the site, State staff or a correctional or police officer may search
Contractor Personnel. Depending upon facility rules, specific tools or
personal items may be prohibited from being brought into the facility.
B. Any Contractor Personnel who enter the premises of a facility under the
jurisdiction of the Department may be searched, fingerprinted (for the purpose
of a criminal history background check), photographed and required to wear an
identification card issued by the Department.
C. Further, Contractor Personnel shall not violate Md. Code Ann., Criminal Law
Art. Section 9-410 through 9-417 and such other security policies of the agency
that controls the facility to which the Contractor Personnel seeks access. The
failure of any of the Contractor Personnel to comply with any provision of the
Contract is sufficient grounds for the State to immediately terminate the
Contract for default.
3.7.4 Information Technology
A. Contractors shall comply with and adhere to the State IT Security Policy and
Standards. These policies may be revised from time to time and the
Contractor shall comply with all such revisions. Updated and revised
versions of the State IT Policy and Standards are available online at:
www.doit.maryland.gov keyword: Security Policy.
B. The Contractor shall not connect any of its own equipment to a State
LAN/WAN without prior written approval by the State. The Contractor shall
complete any necessary paperwork as directed and coordinated with the
Contract Monitor to obtain approval by the State to connect Contractor-
owned equipment to a State LAN/WAN.
The Contractor shall:
1. Implement administrative, physical, and technical safeguards to protect
State data that are no less rigorous than accepted industry best practices
for information security such as those listed below (see Section 3.7.5).
2. Ensure that all such safeguards, including the manner in which State data
is collected, accessed, used, stored, processed, disposed of and disclosed,
comply with applicable data protection and privacy laws as well as the
terms and conditions of the Contract; and
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 42 of 146
3. The Contractor, and Contractor Personnel, shall (i) abide by all applicable
federal, State, and local laws, rules and regulations concerning security of
Information Systems and Information Technology and (ii) comply with
and adhere to the State IT Security Policy and Standards as each may be
amended or revised from time to time. Updated and revised versions of
the State IT Policy and Standards are available online at:
www.doit.maryland.gov keyword: Security Policy.
3.7.5 Data Protection and Controls
A. Contractor shall ensure a secure environment for all State data and any
hardware and software (including but not limited to servers, network, and
data components) provided or used in connection with the performance of
the Contract and shall apply or cause application of appropriate controls
so as to maintain such a secure environment (“Security Best Practices”).
Such Security Best Practices shall comply with an accepted industry
standard, such as the NIST cybersecurity framework.
B. To ensure appropriate data protection safeguards are in place, the
Contractor shall implement and maintain the following controls at all
times throughout the Term of the Contract (the Contractor may augment
this list with additional controls):
1) Establish separate production, test, and training environments for systems
supporting the services provided under the Contract and ensure that production data
is not replicated in test or training environment(s) unless it has been previously
anonymized or otherwise modified to protect the confidentiality of Sensitive Data
elements. The Contractor shall ensure the appropriate separation of production and
non-production environments by applying the data protection and control
requirements listed in Section 3.7.5.
2) Apply hardware and software hardening procedures as recommended by Center for
Internet Security (CIS) guides https://www.cisecurity.org/, Security Technical
Implementation Guides (STIG) https://public.cyber.mil/stigs/, or similar industry
best practices to reduce the systems’ surface of vulnerability, eliminating as many
security risks as possible and documenting what is not feasible or not performed
according to best practices. Any hardening practices not implemented shall be
documented with a plan of action and milestones including any compensating
control. These procedures may include but are not limited to removal of
unnecessary software, disabling or removing unnecessary services, removal of
unnecessary usernames or logins, and the deactivation of unneeded features in the
Contractors system configuration files.
3) Ensure that State data is not comingled with non-State data through the proper
application of compartmentalization Security Measures.
4) Apply data encryption to protect Sensitive Data at all times, including in transit, at
rest, and also when archived for backup purposes. Unless otherwise directed, the
Contractor is responsible for the encryption of all Sensitive Data.
5) For all State data the Contractor manages or controls, data encryption shall be
applied to such data in transit over untrusted networks.
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 43 of 146
6) Encryption algorithms which are utilized for encrypting data shall comply with
current Federal Information Processing Standards (FIPS), “Security Requirements
for Cryptographic Modules”, FIPS PUB 140-2:
http://csrc.nist.gov/publications/fips/fips140-2/fips1402.pdf
http://csrc.nist.gov/groups/STM/cmvp/documents/140-1/1401vend.htm
7) Enable appropriate logging parameters to monitor user access activities, authorized
and failed access attempts, system exceptions, and critical information security
events as recommended by the operating system and application manufacturers and
information security standards, including Maryland Department of Information
Technology’s Information Security Policy.
8) Retain the aforementioned logs and review them at least daily to identify suspicious
or questionable activity for investigation and documentation as to their cause and
remediation, if required. The Department shall have the right to inspect these
policies and procedures and the Contractor or subcontractor’s performance to
confirm the effectiveness of these measures for the services being provided under
the Contract.
9) Ensure system and network environments are separated by properly configured and
updated firewalls.
10) Restrict network connections between trusted and untrusted networks by physically
or logically isolating systems from unsolicited and unauthenticated network traffic.
11) By default, “deny all” and only allow access by exception.
12) Review, at least annually, the aforementioned network connections, documenting
and confirming the business justification for the use of all service, protocols, and
ports allowed, including the rationale or compensating controls implemented for
those protocols considered insecure but necessary.
13) Perform regular vulnerability testing of operating system, application, and network
devices. Such testing is expected to identify outdated software versions; missing
software patches; device or software misconfigurations; and to validate compliance
with or deviations from the security policies applicable to the Contract. Contractor
shall evaluate all identified vulnerabilities for potential adverse effect on security
and integrity and remediate the vulnerability no later than 30 days following the
earlier of vulnerability’s identification or public disclosure, or document why
remediation action is unnecessary or unsuitable. The Department shall have the
right to inspect the Contractor’s policies and procedures and the results of
vulnerability testing to confirm the effectiveness of these measures for the services
being provided under the Contract.
14) Enforce strong user authentication and password control measures to minimize the
opportunity for unauthorized access through compromise of the user access
controls. At a minimum, the implemented measures should be consistent with the
most current Maryland Department of Information Technology’s Information
Security Policy (https://doit.maryland.gov/policies/Pages/default.aspx), including
specific requirements for password length, complexity, history, and account
lockout.
15) Ensure State data is not processed, transferred, or stored outside of the United States
(“U.S.”). The Contractor shall provide its services to the State and the State’s end
users solely from data centers in the U.S. Unless granted an exception in writing by
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 44 of 146
the State, the Contractor shall not allow Contractor Personnel to store State data on
portable devices, including personal computers, except for devices that are used and
kept only at its U.S. data centers. The Contractor shall permit its Contractor
Personnel to access State data remotely only as required to provide technical
support.
16) Ensure Contractor’s Personnel shall not connect any of its own equipment to a State
LAN/WAN without prior written approval by the State, which may be revoked at
any time for any reason. The Contractor shall complete any necessary paperwork as
directed and coordinated with the Contract Monitor to obtain approval by the State
to connect Contractor -owned equipment to a State LAN/WAN.
17) Ensure that anti-virus and anti-malware software is installed and maintained on all
systems supporting the services provided under the Contract; that the anti-virus and
anti-malware software is automatically updated; and that the software is configured
to actively scan and detect threats to the system for remediation. The Contractor
shall perform routine vulnerability scans and take corrective actions for any
findings.
18) Conduct regular external vulnerability testing designed to examine the service
provider’s security profile from the Internet without benefit of access to internal
systems and networks behind the external security perimeter. Evaluate all identified
vulnerabilities on Internet-facing devices for potential adverse effect on the
service’s security and integrity and remediate the vulnerability promptly or
document why remediation action is unnecessary or unsuitable. MDH shall have the
right to inspect these policies and procedures and the performance of vulnerability
testing to confirm the effectiveness of these measures for the services being
provided under the Contract.
3.7.6 Security Logs and Reports Access
A. For a SaaS or non-State hosted solution, the Contractor shall provide reports to
the State in a mutually agreeable format.
B. Reports shall include latency statistics, user access, user access IP address, user
access history and security logs for all State files related to the Contract.
3.7.7 Security Plan
A. The Contractor shall protect State data according to a written security policy
(“Security Plan”) no less rigorous than that of the State and shall supply a copy
of such policy to the State for validation, with any appropriate updates, on an
annual basis.
B. The Security Plan shall detail the steps and processes employed by the
Contractor as well as the features and characteristics which will ensure
compliance with the security requirements of the Contract.
C. The Security Plan shall address compliance with the PCI DSS for payment card
processing).
3.7.8 PCI Compliance
A. Contractor shall at all times comply, and ensure compliance with, all applicable
Payment Card Industry ("PCI") Data Security Standards (“DSS”), including
any and all changes thereto. Contractor shall provide the MDH with
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 45 of 146
documented evidence of current compliance to PCI DSS within 30 days of an
MDHs request.
B. The Contractor shall annually furnish to the State evidence of the PCI Security
Standards Council’s (SSC) acceptance or attestation of the Contractor’s
conformance to the relevant PCI DSS requirements by a third party certified to
perform compliance assessments.
C. The Contractor shall ensure that the scope of the annual SOC 2 Type II Report
specified under Section 3.9 includes testing to confirm the PCI assessment
results.
3.7.9 Security Incident Response
A. The Contractor shall notify the Department in accordance with Section 3.7.9A-
D when any Contractor system that may access, process, or store State data or
State systems experiences a Security Incident, or a Data Breach as follows:
1) notify the Department within twenty-four (24) hours of the discovery of a Security
Incident by providing notice via written or electronic correspondence to the
Contract Monitor, Department chief information officer and Department chief
information security officer
2) notify the Department within two (2) hours if there is a threat to Contractor’s
Solution as it pertains to the use, disclosure, and security of State data; and
3) provide written notice to the Department within one (1) Business Day after
Contractor’s discovery of unauthorized use or disclosure of State data and thereafter
all information the State (or Department) requests concerning such unauthorized use
or disclosure.
B. Contractor’s notice shall identify:
1) the nature of the unauthorized use or disclosure
2) the State data used or disclosed,
3) who made the unauthorized use or received the unauthorized disclosure
4) what the Contractor has done or shall do to mitigate any deleterious effect of the
unauthorized use or disclosure; and
5) what corrective action the Contractor has taken or shall take to prevent future
similar unauthorized use or disclosure.
6) The Contractor shall provide such other information, including a written report, as
reasonably requested by the State.
C. The Contractor may need to communicate with outside parties regarding a
Security Incident, which may include contacting law enforcement, fielding
media inquiries and seeking external expertise as mutually agreed upon,
defined by law, or contained in the Contract. Discussing Security Incidents
with the State should be handled on an urgent as-needed basis, as part of
Contractor communication and mitigation processes as mutually agreed upon,
defined by law, or contained in the Contract.
D. The Contractor shall comply with all applicable laws that require the
notification of individuals in the event of unauthorized release of State data or
other event requiring notification, and, where notification is required, assume
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 46 of 146
responsibility for informing all such individuals in accordance with applicable
law and to indemnify and hold harmless the State (or Department) and its
officials and employees from and against any claims, damages, and actions
related to the event requiring notification.
3.7.10 Data Breach Responsibilities
A. If the Contractor reasonably believes or has actual knowledge of a Data
Breach, the Contractor shall, unless otherwise directed:
1) Notify the appropriate State-identified contact within 2 hours by telephone in
accordance with the agreed upon security plan or security procedures unless a
shorter time is required by applicable law
2) Cooperate with the State to investigate and resolve the data breach
3) Promptly implement commercially reasonable remedial measures while preserving
evidence to remedy the Data Breach"
and
4) Document responsive actions taken related to the Data Breach, including any post-
incident review of events and actions taken to make changes in business practices in
providing the services.
B. If a Data Breach is a direct result of the Contractor’s breach of its Contract
obligation to encrypt State data or otherwise prevent its release, the Contractor
shall bear the costs associated with (1) the investigation and resolution of the
data breach; (2) notifications to individuals, regulators or others required by
State law; (3) a credit monitoring service required by State or federal law; (4) a
website or a toll-free number and call center for affected individuals required
by State law; and (5) complete all corrective actions as reasonably determined
by Contractor based on root cause; all [(1) through (5)] subject to the
Contract’s limitation of liability.
3.7.11 Additional security requirements may be established in a Task Order and/or a
Work Order
3.7.12 The State shall, at its discretion, have the right to review and assess the
Contractor’s compliance to the security requirements and standards defined in
the Contract.
3.7.13 Provisions in Sections 3.7.1 3.7.10 shall survive expiration or termination of
the Contract. Additionally, the Contractor shall flow down the provisions of
Sections 3.7.4-3.7.10 (or the substance thereof) in all subcontracts.
3.8 Problem Escalation Procedure
3.8.1 The Contractor must provide and maintain a Problem Escalation Procedure
(PEP) for both routine and emergency situations. The PEP must state how the
Contractor will address problem situations as they occur during the
performance of the Contract, especially problems that are not resolved to the
satisfaction of the State within appropriate timeframes.
3.8.2 The Contractor shall provide contact information to the Contract Monitor, as
well as to other State personnel as directed should the Contract Monitor not be
available.
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 47 of 146
3.8.3 The Contractor must provide the PEP no later than ten (10) Business Days after
notice of recommended award. The PEP, including any revisions thereto, must
also be provided within ten (10) Business Days after the start of each Contract
year and within ten (10) Business Days after any change in circumstance which
changes the PEP. The PEP shall detail how problems with work under the
Contract will be escalated in order to resolve any issues in a timely manner.
The PEP shall include:
A. The process for establishing the existence of a problem
B. Names, titles, and contact information for progressively higher levels of
personnel in the Contractor’s organization who would become involved in
resolving a problem
C. For each individual listed in the Contractor’s PEP, the maximum amount of
time a problem will remain unresolved with that individual before the problem
escalates to the next contact person listed in the Contractor’s PEP
D. Expedited escalation procedures and any circumstances that would trigger
expediting them
E. The method of providing feedback on resolution progress, including the
frequency of feedback to be provided to the State
F. Contact information for persons responsible for resolving issues after normal
business hours (e.g., evenings, weekends, holidays) and on an emergency basis;
and
G. A process for updating and notifying the Contract Monitor of any changes to
the PEP.
3.8.4 Nothing in this section shall be construed to limit any rights of the Contract
Monitor or the State which may be allowed by the Contract or applicable law.
3.9 SOC 2 Type 2 Audit Report
3.9.1 A SOC 2 Type 2 Audit applies to the Contract. The applicable trust services
criteria are Security, Availability, Processing Integrity, Confidentiality, or
Privacy
3.9.2. The Contractor shall have an annual audit performed by an independent audit
firm of the Contractor’s handling of Sensitive Data and/or the Department’s
critical functions. Critical functions are identified as all aspects and
functionality of the System including any add-on modules and shall address all
areas relating to Information Technology security and operational processes.
These services provided by the Contractor that shall be covered by the audit
will collectively be referred to as the “Information Functions and/or
Processes.” Such audits shall be performed in accordance with audit guidance:
Reporting on Controls at a Service Organization Relevant to Security,
Availability, Confidentiality, or Privacy (SOC 2) as published by the American
Institute of Certified Public Accountants (AICPA) and as updated from time to
time, or according to the most current audit guidance promulgated by the
AICPA or similarly-recognized professional organization, as agreed to by the
Department, to assess the security of outsourced client functions or data
(collectively, the “Guidance”) as follows:
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 48 of 146
A. The type of audit to be performed in accordance with the Guidance is a SOC 2
Type 2 Audit (referred to as the “SOC 2 Audit” or “SOC 2 Report”). The initial
SOC 2 audit shall be scheduled and completed within a timeframe to be
specified by the State and submitted to the Contract Monitor. All subsequent
SOC 2 audits that are arranged after this initial audit shall be performed on an
annual basis and submitted to the Contract Monitor by the recurring annual
date” for the preceding calendar year.
B. The SOC 2 Audit shall report on Contractor’s system(s) and suitability of the
design and operating effectiveness of controls over the Information Functions
and/or Processes to meet the requirements of the TO Agreement, including the
Security Requirements identified in Section 3.7, relevant to the following trust
principles: Security, Availability, Confidentiality, and Privacy as defined in the
aforementioned Guidance.
C. The audit scope of each year’s SOC 2 Report may need to be adjusted
(including the inclusion or omission of the relevant trust services principles of
Security, Availability, Confidentiality, and Privacy) to accommodate any
changes to the Contractor’s environment since the last SOC 2 Report. Such
changes may include but are not limited to the addition of Information
Functions and/or Processes through modifications to the TO Agreement or due
to changes in Information Technology or operational infrastructure
implemented by the Contractor. The Contractor shall ensure that the audit
scope of each year’s SOC 2 Report engagement shall accommodate these
changes by including in the SOC 2 Report all appropriate controls related to the
current environment supporting the Information Functions and/or Processes,
including those controls required by the TO Agreement.
D. The scope of the SOC 2 Report shall include work performed by any relevant
subcontractors that provide essential support to the Contractor and/or essential
support to the Information Functions and/or Processes provided to the
Department under the TO Agreement. The Contractor shall ensure the audit
includes all such subcontractor(s) operating in the performance of the TO
Agreement.
E. All SOC 2 Audits, including those of the Contractor, shall be performed at no
additional expense to the Department.
F. The Contractor shall promptly provide a complete copy of the final SOC 2
Report(s) to the Contract Monitor upon completion of each annual SOC 2
Audit engagement.
G. The Contractor shall provide to the Contract Monitor, within 30 calendar days
of the issuance of each SOC 2 Report, a documented corrective action plan
which addresses each audit finding or exception contained in a SOC 2 Report.
The corrective action plan shall identify in detail the remedial action to be
taken by the Contractor along with the date(s) when each remedial action is to
be implemented.
H. If the Contractor currently has an annual information security assessment
performed that includes the operations, systems, and repositories of the
Information Functions and/or Processes being provided to the Department
under the TO Agreement, and if that assessment generally conforms to the
content and objective of the Guidance, the Department will determine in
consultation with appropriate State government technology and audit
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 49 of 146
authorities whether the Contractor’s current information security assessments
are acceptable in lieu of the SOC 2 Report(s).
I. If the Contractor fails during the TO Agreement term to obtain an annual SOC
2 Report by the date specified in Section 3.9.2.A, the Department shall have
the right to retain an independent audit firm to perform an audit engagement of
a SOC 2 Report of the Information Functions and/or Processes utilized or
provided by the Contractor and under the Contract. The Contractor agrees to
allow the independent audit firm to access its facility/ies for purposes of
conducting this audit engagement(s) and will provide the necessary support and
cooperation to the independent audit firm that is required to perform the audit
engagement of the SOC 2 Report. The Department will invoice the Contractor
for the expense of the SOC 2 Report(s) or deduct the cost from future payments
to the Contractor.
3.9.3 Provisions in Sections 3.9.1 3.9.2 shall survive expiration or termination of
the TO Agreement. Additionally, the Contractor shall flow down the provisions
of Sections 3.9.1-3.9.2 (or the substance thereof) in all subcontracts.
3.10 Experience and Personnel
3.10.1 Offeror Experience/Qualifications
The following experience is expected and will be evaluated as part of the Technical Proposal (see the
Offeror experience, capability, and references evaluation factor from Section 6.2):
A. Demonstrated knowledge of Demonstrated success of implementing
and supporting EHR systems for the healthcare facilities operated by
public-sector agencies similar to the requirements of this RFP.
B. At least five (5) years, the Offeror shall have been in the business of
developing, selling, implementing, hosting and maintaining
subscription-based SaaS Electronic EHR technology.
C. The proposed SaaS must be a Certified Health Record Technology
(CEHRTCEHERT) for the 2015 edition and meet the 2017 Modified
Stage 2 requirements for Promoting Interoperability (Meaningful Use)
refer to https://www.cms.gov/Regulations-and-
Guidance/Legislation/EHRIncentivePrograms/Certification.
3.10.2 Offeror Preferred Experience
A. Within the last five years, the Offeror has completed three (3)
successful implementations of the proposed EHR SaaS in a distributed,
multi-facility behavioral healthcare system for psychiatric and
developmental disabilities with at least 2,500 employees.
B. Within the last five years, the Offeror’s proposed SaaS EHR has been
in full and complete production for at least one (1) year in two (2) or
more behavioral healthcare provider organizations with at least 2,500
employees.
C. The Offeror’s proposed EHR SaaS must be in active use by at least ten (10)
general healthcare providers with a minimum of 2,500 employees.
3.10.3 Number of Personnel to Propose
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 50 of 146
As part of the Proposal evaluation, Offerors shall propose exactly 10 personnel who are expected
to be available as of the start date specified in the Notice to Proceed (NTP Date). Offerors shall
describe in a Staffing Plan how additional resources shall be acquired to meet the needs of the
Department. Offerors may generally describe planned positions in a Staffing Plan. Such planned
positions may not be used as evidence of fulfilling personnel minimum qualifications.
3.10.4 Key Personnel Roles Identified
The Contractor shall provide the following Key Personnel Roles and Resumes on Appendix 6
- Reference Form in their Technical Proposal:
1. Executive Sponsor
2. Program / Project Manager
3. Lead Business Analyst/ Subject Matter Expert
4. Lead for End-User Training
5. Lead Technical Architect
6. Lead Technical Configurator by module
7. Lead for System Integrations & Interfaces
8. Lead for Organization Change Management
9. Lead for Data Conversions
10. Lead for Infrastructure & Security
3.10.5 Labor Categories
The Labor Categories are identified and described in APPENDIX 5. Resumes for resources shall be
provided in response to Work Orders issued under the Contract as governed by the Work Order process.
To be responsive to this RFP, Offerors must explain in the Staffing Plan how they are capable of
providing the labor categories listed below. Unless stated otherwise in the RFP, MDH does not
guarantee a minimum and/or maximum number of units or usage in the performance of the
Contract. Per COMAR 21.06.03.05 “Labor Hour Contract” means a contract which only provides for
the payment of labor performed. Offerors must submit All-inclusive Labor Rates on Attachment B-1
Tab Labor Rates, that provides labor rates for the following labor categories for each year of the
Contract:
a) Architect, Application (Senior)
b) Applications Programmer
c) Applications Development Expert
d) Computer Specialist (Senior)
e) Database Manager
f) Database Management Specialist (Junior)
g) Helpdesk Manager
h) Helpdesk Specialist (Senior)
i) Helpdesk Specialist (Junior)
j) Quality Assurance Specialist
k) Engineer, Systems
l) Engineer, Systems (Senior)
m) Architect, Systems Design
n) Testing Specialist
o) Technical Writer/Editor
p) Training Specialist/Instructor
q) Subject Matter Expert
r) Subject Matter Expert (Senior)
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 51 of 146
s) Project Manager
t) Information Technology Architect (Senior)
u) Systems Design Architect
v) Information Security Engineer
w) Network Security Engineer
x) Network Administrator
y) Network Manager
z) Computer Software/Integration Analyst (Senior)
3.10.6 Contractor Personnel Experience Equivalency (including Key Personnel submitted in
response to this RFP)
A. A Substitution of Education for Experience: Bachelor’s Degree or higher may be substituted
for the general and specialized experience for those labor categories requiring a High School
Diploma. A Master’s Degree may be substituted for two years of the general and specialized
experience for those labor categories requiring a Bachelor’s Degree. Substitution shall be
reviewed and approved by the State at its discretion.
B. Substitution of Experience for Education: Substitution of experience for education may be
permitted at the discretion of the State.
C. Substitution of Professional Certificates for Experience: Professional certification (e.g.,
Microsoft Certified Solutions Expert, SQL Certified Database Administrator) may be
substituted for up to two (2) years for general and specialized experience at the discretion of
the State.
3.10.7 Contractor Personnel Maintain Certifications
Any Contractor Personnel provided under this RFP shall maintain in good standing any required
professional certifications for the duration of the Contract.
3.11 Substitution of Personnel
3.11.4 Continuous Performance of Key Personnel
When Key Personnel are identified for the Contract, the following apply:
A. Key Personnel shall be available to perform Contract requirements as of the NTP Date.
Unless explicitly authorized by the Contract Monitor or specified in the Contract, Key
Personnel shall be assigned to the State of Maryland as a dedicated resource.
B. Key Personnel shall perform continuously for the duration of the Contract, or such lesser
duration as specified in the Technical Proposal. Key Personnel may not be removed by the
Contractor from working under the Contract without the prior written approval of the
Contract Monitor.
C. The provisions of this section apply to Key Personnel identified in any Task Order proposal
and agreement, if issued, and any Work Order Request and Work Order, if issued.
3.11.5 Definitions
For the purposes of this section, the following definitions apply:
A. Extraordinary Personal Event means any of the following: leave under the Family Medical
Leave Act; an Incapacitating injury or Incapacitating illness; or other circumstances that in the sole
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 52 of 146
discretion of the State warrant an extended leave of absence, such as extended jury duty or extended
military service that precludes the individual from performing his/her job duties under the Contract.
B. Incapacitating means any health circumstance that substantially impairs the ability of an
individual to perform the job duties described for that individual’s position in the RFP or the
Contractor’s Technical Proposal.
3.11.6 Contractor Personnel General Substitution Provisions
The following provisions apply to all of the circumstances of Contractor Personnel substitution described
in Section 3.11.4. Offerors may only perform limited substitutions of proposed personnel as allowed
in Section 3.11 (Substitution of Personnel).
A. The Contractor shall demonstrate to the Contract Monitor’s satisfaction that the proposed substitute
has qualifications at least equal to those of the Contractor Personnel proposed to be replaced.
B. The Contractor shall provide the Contract Monitor with a substitution request that shall include:
1) A detailed explanation of the reason(s) for the substitution request
2) The resume of the proposed substitute, signed by the substituting individual and his/her formal
supervisor
3) The official resume of the current personnel for comparison purposes; and
4) Evidence of any required credentials.
C. The Contract Monitor may request additional information concerning the proposed substitution and
may interview the proposed substitute personnel prior to deciding whether to approve the
substitution request.
D. The Contract Monitor will notify the Contractor in writing of: (i) the acceptance or denial, or (ii)
contingent or temporary approval for a specified time limit, of the requested substitution. The
Contract Monitor will not unreasonably withhold approval of a proposed Contractor Personnel
replacement.
3.11.7 Replacement Circumstances
A. Directed Personnel Replacement
1) The Contract Monitor may direct the Contractor to replace any Contractor Personnel
who, in the sole discretion of the Contract Monitor, are perceived as being unqualified,
non-productive, unable to fully perform the job duties, disruptive, or known, or
reasonably believed, to have committed a major infraction(s) of law, Department
policies, or Contract requirements. Normally, a directed personnel replacement will
occur only after prior notification of problems with requested remediation, as described
in paragraph 3.11.4.A.2.
2) If deemed appropriate in the discretion of the Contract Monitor, the Contract Monitor
may give written notice of any Contractor Personnel performance issues to the
Contractor, describing the problem and delineating the remediation requirement(s). The
Contractor shall provide a written response to the remediation requirements in a
Remediation Plan within ten (10) days of the date of the notice and shall immediately
implement the Remediation Plan upon written acceptance by the Contract Monitor. If
the Contract Monitor rejects the Remediation Plan, the Contractor shall revise and
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 53 of 146
resubmit the plan to the Contract Monitor within five (5) days, or in the timeframe set
forth by the Contract Monitor in writing.
3) Should performance issues persist despite an approved Remediation Plan, the Contract
Monitor may give written notice of the continuing performance issues and either request
a new Remediation Plan within a specified time limit or direct the substitution of
Contractor Personnel whose performance is at issue with a qualified substitute,
including requiring the immediate removal of the Contractor Personnel at issue.
4) Replacement or substitution of Contractor Personnel under this section shall be in
addition to, and not in lieu of, the State’s remedies under the Contract or which
otherwise may be available at law or in equity.
5) If the Contract Monitor determines to direct substitution under 3.11.4.A.1, if at all
possible, at least fifteen (15) days advance notice shall be given to the Contractor.
However, if the Contract Monitor deems it necessary and, in the State’s, best interests to
remove the Contractor Personnel with less than fifteen (15) days’ notice, the Contract
Monitor may direct the removal in a timeframe of less than fifteen (15) days, including
immediate removal.
6) In circumstances of directed removal, the Contractor shall, in accordance with paragraph
3.11.4.A.1 of this section, provide a suitable replacement for approval within fifteen (15)
days of the notification of the need for removal, or the actual removal, whichever occurs
first.
B. Key Personnel Replacement
1) To replace any Key Personnel in a circumstance other than as described in 3.11.4.B,
including transfers and promotions, the Contractor shall submit a substitution request as
described in Section 3.11.3 to the Contract Monitor at least fifteen (15) days prior to the
intended date of change. A substitution may not occur unless and until the Contract
Monitor approves the substitution in writing.
2) Key Personnel Replacement Due to Sudden Vacancy
a) The Contractor shall replace Key Personnel whenever a sudden vacancy occurs
(e.g., Extraordinary Personal Event, death, resignation, termination). A termination
or resignation with thirty (30) days or more advance notice shall be treated as a
replacement under Section 3.11.4.B.1.
b) Under any of the circumstances set forth in this paragraph B, the Contractor shall
identify a suitable replacement and provide the same information and items required
under Section 3.11.3 within fifteen (15) days of the actual vacancy occurrence or
from when the Contractor first knew or should have known that the vacancy would
be occurring, whichever is earlier.
3) Key Personnel Replacement Due to an Indeterminate Absence
a) If any Key Personnel has been absent from his/her job for a period of ten (10) days
and it is not known or reasonably anticipated that the individual will be returning to
work within the next twenty (20) days to fully resume all job duties, before the 25th
day of continuous absence, the Contractor shall identify a suitable replacement and
provide the same information and items to the Contract Monitor as required under
Section 3.11.3.
b) However, if this person is available to return to work and fully perform all job duties
before a replacement has been authorized by the Contract Monitor the Contract
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 54 of 146
Monitor may, at his/her sole discretion, authorize the original personnel to continue
to work under the Contract, or authorize the replacement personnel to replace the
original personnel, notwithstanding the original personnel’s ability to return.
3.11.8 Substitution Prior to and Within 30 Days After Contract Execution
Prior to Contract execution or within thirty (30) days after Contract execution, the Offeror may not
substitute proposed Key Personnel except under the following circumstances (a) for actual full-time
personnel employed directly by the Offeror: the vacancy occurs due to the sudden termination,
resignation, or approved leave of absence due to an Extraordinary Personal Event, or the death of such
personnel; and (b) for any temporary staff, subcontractors or 1099 contractors: the vacancy occurs due to
an Incapacitating event or the death of such personnel. To qualify for such substitution, the Offeror must
demonstrate to the State's satisfaction the event necessitating substitution. Proposed substitutions shall be
of equal caliber or higher, in the State's sole discretion. Proposed substitutes deemed by the State to be
less qualified than the originally proposed individual may be grounds for pre-award disqualification or
post-award termination.
3.12 Minority Business Enterprise (MBE) Reports
This solicitation does not include an MBE goal.
3.13 Veteran Small Business Enterprise (VSBE) Reports
This solicitation does not include an VSBE goal.
3.14 Work Orders
A. Additional services and resources will be provided via a Work Order process.
Work shall not begin in advance of a fully executed Work Order. A Work
Order may be issued for either fixed price or labor pricing. Labor Work Orders
will be issued in accordance with pre-approved Labor Categories with the fully
loaded rates proposed in Attachment B-1 Financial Proposal Tab Labor
Rates.
B. Work Order Requests (See sample at
http://doit.maryland.gov/contracts/Documents/_procurementForms/WorkOrder
Sample.pdf) for the provision of services or resources that are within the scope
of this RFP will be issued to the Contractor. The Work Order Request will
include:
1. Technical requirements and description of the service or resources needed
2. Performance objectives and/or deliverables, as applicable
3. Due date and time for submitting a response to the request; and
4. Required place(s) where work must be performed.
C. The Contractor shall e-mail a response to the Contract Monitor within the
specified time and include at a minimum:
1. A response that details the Contractor’s understanding of the work
2. A price to complete the Work Order Request using the format provided
using the format provided (see online sample).
3. A description of proposed resources required to perform the requested
tasks, with labor categories listed in accordance with Appendix 5.
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 55 of 146
4. An explanation of how tasks shall be completed. This description shall
include proposed subcontractors and related tasks.
5. Contractor’s expectations for State-furnished information, work site,
and/or access to equipment, facilities, or personnel
6. The proposed personnel resources, including any subcontractor personnel,
to complete the task.
D. For a Labor Work Order, the Contract Monitor will review the response and
will confirm the proposed labor rates are consistent with this RFP. For a fixed
price Work Order, the Contract Monitor will review the response and will
confirm the proposed prices are acceptable.
E. The Contract Monitor may contact the Contractor to obtain additional
information, clarification, or revision to the Work Order, and will provide the
Work Order to the Procurement Officer for a determination of compliance with
the Contract and a determination whether a change order is appropriate. Written
Procurement Officer approval is required before Work Order execution by the
State.
F. Proposed personnel on any type of Work Order shall be subject to MDH
approval. The Contractor shall furnish resumes of proposed personnel
specifying the labor category(ies) proposed. The Contract Monitor shall have
the option to interview the proposed personnel and, in the event of an interview
or not, shall notify the Contractor of acceptance or denial of the personnel.
G. Performance of services under a Work Order shall commence consistent with
an NTP issued by the Contract Monitor for such Work Order.
3.15 Additional Clauses
The Contractor shall be subject to the requirements in this section and shall flow down the provisions of
Sections 3.15.1 3.15.5 (or the substance thereof) in all subcontracts.
3.15.4 Custom Software
A. As described in the sample Contract (Attachment M), the State shall solely
own any custom software, including, but not limited to application modules
developed to integrate with a COTS, source-codes, maintenance updates,
documentation, and configuration files, when developed under the Contract.
B. Upon a Contractor's voluntary or involuntary filing of bankruptcy or any other
insolvency proceeding, Contractor’s dissolution, Contractor’s discontinuance
of support of any software or system, the Contractor shall convey to the State
all rights, title, and interests in all custom software, licenses, software source
codes, and all associated System Documentation that comprises any solutions
proposed as a part of the Contract These rights include, but are not limited to,
the rights to use, and cause others to use on behalf of the State, said software,
software documentation, licenses, software source codes, and System
Documentation.
3.15.5 Custom Source Code
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 56 of 146
A. For all custom software provided to the State pursuant to any Contract, the
Contractor shall either provide the source code directly to the State in a form
acceptable to the State or deliver two copies of each software source code and
software source code documentation to a State-approved escrow agent at no
additional cost to the State following the terms set forth in the sample contract
(Attachment M) and in Section 3.15.3 below.
B. The State shall have the right to audit custom software source code and
corresponding software source code documentation for each software product
that comprises the solution as represented by the Contractor. This audit shall be
scheduled at any time that is convenient for the parties to be present. The State
shall be provided with software or other tools required to view all software
source code.
C. The Contractor shall provide the current source code and documentation for all
custom software to the State at the time of Contract termination.
3.15.6 Source Code Escrow
Source Code Escrow applies to the Contract. The Contractor shall perform source code escrow as
described herein.
A. The State will be named as a beneficiary under an escrow agreement (“Escrow
Agreement”) that shall be entered into between the Contractor and an escrow
agent (“Escrow Agent”) within 7 days of the date hereof pursuant to which
Contractor shall deliver a Source Code Escrow Package to Escrow Agent. The
term “Source Code Escrow Package” means a) a complete copy in machine-
readable form of the source code and executable code of the software licensed
to the State under the Contract; b) a complete copy of any existing design
documentation and user documentation; and/or c) complete instructions for
compiling and linking every part of the source code into executable code for
purposes of enabling verification of the completeness of the source code as
provided below. The Escrow Agreement shall govern the maintenance and
release of the Source Code Escrow Package, and Contractor agrees to update,
enhance, or otherwise modify such Source Code Escrow Package promptly
upon each release of a new version of any component thereof. Contractor shall
pay all fees and expenses charged by Escrow Agent, including, but not limited
to, fees and expenses related to the State being a named beneficiary under the
Escrow Agreement. The State shall treat the Source Code Escrow Package as
Contractor’s confidential information. Under all circumstances, the Source
Code Escrow Package shall remain the property of Contractor. The State shall
only use the Source Code Escrow Package as contemplated in the Contract
(including, but not limited to confidentiality provisions and usage restrictions).
The Escrow Agent shall maintain the Source Code Escrow Package in a
repository located in the United States.
B. In the event that the Escrow Agent either ceases providing escrow services to
Contractor or Contractor determines in its reasonable business judgment that
the Escrow Agent is no longer providing acceptable services, Contractor shall
replace the Escrow Agent with another escrow agent, using an agreement
which provides the State with rights no less advantageous than those in the
Escrow Agreement. In such case, the new escrow agent shall be substituted in
all ways for the incumbent Escrow Agent with respect to Section 3.15.3.A
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 57 of 146
above and all references herein to Escrow Agent shall be deemed to include
such substitute escrow agent.
C. Contractor shall inform the State of the availability of an escrow for any third-
party software solutions it provides to the State.
D. In addition to the rights and obligations contained in the Escrow Agreement
referenced in Section 3.15.3.A, the State shall have the Software Escrow
Package released by the Escrow Agent to the State’s possession immediately
upon any voluntary or involuntary filing of bankruptcy or any other insolvency
proceeding, including but not limited to a general assignment for the benefit of
including but not limited to a general assignment for the benefit of creditors,
the appointment of a receiver for business or assets; creditors, the appointment
of a receiver for business or assets; Contractor’s dissolution or liquidation,
voluntary or otherwise; the State has compelling reasons to believe that such
events will cause Contractor to fail to meet its obligations in the foreseeable
future; or Contractor’s discontinuance of support or failure to support in
accordance with the Contract any software system or if the Contractor is
otherwise unable or unwilling to provide the Source Code Escrow Package.
This condition will also be considered met if after repeated e-mail and phone
requests by the State for service, the State makes a request for service in
writing to the Contractor's last known address served by certified signed receipt
required mail delivery by U.S. Post Office or by a nationally recognized (in the
United States) overnight carrier, and the Contractor remains unresponsive,
meaning that the Contractor is unable to acknowledge message receipt,
unwilling or otherwise unable to satisfy the request for a period longer than 45
days from attempt to deliver the written request.
3.15.7 Purchasing and Recycling Electronic Products
This section does not apply to this solicitation.
3.15.8 Change Control and Advance Notice
A. Unless otherwise specified in an applicable Service Level Agreement, the
Contractor shall give seven (7) days advance notice to the State of any
upgrades or modifications that may impact service availability and
performance.
B. Contractor may not modify the functionality or features of any SaaS provided
hereunder if such modification materially degrades the functionality of the
SaaS.
3.15.9 The State of Maryland’s Commitment to Purchasing Environmentally
Preferred Products and Services (EPPs)
Maryland’s State Finance & Procurement Article §14-410 defines environmentally preferable
purchasing as “the procurement or acquisition of goods and services that have a lesser or reduced
effect on human health and the environment when compared with competing goods or services
that serve the same purpose.” Accordingly, Bidders are strongly encouraged to offer EPPs to
fulfill this contract, to the greatest extent practicable.
3.15.10 No-Cost Extensions
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 58 of 146
In accordance with BPW Advisory 1995-1 item 7.b, in the event there are unspent funds remaining on
the Contract, prior to the Contract's expiration date the Procurement Officer may modify the Contract to
extend the Contract beyond its expiration date for a period up to, but not exceeding, one-third of the
base term of the Contract (e.g., eight-month extension on a two-year contract) for the performance of
work within the Contract's scope of work. Notwithstanding anything to the contrary, no funds may be
added to the Contract in connection with any such extension.
THE REMAINDER OF THIS PAGE IS INTENTIONALLY LEFT BLANK.
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 59 of 146
4 Procurement Instructions
4.10 Pre-Proposal Conference
4.10.1 A Pre-proposal conference (Conference) will be held at the date, time, and location indicated on
the Key Information Summary Sheet.
4.10.2 Attendance at the Conference is not mandatory, but all interested parties are encouraged to attend
in order to facilitate better preparation of their Proposals. If the solicitation includes an MBE
goal, failure to attend the Conference will be taken into consideration as part of the evaluation of
an offeror’s good faith efforts if there is a waiver request.
4.10.3 It is highly recommended that ALL Prime Contractors bring their intended subcontractors to the
Conference to ensure that all parties understand the requirements of the contract and the MBE
Goal.
4.10.4 MBE subcontractors are encouraged to attend the Conference to market their participation to
potential prime contractors.
4.10.5 Following the Conference, the attendance record and summary of the Conference will be
distributed via the same mechanism described for amendments and questions (see Section 4.2.1
eMMA)
4.10.6 Those wishing to attend the web conference may request a meeting invitation by emailing Sherida
Studwood at sherida.studwood1@maryland.gov no later than 2:00 PM on July 28, 2022. An
invitation e-mail is required for registration, and therefore attendance. Upon receipt of the email,
the Procurement Officer will reply with a registration email with a link that may be used to
register for the conference. Registration must be completed by 2:00 PM July 28, 2022.
4.11 eMaryland Marketplace Advantage (eMMA)
4.11.1 eMMA is the electronic commerce system for the State of Maryland. The RFP, Conference
summary and attendance sheet, Offerors’ questions and the Procurement Officer’s responses,
addenda, and other solicitation-related information will be made available via eMMA.
4.11.2 In order to receive a contract award, a vendor must be registered on eMMA. Registration is free.
Go to emma.maryland.gov, click on “New Vendor? Register Now” to begin the process, and then
follow the prompts.
4.12 Questions
4.12.1 All questions, including concerns regarding any applicable MBE or VSBE participation goals,
shall identify in the subject line the Solicitation Number and Title (OCMP-22-18251 - Electronic
Health Records (EHR) Software as a Service (SaaS)), and shall be submitted in writing via e-mail
to the Procurement Officer no later than the date and time specified the Key Information
Summary Sheet. The Procurement Officer, based on the availability of time to research and
communicate an answer, shall decide whether an answer can be given before the Proposal due
date.
4.12.2 Answers to all questions that are not clearly specific only to the requestor will be distributed via
the same mechanism as for RFP amendments and posted on eMMA.
4.12.3 The statements and interpretations contained in responses to any questions, whether responded to
verbally or in writing, are not binding on the Department unless it issues an amendment in
writing.
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 60 of 146
4.13 Procurement Method
A Contract will be awarded in accordance with the Competitive Sealed Proposals method under COMAR
21.05.03. Late Proposals, Withdrawals, and Modifications. Any proposal, withdrawal, or modification
received after the established due date and time at the place designated for receipt of proposals is late and
may only be considered in accordance with COMAR 21.05.02.10D.
4.14 Proposal Due (Closing) Date and Time
4.14.1 Proposals, in the number and form set forth in Section 5 Proposal Format, must be received by
the Procurement Officer no later than the Proposal due date and time indicated on the Key
Information Summary Sheet in order to be considered.
4.14.2 Requests for extension of this date or time shall not be granted.
4.14.3 Offerors submitting Proposals should allow sufficient delivery time to ensure timely receipt by
the Procurement Officer. Except as provided in COMAR 21.05.03.02.F and 21.05.02.10,
Proposals received after the due date and time listed in the Key Information Summary Sheet will
not be considered.
4.14.4 The date and time of an e-mail submission is determined by the date and time of arrival in the e-
mail address indicated on the Key Information Summary Sheet.
4.14.5 Proposals may be modified or withdrawn by written notice received by the Procurement Officer
before the time and date set forth in the Key Information Summary Sheet for receipt of Proposals.
4.14.6 Proposals may not be submitted by e-mail or facsimile. Proposals will not be opened publicly.
4.14.7 Potential Offerors not responding to this solicitation are requested to submit the “Notice to
Vendors” form, which includes company information and the reason for not responding (e.g., too
busy, cannot meet mandatory requirements).
4.15 Multiple or Alternate Proposals
Multiple or alternate Proposals will not be accepted.
4.16 Economy of Preparation
Proposals should be prepared simply and economically and provide a straightforward and concise
description of the Offeror’s Proposal to meet the requirements of this RFP.
4.17 Public Information Act Notice
4.17.1 The Offeror should give specific attention to the clear identification of those portions of its
Proposal that it considers confidential and/or proprietary commercial information or trade secrets,
and provide justification why such materials, upon request, should not be disclosed by the State
under the Public Information Act, Md. Code Ann., General Provisions Article, Title 4 (See also
RFP Section 5.3.2.B “Claim of Confidentiality”). This information should be identified by page
and section number and placed after the Title Page and before the Table of Contents in the
Technical Proposal and if applicable, separately in the Financial Proposal.
4.17.2 Offerors are advised that, upon request for this information from a third party, the Procurement
Officer is required to make an independent determination whether the information must be
disclosed.
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 61 of 146
4.18 Award Basis
A Contract shall be awarded to the responsible Offeror(s) submitting the Proposal that has been
determined to be the most advantageous to the State, considering price and evaluation factors set forth
in this RFP (see COMAR 21.05.03.03F), for providing the goods and services as specified in this RFP.
See RFP Section 6 for further award information.
4.19 Oral Presentation
Offerors may be required to make oral presentations to State representatives. Oral presentations are
considered part of the Technical Proposal. Offerors must confirm in writing any substantive oral
clarification of, or change in, their Proposals made in the course of discussions. Any such written
clarifications or changes then become part of the Offeror’s Proposal. The Procurement Officer will
notify Offerors of the time and place of oral presentations.
4.20 Duration of Proposal
Proposals submitted in response to this RFP are irrevocable for the latest of the following: 180 days
following the Proposal due date and time, best and final offers if requested (see Section 6.5.2), or the
date any protest concerning this RFP is finally resolved. This period may be extended at the
Procurement Officer’s request only with the Offeror’s written agreement.
4.21 Revisions to the RFP
4.21.1 If the RFP is revised before the due date for Proposals, the Department shall post any addenda to
the RFP on eMMA and shall endeavor to provide such addenda to all prospective Offerors that
were sent this RFP or are otherwise known by the Procurement Officer to have obtained this RFP.
It remains the responsibility of all prospective Offerors to check eMMA for any addenda issued
prior to the submission of Proposals.
4.21.2 Acknowledgment of the receipt of all addenda to this RFP issued before the Proposal due date
shall be included in the Transmittal Letter accompanying the Offeror’s Technical Proposal.
4.21.3 Addenda made after the due date for Proposals will be sent only to those Offerors that remain
under award consideration as of the issuance date of the addenda.
4.21.4 Acknowledgement of the receipt of addenda to the RFP issued after the Proposal due date shall be
in the manner specified in the addendum notice.
4.21.5 Failure to acknowledge receipt of an addendum does not relieve the Offeror from complying with
the terms, additions, deletions, or corrections set forth in the addendum, and may cause the
Proposal to be deemed not reasonably susceptible of being selected for award.
4.22 Cancellations
4.22.1 The State reserves the right to cancel this RFP, accept or reject any and all Proposals, in whole or
in part, received in response to this RFP, waive or permit the cure of minor irregularities, and
conduct discussions with all qualified or potentially qualified Offerors in any manner necessary to
serve the best interests of the State.
4.22.2 The State reserves the right, in its sole discretion, to award a Contract based upon the written
Proposals received without discussions or negotiations.
4.22.3 In the event a government entity proposes and receives the recommendation for award, the
procurement may be cancelled, and the award processed in accordance with COMAR
21.01.03.01.A(4).
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 62 of 146
4.22.4 If the services that are the subject of the RFP are currently being provided under an interagency
agreement with a public institution of higher education and the State determines that the services
can be provided more cost effectively by the public institution of higher education, then the RFP
may be cancelled in accordance with Md. Code Ann., State Finance and Procurement Art., § 3-
207(b)(2).
4.23 Incurred Expenses
The State will not be responsible for any costs incurred by any Offeror in preparing and submitting a
Proposal, in making an oral presentation, providing a demonstration, or performing any other activities
related to submitting a Proposal in response to this solicitation.
4.24 Protest/Disputes
Any protest or dispute related to this solicitation, or the Contract award shall be subject to the provisions
of COMAR 21.10 (Administrative and Civil Remedies).
4.25 Offeror Responsibilities
4.25.1 Offerors must be able to provide all goods and services and meet all of the requirements
requested in this solicitation and the successful Offeror shall be responsible for Contract
performance including any subcontractor participation.
4.25.2 All subcontractors shall be identified and a complete description of their role relative to the
Proposal shall be included in the Offeror’s Proposal. If applicable, subcontractors utilized in
meeting the established MBE or VSBE participation goal(s) for this solicitation shall be identified
as provided in the appropriate Attachment(s) to this RFP (see Section 4.26 “Minority
Participation Goal” and Section 4.27 VSBE Goal”).
4.25.3 If the Offeror is the subsidiary of another entity, all information submitted by the Offeror,
including but not limited to references, financial reports, or experience and documentation (e.g.,
insurance policies, bonds, letters of credit) used to meet minimum qualifications, if any, shall
pertain exclusively to the Offeror, unless the parent organization will guarantee the performance
of the subsidiary. If applicable, the Offeror’s Proposal shall contain an explicit statement, signed
by an authorized representative of the parent organization, stating that the parent organization will
guarantee the performance of the subsidiary.
4.25.4 A parental guarantee of the performance of the Offeror under this Section will not automatically
result in crediting the Offeror with the experience or qualifications of the parent under any
evaluation criteria pertaining to the actual Offeror’s experience and qualifications. Instead, the
Offeror will be evaluated on the extent to which the State determines that the experience and
qualifications of the parent are applicable to and shared with the Offeror, any stated intent by the
parent to be directly involved in the performance of the Contract, and the value of the parent’s
participation as determined by the State.
4.26 Acceptance of Terms and Conditions
By submitting a Proposal in response to this RFP, the Offeror, if selected for award, shall be deemed to
have accepted the terms and conditions of this RFP and the Contract, attached hereto as Attachment M.
Any exceptions to this RFP or the Contract shall be clearly identified in the Executive Summary of the
Technical Proposal. All exceptions will be taken into consideration when evaluating the Offeror’s
Proposal. The Department reserves the right to accept or reject any exceptions.
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 63 of 146
4.27 Proposal Affidavit
A Proposal submitted by the Offeror must be accompanied by a completed Proposal Affidavit. A copy of
this Affidavit is included as Attachment C of this RFP.
4.28 Contract Affidavit
All Offerors are advised that if a Contract is awarded as a result of this solicitation, the successful Offeror
will be required to complete a Contract Affidavit. A copy of this Affidavit is included for informational
purposes as Attachment N of this RFP. This Affidavit must be provided within five (5) Business Days of
notification of recommended award. For purposes of completing Section “B” of this Affidavit
(Certification of Registration or Qualification with the State Department of Assessments and Taxation), a
business entity that is organized outside of the State of Maryland is considered a “foreign” business.
4.29 Compliance with Laws/Arrearages
By submitting a Proposal in response to this RFP, the Offeror, if selected for award, agrees that it will
comply with all federal, State, and local laws applicable to its activities and obligations under the
Contract.
By submitting a response to this solicitation, each Offeror represents that it is not in arrears in the
payment of any obligations due and owing the State, including the payment of taxes and employee
benefits, and shall not become so in arrears during the term of the Contract if selected for Contract award.
4.30 Verification of Registration and Tax Payment
Before a business entity can do business in the State, it must be registered with the State Department of
Assessments and Taxation (SDAT). SDAT is located at State Office Building, Room 803, 301 West
Preston Street, Baltimore, Maryland 21201. For registration information, visit
https://www.egov.maryland.gov/businessexpress.
It is strongly recommended that any potential Offeror complete registration prior to the Proposal due date
and time. The Offeror’s failure to complete registration with SDAT may disqualify an otherwise
successful Offeror from final consideration and recommendation for Contract award.
4.31 False Statements
Offerors are advised that Md. Code Ann., State Finance and Procurement Article, § 11-205.1 provides as
follows:
4.31.1 In connection with a procurement contract a person may not willfully:
A. Falsify, conceal, or suppress a material fact by any scheme or device.
B. Make a false or fraudulent statement or representation of a material fact.
C. Use a false writing or document that contains a false or fraudulent statement or entry of a
material fact.
4.31.2 A person may not aid or conspire with another person to commit an act under Section 4.22.1.
4.31.3 A person who violates any provision of this section is guilty of a felony and on conviction is
subject to a fine not exceeding $20,000 or imprisonment not exceeding five (5) years or both.
4.32 Payments by Electronic Funds Transfer
By submitting a Proposal in response to this solicitation, the Offeror, if selected for award:
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 64 of 146
4.32.1 Agrees to accept payments by electronic funds transfer (EFT) unless the State Comptroller’s
Office grants an exemption. Payment by EFT is mandatory for contracts exceeding $200,000. The
successful Offeror shall register using the COT/GAD X-10 Vendor Electronic Funds (EFT)
Registration Request Form.
4.32.2 Any request for exemption must be submitted to the State Comptroller’s Office for approval at
the address specified on the COT/GAD X-10 form, must include the business identification
information as stated on the form, and must include the reason for the exemption. The COT/GAD
X-10 form may be downloaded from the Comptroller’s website at:
http://comptroller.marylandtaxes.com/Vendor_Services/Accounting_Information/Static_Files/GA
DX10Form20150615.pdf.
4.33 Prompt Payment Policy
This procurement and the Contract(s) to be awarded pursuant to this solicitation are subject to the Prompt
Payment Policy Directive issued by the Governor’s Office of Small, Minority & Women Business Affairs
(GOSBA) and dated August 1, 2008. Promulgated pursuant to Md. Code Ann., State Finance and
Procurement Article, §§ 11-201, 13-205(a), and Title 14, Subtitle 3, and COMAR 21.01.01.03 and
21.11.03.01, the Directive seeks to ensure the prompt payment of all subcontractors on non-construction
procurement contracts. The Contractor shall comply with the prompt payment requirements outlined in
the Contract, Section 31 “Prompt Pay Requirements” (see Attachment M). Additional information is
available on GOSBA’s website at:
http://www.gomdsmallbiz.maryland.gov/documents/legislation/promptpaymentfaqs.pdf.
4.34 Electronic Procurements Authorized
4.34.1 Under COMAR 21.03.05, unless otherwise prohibited by law, the Department may conduct
procurement transactions by electronic means, including the solicitation, proposing, award,
execution, and Department of a contract, as provided in Md. Code Ann., Maryland Uniform
Electronic Transactions Act, Commercial Law Article, Title 21.
4.34.2 Participation in the solicitation process on a procurement contract for which electronic means has
been authorized shall constitute consent by the Offeror to conduct by electronic means all
elements of the procurement of that Contract which are specifically authorized under the
solicitation or Contract. In the case of electronic transactions authorized by this RFP, electronic
records and signatures by an authorized representative satisfy a requirement for written
submission and signatures.
4.34.3 “Electronic means” refers to exchanges or communications using electronic, digital, magnetic,
wireless, optical, electromagnetic, or other means of electronically conducting transactions.
Electronic means includes e-mail, internet-based communications, electronic funds transfer,
specific electronic bidding platforms (e.g., https://procurement.maryland.gov), and electronic data
interchange.
4.34.4 In addition to specific electronic transactions specifically authorized in other sections of this
solicitation (e.g., RFP § 4.23 describing payments by Electronic Funds Transfer), the following
transactions are authorized to be conducted by electronic means on the terms as authorized in
COMAR 21.03.05:
A. The Procurement Officer may conduct the procurement using eMMA or e-mail to issue:
1. The RFP
2. Any amendments and requests for best and final offers
3. Pre-Proposal conference documents
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 65 of 146
4. Questions and responses
5. Communications regarding the solicitation or Proposal to any Offeror or potential
Offeror
6. Notices of award selection or non-selection; and
7. The Procurement Officer’s decision on any Proposal protest or Contract claim.
B. The Offeror or potential Offeror must use eMMA:
1. Submit Proposals
C. The Offeror or potential Offeror may use email to:
1. Ask questions regarding the solicitation
2. Reply to any material received from the Procurement Officer by electronic means that
includes a Procurement Officer’s request or direction to reply by e-mail or through
eMMA, but only on the terms specifically approved and directed by the Procurement
Officer and
3. Submit a "No Proposal Response" to the RFP.
D. The Procurement Officer, the Contract Monitor, and the Contractor may conduct day-to-day
Contract Department, except as outlined in Section 4.25.5 of this subsection, utilizing e-mail
or other electronic means if authorized by the Procurement Officer or Contract Monitor.
4.34.5 The following transactions related to this procurement and any Contract awarded pursuant to it
are not authorized to be conducted by electronic means:
A. Submission of initial Proposals, except through eMMA
B. Filing of protests
C. Filing of Contract claims
D. Submission of documents determined by the Department to require original signatures (e.g.,
Contract execution, Contract modifications); or
E. Any transaction, submission, or communication where the Procurement Officer has
specifically directed that a response from the Contractor or Offeror be provided in writing or
hard copy.
4.34.6 Any e-mail transmission is only authorized to the e-mail addresses for the identified person as
provided in the solicitation, the Contract, or in the direction from the Procurement Officer or
Contract Monitor.
4.35 MBE Participation Goal
There is no MBE subcontractor participation goal for this procurement.
4.36 VSBE Goal
There is no VSBE subcontractor participation goal for this procurement.
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 66 of 146
4.37 Living Wage Requirements
A. Maryland law requires that contractors meeting certain conditions pay a living wage to
covered employees on State service contracts over $100,000. Maryland Code Ann., State
Finance and Procurement Article, § 18-101 et al. The Commissioner of Labor and Industry at
the Maryland Department of Labor requires that a contractor subject to the Living Wage law
submit payroll records for covered employees and a signed statement indicating that it paid a
living wage to covered employees; or receive a waiver from Living Wage reporting
requirements. See COMAR 21.11.10.05.
B. If subject to the Living Wage law, Contractor agrees that it will abide by all Living Wage law
requirements, including but not limited to reporting requirements in COMAR 21.11.10.05.
Contractor understands that failure of Contractor to provide such documents is a material
breach of the terms and conditions and may result in Contract termination, disqualification by
the State from participating in State contracts, and other sanctions. Information pertaining to
reporting obligations may be found by going to the Maryland Department of Labor website
http://www.dllr.state.md.us/labor/prev/livingwage.shtml.
C. Additional information regarding the State’s living wage requirement is contained in
Attachment F. Offerors must complete and submit the Maryland Living Wage Requirements
Affidavit of Agreement (Attachment F-1) with their Proposals. If the Offeror fails to
complete and submit the required documentation, the State may determine the Offeror to not
be responsible under State law.
D. Contractors and subcontractors subject to the Living Wage Law shall pay each covered
employee at least the minimum amount set by law for the applicable Tier area. The specific
living wage rate is determined by whether a majority of services take place in a Tier 1 Area or
a Tier 2 Area of the State. The specific Living Wage rate is determined by whether a majority
of services take place in a Tier 1 Area or Tier 2 Area of the State.
1. The Tier 1 Area includes Montgomery, Prince George’s, Howard, Anne Arundel and
Baltimore Counties, and Baltimore City. The Tier 2 Area includes any county in the State
not included in the Tier 1 Area. In the event that the employees who perform the services
are not located in the State, the head of the unit responsible for a State Contract pursuant
to §18-102(d) of the State Finance and Procurement Article shall assign the tier based
upon where the recipients of the services are located. If the Contractor provides more than
50% of the services from an out-of-State location, the State agency determines the wage
tier based on where the majority of the service recipients are located. In this circumstance,
the Contract will be determined to be a Tier 2 Contract.
2. The Contract will be determined to be a Tier 1 Contract or a Tier 2 Contract depending on
the location(s) from which the Contractor provides 50% or more of the services. The
Offeror must identify in its Proposal the location(s) from which services will be provided,
including the location(s) from which 50% or more of the Contract services will be
provided.
3. If the Contractor provides 50% or more of the services from a location(s) in a Tier 1
jurisdiction(s) the Contract will be a Tier 1 Contract.
4. If the Contractor provides 50% or more of the services from a location(s) in a Tier 2
jurisdiction(s), the Contract will be a Tier 2 Contract.
E. If the Contractor provides more than 50% of the services from an out-of-State location, the
State agency determines the wage tier based on where the majority of the service recipients are
located. See COMAR 21.11.10.07.
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 67 of 146
F. The Offeror shall identify in the Proposal the location from which services will be provided.
G. NOTE: Whereas the Living Wage may change annually, the Contract price will not change
because of a Living Wage change or a change in the State minimum wage.
4.38 Federal Funding Acknowledgement
This Contract does not contain Federal funds.
4.39 Conflict of Interest Affidavit and Disclosure
4.39.1 The Offeror shall complete and sign the Conflict-of-Interest Affidavit and Disclosure
(Attachment H) and submit it with its Proposal.
4.39.2 By submitting a Conflict-of-Interest Affidavit and Disclosure, the Contractor shall be construed
as certifying all Contractor Personnel and subcontractors are also without a conflict of interest as
defined in COMAR 21.05.08.08A.
4.39.3 Additionally, a Contractor has an ongoing obligation to ensure that all Contractor Personnel are
without conflicts of interest prior to providing services << under OR individual Task Orders
issued under >> the Contract. For policies and procedures applying specifically to Conflict of
Interests, the Contract is governed by COMAR 21.05.08.08.
4.39.4 Participation in Drafting of Specifications: Disqualifying Event: Offerors are advised that Md.
Code Ann. State Finance and Procurement Article §13-212.1(a) provides generally that “an
individual who assists an executive unit in the drafting of specifications, an invitation for bids, a
request for proposals for a procurement, or the selection or award made in response to an
invitation for bids or a request for proposals, or a person that employs the individual, may not: (1)
submit a bid or proposal for that procurement; or (2) assist or represent another person, directly or
indirectly, who is submitting a bid or proposal for that procurement.” Any Offeror submitting a
Proposal in violation of this provision shall be classified as “not responsible.” See COMAR
21.05.03.03.
4.40 Non-Disclosure Agreement
4.40.1 Non-Disclosure Agreement (Offeror)
Certain documentation may be available for potential Offerors to review at a reading room at 201 W.
Preston Street, 4
th
Floor, Baltimore, MD 21201. Offerors who review such documentation will be required
to sign a Non-Disclosure Agreement (Offeror) in the form of Appendix 3. Please contact the Procurement
Officer to schedule an appointment.
4.40.2 Non-Disclosure Agreement (Contractor)
All Offerors are advised that this solicitation and any Contract(s) are subject to the terms of the Non-
Disclosure Agreement (NDA) contained in this solicitation as Attachment I. This Agreement must be
provided within five (5) Business Days of notification of recommended award; however, to expedite
processing, it is suggested that this document be completed and submitted with the Proposal.
4.41 HIPAA - Business Associate Agreement
Based on the determination by the Department that the functions to be performed in accordance with this
solicitation constitute Business Associate functions as defined in the Health Insurance Portability and
Accountability Act of 1996 (HIPAA), the recommended awardee shall execute a Business Associate
Agreement as required by HIPAA regulations at 45 C.F.R. §164.500 et seq. and set forth in Attachment
J. This Agreement must be provided within five (5) Business Days of notification of proposed Contract
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 68 of 146
award. However, to expedite processing, it is suggested that this document be completed and submitted
with the Proposal. Should the Business Associate Agreement not be submitted upon expiration of the five
(5) Business Day period as required by this solicitation, the Procurement Officer, upon review of the
Office of the Attorney General and approval of the Secretary, may withdraw the recommendation for
award and make the award to the responsible Offeror with the next highest overall-ranked Proposal.
4.42 Nonvisual Access
4.42.1 The Offeror warrants that the information technology offered under this proposal:
1. Provides equivalent access for effective use by both visual and nonvisual means
consistent with the standards of § 508 of the federal Rehabilitation Act of 1973
and Code of Maryland Regulations 14.33.02;
2. Provides an individual with disabilities with nonvisual access in a way that is
fully and equally accessible to and independently usable by the individual with
disabilities so that the individual is able to acquire the same information, engage
in the same interactions, and enjoy the same services as users without disabilities,
with substantially equivalent ease of use;
3. Will present information, including prompts used for interactive communications,
in formats intended for both visual and nonvisual use;
4. If intended for use in a network, can be integrated into networks for obtaining,
retrieving, and disseminating information used by individuals who are not blind or
visually impaired; and
5. Is available, whenever possible, without modification for compatibility with
software and hardware for nonvisual access. The Offeror further warrants that the
cost, if any, of modifying the information technology for compatibility with
software and hardware used for nonvisual access will not increase the cost of the
information technology by more than 15 percent.
4.42.2 If the information technology procured under this solicitation does not meet the nonvisual
access standards set forth in the Code of Maryland Regulations 14.33.02, the State will
notify the Offeror in writing that the Offeror, at its own expense, has 12 months after the
date of the notification to modify the information technology in order to meet the
nonvisual access standards. If the Offeror fails to modify the information technology to
meet the nonvisual access standards within 12 months after the date of the notification, the
Offeror may be subject to a civil penalty of a fine not exceeding $5,000 for a first offense,
and a fine not exceeding $10,000 for a subsequent offense.
4.42.3 The Offeror shall indemnify the State for liability resulting from the use of information
technology that does not meet the applicable nonvisual access standards.
4.42.4 For purposes of this regulation, the phrase ‘equivalent access' means the ability to receive,
use, and manipulate information and operate controls necessary to access and use
information technology by nonvisual means. Examples of equivalent access include
keyboard controls used for input and synthesized speech, Braille, or other audible or
tactile means used for output.
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 69 of 146
4.43 Mercury and Products That Contain Mercury
This solicitation does not include the procurement of products known to likely include mercury as a
component.
4.44 Location of the Performance of Services Disclosure
The Offeror is required to complete the Location of the Performance of Services Disclosure. A copy of
this Disclosure is included as Attachment L. The Disclosure must be provided with the Proposal.
4.45 Department of Human Services (DHS) Hiring Agreement
This solicitation does not require a DHS Hiring Agreement.
4.46 Small Business Reserve (SBR) Procurement
This solicitation is not designated as a Small Business Reserve (SBR) Procurement.
4.47 Maryland Healthy Working Families Act Requirements
On February 11, 2018, the Maryland Healthy Working Families Act went into effect. All offerors should
be aware of how this Act could affect your potential contract award with the State of Maryland. See the
Department of Labor, Licensing and Regulations web site for Maryland Healthy Working Families Act
Information: http://dllr.maryland.gov/paidleave/.
THE REMAINDER OF THIS PAGE IS INTENTIONALLY LEFT BLANK.
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 70 of 146
5 Proposal Format
5.10 Two Part Submission
Offerors shall submit Proposals in separate volumes (or envelopes):
1. Volume I Technical Proposal
2. Volume II Financial Proposal
5.11 Proposal Delivery and Packaging
5.11.1 Proposals delivered by facsimile and e-mail shall not be considered.
5.11.2 Provide no pricing information in the Technical Proposal. Provide no pricing information on the
media submitted in the Technical Proposal.
5.11.3 Offerors must submit Proposals through the State’s internet based electronic procurement system,
eMMA.
5.11.4 The Procurement Officer must receive all electronic Proposal material by the RPF due date and
time specified in the Key Information Summary Sheet. Requests for extension of this date or
time will not be granted. Except as provided in COMAR 21.05.03.02F, Proposals received by the
Procurement Officer after the due date will not be considered.
5.11.5 Offerors shall provide their Proposals in two separate envelopes through eMMA following the
Quick Reference Guides (QRG) labelled 5 - eMMA QRG Responding to Solicitations (RFP)
for double envelope submissions.
5.11.6 Two Part Submission:
A. Technical Proposal consisting of:
1. Technical Proposal and all supporting material in Microsoft Word format, version 2007
or greater,
2. Technical Proposal in searchable Adobe PDF format,
A second searchable Adobe copy of the Technical Proposal, with confidential and
proprietary information redacted (see Section 4.8), and
B. Financial Proposal Attachment B consisting of:
1. Financial Proposal entered into the price form spreadsheet within eMMA and all
supporting material in Excel format,
2. Financial Proposal in searchable Adobe PDF format,
3. A second searchable Adobe copy of the Financial Proposal, with confidential and
proprietary information removed (see Section 4.8).
5.12 Volume I - Technical Proposal
NOTE: ALL pricing information must be omitted from the Technical Proposal (Volume I). Include
pricing information Attachment B-1 ONLY in the Financial Proposal (Volume II).
5.12.1 In addition to the instructions below, responses in the Offeror’s Technical Proposal shall
reference the organization and numbering of Sections in the RFP (e.g., Section 2.2.1 Response . .
.; “Section 2.2.2 Response . . .,”). All pages of both Proposal volumes shall be consecutively
numbered from beginning (Page 1) to end (Page “x”).
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 71 of 146
5.12.2 The Technical Proposal shall include the following documents and information in the order
specified as follows. Each section of the Technical Proposal shall be separated by a TAB as
detailed below:
A. Title Page and Table of Contents (Submit under TAB A)
The Technical Proposal should begin with a Title Page bearing the name and address of the
Offeror and the name and number of this RFP. A Table of Contents shall follow the Title
Page for the Technical Proposal, organized by section, subsection, and page number.
B. Claim of Confidentiality (If applicable, submit under TAB A-1)
Any information which is claimed to be confidential and/or proprietary information should
be identified by page and section number and placed after the Title Page and before the
Table of Contents in the Technical Proposal, and if applicable, separately in the Financial
Proposal. An explanation for each claim of confidentiality shall be included (see Section 4.8
“Public Information Act Notice”). The entire Proposal cannot be given a blanket
confidentiality designation - any confidentiality designation must apply to specific sections,
pages, or portions of pages of the Proposal and an explanation for each claim shall be
included.
C. Offeror Information Sheet and Transmittal Letter (Submit under TAB B)
The Offeror Information Sheet (see Appendix 2) and a Transmittal Letter shall accompany
the Technical Proposal. The purpose of the Transmittal Letter is to transmit the Proposal
and acknowledge the receipt of any addenda to this RFP issued before the Proposal due date
and time. Transmittal Letter should be brief, be signed by an individual who is authorized
to commit the Offeror to its Proposal and the requirements as stated in this RFP.
D. Executive Summary (Submit under TAB C)
The Offeror shall condense and highlight the contents of the Technical Proposal in a
separate section titled “Executive Summary.”
In addition, the Summary shall indicate whether the Offeror is the subsidiary of another
entity, and if so, whether all information submitted by the Offeror pertains exclusively to the
Offeror. If not, the subsidiary Offeror shall include a guarantee of performance from its
parent organization as part of its Executive Summary (see Section 4.16 “Offeror
Responsibilities”).
The Executive Summary shall also identify any exceptions the Offeror has taken to the
requirements of this RFP, the Contract (Attachment M), or any other exhibits or
attachments. Acceptance or rejection of exceptions is within the sole discretion of the State.
Exceptions to terms and conditions, including requirements, may result in having the
Proposal deemed unacceptable or classified as not reasonably susceptible of being
selected for award.
E. Minimum Qualifications Documentation (If applicable, Submit under TAB D)
The Offeror shall submit any Minimum Qualifications documentation that may be required, as
set forth in RFP Section 1. If references are required in RFP Section 1, those references shall
be submitted in this section and shall contain the information described in both Section 1 and
Section 5.3.2.I.
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 72 of 146
F. Offeror Technical Response to RFP Requirements and Proposed Work Plan (Submit
under TAB E)
1. The Offeror shall address each RFP requirement (RFP Section 2 and Section 3) in its Technical
Proposal with a cross reference to the requirement and describe how its proposed goods and
services, including the goods and services of any proposed subcontractor(s), will meet or exceed
the requirement(s). If the State is seeking Offeror agreement to any requirement(s), the Offeror
shall state its agreement or disagreement. Any paragraph in the Technical Proposal that responds
to an RFP requirement shall include an explanation of how the work will be performed. The
response shall address each requirement in Section 2 and Section 3 in order and shall contain a
cross reference to the requirement.
2. Technical Architecture: The Offeror shall provide an EHR technical infrastructure which fully
meets all of the functional and non-functional requirements in the RTMs. The Offeror shall
complete the information below for their proposed technical architecture solution and include it in
their Technical Proposal:
A. Production Architecture
1. Provide a schematic diagram of the Offeror’s solution depicting the locations, facilities
and features that are proposed to hold the State’s data; provide schematic diagram of
the EHR SaaS Solution.
2. Describe the security layers, associated policies, procedures, certifications and
assessments of the Offeror’s solution; describe any and all customer specific
components and associated security layers.
3. Provide an architectural diagram depicting each major component of the Offeror’s
proposed technical architecture and the relationships between the components and
scalability of the architecture.
4. Describe the capability of the Offeror’s proposed technical infrastructure to meet the
State’s requirements for high availability, redundancy, scalability, performance,
reliability and failover; identify the largest number of concurrent users that have been
successfully implemented on the Offeror’s proposed data center for the production
landscape; provide performance metrics for the last two years of infrastructure
provisioning.
5. Identify any other tools/components including the model number/version number
required to implement, operate and maintain the EHR SaaS Solution including any
additional hardware or software components.
6. Describe in detail all and any customer specific monitoring and procedures to ensure
stable performance during peak usage.
7. Describe Offeror’s disaster recovery plan and disaster testing cycles.
8. List technological improvements implemented in the last 5 years to take advantage of
advances in technology to keep the system “state of the art”.
9. Will the proposed solution require any hardware or software?
B. Non-Production Landscape
Identify and describe the various non-production environments the Offeror is proposing
to support project development activities from initiation through the entire contract
duration. Provide a diagram depicting these non-production environments.
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 73 of 146
C. Data Management
1. Describe Offeror’s ability to handle data and associated media identified as sensitive
and secure.
2. Describe Offeror’s approach to handling the State’s legacy data considering the fact
that the State wishes to decommission the legacy systems being replaced by the EHR
SaaS Solution.
3. Describe the Offeror’s solution for data retention, archiving, purging and availability
of historical data for reporting purposes.
D. Configuration Management
1. Describe the Offeror’s proposed approach to configuration management of EHR SaaS
Solution configurations and custom objects both during the project and post go-live
including any proposed configuration management tools.
2. Describe the Offeror’s approach to applying patches, fixes and upgrade; describe the
QA and testing methodologies.
E. Integration and Interfaces
1. Identify and describe the Offeror’s proposed data integration tools to support
conversions, interfaces and the transformation of data into the EHR SaaS Solution.
F. Development of Custom Objects
1. Describe the Offeror’s proposed approach for developing custom extensions to the
proposed solution suite to meet the State’s functional requirements and the steps the
Offeror will take to assure these custom extensions shall be upgradeable in future
upgrades/releases.
2. Describe the Offeror’s proposed approach for developing required custom workflows,
business process maps and the steps the Offeror will take to assure these custom
extensions shall be upgradeable in future upgrades/releases.
G. Legacy Reporting
1. Describe the Offeror’s approach for addressing legacy data given that all legacy
systems being replaced will be decommissioned.
2. Describe the Offeror’s solution for data retention, archiving, purging and availability
of historical data for reporting purposes.
3. Describe the Offeror’s proposed approach for developing federated analytical reports.
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 74 of 146
H. Testing Tools
Describe Offeror’s automated application testing tools offering to address the testing needs
such as but not limited to business process testing, regression testing and user acceptance
testing.
1. Hosting and Support: Requirements within the Facilities
Offeror shall describe the IT infrastructure and equipment that MDH healthcare
systems must have in place to access and use the new EHR system efficiently,
effectively, and securely. Offeror should specify the required or recommended
levels of bandwidth; types of devices for end-user access and transactions; types and
numbers of printers or other devices in addition to end-user computers; capabilities
for data security; and any other considerations that Offeror deems from its
experience to be a necessary enabler for the MDH healthcare facilities and
headquarter offices to be ready to access and use the EHR system efficiently,
effectively, and securely.
2. The Offeror shall give a definitive section-by-section description of the proposed
plan to meet the requirements of the RFP, i.e., a Work Plan. The Work Plan shall
include the specific methodology, techniques, and number of staff, if applicable, to
be used by the Offeror in providing the required goods and services as outlined in
RFP Section 2, Contractor Requirements: Scope of Work. The description shall
include an outline of the overall management concepts employed by the Offeror and
a project management plan, including project control mechanisms and overall
timelines. Project deadlines considered contract deliverables must be recognized in
the Work Plan.
3. Implementation Schedule - Offeror shall provide the proposed implementation
schedule with its Proposal.
4. The Offeror shall identify the location(s) from which it proposes to provide services,
including, if applicable, any current facilities that it operates, and any required
construction to satisfy the State’s requirements as outlined in this RFP.
5. The Offeror shall provide a draft Problem Escalation Procedure (PEP) that includes,
at a minimum, titles of individuals to be contacted by the Contract Monitor should
problems arise under the Contract and explains how problems with work under the
Contract will be escalated in order to resolve any issues in a timely manner. Final
procedures shall be submitted as indicated in Section 3.8.
6. The Offeror shall provide a Backup solution/ strategy recommendation as part of its
Proposal.
7. Disaster Recovery and Security Model description - For hosted services, the Offeror
shall include its DR strategy, and for on premise, a description of a recommended
DR strategy.
8. The Offeror shall include a deliverable description and schedule describing the
proposed Deliverables as mapped to the State SDLC and the Deliverables table in
Section 2.4.4. The schedule shall also detail proposed submission due
date/frequency of each recommended Deliverable.
9. The Offeror shall include an SLA as identified in Section 2.9, including service
level metrics offered and a description how the metrics are measured, any SLA
credits should the service level metrics not be met, and how the State can verify the
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 75 of 146
service level. The Offeror shall describe how service level performance is reported
to the State.
10. Description of technical risk of migrating from the existing system.
11. Product Requirements:
a. Details for each offering: The Offeror shall provide the following information for
each offering:
i. Offering Name
ii. Offeror relationship with manufacturer (e.g., manufacturer, reseller,
partner);
iii. Manufacturer
iv. Short description of capability
v. Version (and whether version updates are limited in any way)
vi. License type (e.g., user, CPU, node, transaction volume)
vii. Subscription term (e.g., annual)
viii. License restrictions if any
ix. Operational support offered (e.g., customer support, help desk, user
manuals online or hardcopy), including description of multiple support
levels (if offered), service level measures and reporting
x. Continuity of operations and disaster recovery plans for providing service
at 24/7/365 level
xi. Ability of the offering to read and export data in existing State enterprise
data stores. Offerors in their Proposals shall describe the interoperability of
data that can be imported or exported from the Solution, including
generating industry standard formats
xii. Any limitations or constraints in the offering, including any terms or
conditions (e.g., terms of service, ELA, AUP, professional services
agreement, master agreement).
xiii. Compatibility with the State’s existing single sign-on system, SecureAuth
or other single sign-on approaches
xiv. APIs offered, and what type of content can be accessed and consumed
xv. Update / upgrade roadmap and procedures, to include planned changes in
the next 12 months, frequency of system update (updates to software
applied) and process for updates/upgrades
xvi. Frequency of updates to data services, including but not limited to, datasets
provided as real-time feeds, and datasets updated on a regular basis (e.g.,
monthly, quarterly, annually, one-time)
xvii. What type of third-party assessment (such as a SOC 2 Type II audit) is
performed, the nature of the assessment (e.g., the trust principles and scope
of assessment), and whether the results of the assessment pertinent to the
State will be shared with the State. See also Section 3.9.
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 76 of 146
xviii. Offeror shall describe its security model and procedures supporting
handling of State data. If more than one level of service is offered, the
Offeror shall describe such services. Include, at a minimum:
1. procedures for and requirements for hiring staff (such as background
checks),
2. any non-disclosure agreement Contractor Personnel sign,
3. Certifications such as FedRAMP,
4. Third party security auditing, including FISMA,
5. Published Security Incident reporting policy, and
6. Cybersecurity insurance, if any, maintained.
G. Experience and Qualifications of Proposed Staff (Submit under TAB F)
1. Include individual resumes for Key Personnel, including Key Personnel for any
proposed subcontractor(s), who are to be assigned to the project if the Offeror is
awarded the Contract. Each resume should include the amount of experience the
individual has had relative to the Scope of Work set forth in this solicitation.
2. Include letters of intended commitment to work on the project, including letters from
any proposed subcontractor(s). Offerors should be aware of restrictions on substitution
of Key Personnel prior to RFP award (see Substitution Prior to and Within 30 Days
After Contract Execution in Section 3.11.5).
3. Provide an Organizational Chart outlining Personnel and their related duties. The
Offeror shall include job titles and the percentage of time each individual will spend on
his/her assigned tasks. Offerors using job titles other than those commonly used by
industry standards must provide a crosswalk reference document.
H. Offeror Qualifications and Capabilities (Submit under TAB G)
The Offeror shall include information on past experience with similar projects and services
including information in support of the Offeror Experience criteria in Section 3.10.1. The
Offeror shall describe how its organization can meet the requirements of this RFP and shall
also include the following information:
1) The number of years the Offeror has provided the similar goods and services
2) The number of clients/customers and geographic locations that the Offeror currently
serves
3) The names and titles of headquarters or regional management personnel who may be
involved with supervising the services to be performed under the Contract
4) The Offeror’s process for resolving billing errors; and
5) An organizational chart that identifies the complete structure of the Offeror including
any parent company, headquarters, regional offices, and subsidiaries of the Offeror.
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 77 of 146
I. References (Submit under TAB H)
At least three (3) references are requested from customers who are capable of documenting the
Offeror’s ability to provide the goods and services specified in this RFP. References used to
meet any Minimum Qualifications (see RFP Section 1) may be used to meet this request. Each
reference shall be from a client for whom the Offeror has provided goods and services within
the past five (5) years and shall include the following information:
1) Name of client organization
2) Name, title, telephone number, and e-mail address, if available, of point of contact for
client organization; and
3) Value, type, duration, and description of goods and services provided.
The Department reserves the right to request additional references or utilize references not
provided by the Offeror. Points of contact must be accessible and knowledgeable regarding
Offeror performance.
J. List of Current or Prior State Contracts (Submit under TAB I)
Provide a list of all contracts with any entity of the State of Maryland for which the Offeror is
currently performing goods and services or for which services have been completed within the
last five (5) years. For each identified contract, the Offeror is to provide:
1) The State contracting entity
2) A brief description of the goods and services provided
3) The dollar value of the contract
4) The term of the contract
5) The State employee contact person (name, title, telephone number, and, if possible, e-
mail address); and
6) Whether the contract was terminated before the end of the term specified in the original
contract, including whether any available renewal option was not exercised.
Information obtained regarding the Offeror’s level of performance on State contracts will be
used by the Procurement Officer to determine the responsibility of the Offeror and considered
as part of the experience and past performance evaluation criteria of the RFP.
K. Financial Capability (Submit under TAB J)
The Offeror must include in its Proposal a commonly accepted method to prove its fiscal
integrity. If available, the Offeror shall include Financial Statements, preferably a Profit and
Loss (P&L) statement and a Balance Sheet, for the last two (2) years (independently audited
preferred).
In addition, the Offeror may supplement its response to this Section by including one or more
of the following with its response:
1) Dun & Bradstreet Rating
2) Standard and Poor’s Rating
3) Lines of credit
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 78 of 146
4) Evidence of a successful financial track record; and
5) Evidence of adequate working capital.
L. Certificate of Insurance (Submit under TAB K)
The Offeror shall provide a copy of its current certificate of insurance showing the types and
limits of insurance in effect as of the Proposal submission date. The current insurance types
and limits do not have to be the same as described in Section 3.6. See Section 3.6 for the
required insurance certificate submission for the apparent awardee.
M. Subcontractors (Submit under TAB L)
The Offeror shall provide a complete list of all subcontractors that will work on the Contract if
the Offeror receives an award, including those utilized in meeting the MBE and VSBE
subcontracting goal(s), if applicable. This list shall include a full description of the duties each
subcontractor will perform and why/how each subcontractor was deemed the most qualified
for this project. If applicable, subcontractors utilized in meeting the established MBE or VSBE
participation goal(s) for this solicitation shall be identified as provided in the appropriate
attachment(s) of this RFP.
N. Legal Action Summary (Submit under TAB M)
This summary shall include:
1) A statement as to whether there are any outstanding legal actions or potential claims
against the Offeror and a brief description of any action
2) A brief description of any settled or closed legal actions or claims against the Offeror
over the past five (5) years
3) A description of any judgments against the Offeror within the past five (5) years,
including the court, case name, complaint number, and a brief description of the final
ruling or determination; and
4) In instances where litigation is ongoing and the Offeror has been directed not to
disclose information by the court, provide the name of the judge and location of the
court.
O. Economic Benefit Factors (Submit under TAB N)
1) The Offeror shall submit with its Proposal a narrative describing benefits that will
accrue to the Maryland economy as a direct or indirect result of its performance of the
Contract. Proposals will be evaluated to assess the benefit to Maryland’s economy
specifically offered. The economic benefit offered should be consistent with the
Offeror’s Total Proposal Price from Attachment B-1, the Financial Proposal Form. See
COMAR 21.05.03.03A (3).
2) Proposals that identify specific benefits as being contractually enforceable
commitments will be rated more favorably than Proposals that do not identify specific
benefits as contractual commitments, all other factors being equal.
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 79 of 146
3) Offerors shall identify any performance guarantees that will be enforceable by the State
if the full level of promised benefit is not achieved during the Contract term.
4) As applicable, for the full duration of the Contract, including any renewal period, or
until the commitment is satisfied, the Contractor shall provide to the Procurement
Officer or other designated agency personnel reports of the actual attainment of each
benefit listed in response to this section. These benefit attainment reports shall be
provided quarterly, unless elsewhere in these specifications a different reporting
frequency is stated.
5) In responding to this section, the following do not generally constitute economic
benefits to be derived from the Contract:
a) generic statements that the State will benefit from the Offeror’s superior
performance under the Contract
b) descriptions of the number of Offeror employees located in Maryland other than
those that will be performing work under the Contract; or
c) tax revenues from Maryland-based employees or locations, other than those that
will be performing, or used to perform, work under the Contract.
6) Discussion of Maryland-based employees or locations may be appropriate if the Offeror
makes some projection or guarantee of increased or retained presence based upon being
awarded the Contract.
7) Examples of economic benefits to be derived from a contract may include any of the
following. For each factor identified below, identify the specific benefit and contractual
commitments, and provide a breakdown of expenditures in that category:
a) The Contract dollars to be recycled into Maryland’s economy in support of the
Contract, through the use of Maryland subcontractors, suppliers and joint
venture partners. Do not include actual fees or rates paid to subcontractors
or information from your Financial Proposal
b) The number and types of jobs for Maryland residents resulting from the
Contract. Indicate job classifications, number of employees in each
classification and the aggregate payroll to which the Offeror has committed,
including contractual commitments at both prime and, if applicable, subcontract
levels; and whether Maryland employees working at least 30 hours per week and
are employed at least 120 days during a 12-month period will receive paid leave.
If no new positions or subcontracts are anticipated as a result of the Contract, so
state explicitly
c) Tax revenues to be generated for Maryland and its political subdivisions as a
result of the Contract. Indicate tax category (sales taxes, payroll taxes, inventory
taxes and estimated personal income taxes for new employees). Provide a
forecast of the total tax revenues resulting from the Contract
d) Subcontract dollars committed to Maryland small businesses and MBEs; and
e) Other benefits to the Maryland economy which the Offeror promises will result
from awarding the Contract to the Offeror, including contractual commitments.
Describe the benefit, its value to the Maryland economy, and how it will result
from, or because of the Contract award. Offerors may commit to benefits that
are not directly attributable to the Contract, but for which the Contract award
may serve as a catalyst or impetus.
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 80 of 146
P. Technical Proposal - Required Forms and Certifications (Submit under TAB O)
1. All forms required for the Technical Proposal are identified in Table 1 of Section 7
RFP Attachments and Appendices. Unless directed otherwise by instructions within an
individual form, complete, sign, and include all required forms in the Technical Proposal,
under TAB O.
2. Offerors shall furnish any and all agreements and terms and conditions the Offeror
expects the State to sign or to be subject to in connection with or in order to use the
Offeror’s services under this Contract. This includes physical copies of all agreements
referenced and incorporated in primary documents, including but not limited to any
software licensing agreement for any software proposed to be licensed to the State under
this Contract (e.g., EULA, Enterprise License Agreements, Professional Service
agreement, Master Agreement) and any AUP. The State does not agree to terms and
conditions not provided in an Offeror’s Technical Proposal and no action of the State,
including but not limited to the use of any such software, shall be deemed to constitute
acceptance of any such terms and conditions. Failure to comply with this section renders
any such agreement unenforceable against the State.
3. For each service, hardware or software proposed as furnished by a third-party entity,
Offeror must identify the third-party provider and provide a letter of authorization or such
other documentation demonstrating the authorization for such services. In the case of an
open-source license, authorization for the open source shall demonstrate compliance with
the open-source license.
4. A Letter of Authorization shall be on letterhead or through the provider’s e-mail. Further,
each Letter of Authorization shall be less than twelve (12) months old and must provide
the following information:
i) Third-party POC name and alternate for verification
ii) Third-party POC mailing address
iii) Third-party POC telephone number
iv) Third-party POC email address
v) If available, a Re-Seller Identifier
5.13 Volume II Financial Proposal
The Financial Proposal shall contain all price information in the format specified in Attachment B. The
Offeror shall complete the Financial Proposal Form only as provided in the Financial Proposal
Instructions and the Financial Proposal Form itself. Do not amend, alter, or leave blank any items on the
Financial Proposal Form or include additional clarifying or contingent language on or attached to the
Financial Proposal Form. Failure to adhere to any of these instructions may result in the Proposal being
determined to be not reasonably susceptible of being selected for award and rejected by the Department.
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 81 of 146
6 Evaluation and Selection Process
6.1 Evaluation Committee
Evaluation of Proposals will be performed in accordance with COMAR 21.05.03 by a committee
established for that purpose and based on the evaluation criteria set forth below. The Evaluation
Committee will review Proposals, participate in Offeror oral presentations and discussions, and provide
input to the Procurement Officer. The Department reserves the right to utilize the services of individuals
outside of the established Evaluation Committee for advice and assistance, as deemed appropriate.
During the evaluation process, the Procurement Officer may determine at any time that a particular
Offeror is not susceptible for award.
6.2 Technical Proposal Evaluation Criteria
The State prefers the Offeror’s Technical Proposal to illustrate a comprehensive understanding of work
requirements and mastery of the subject matter, including an explanation of how the work will be
performed. Proposals which include limited responses to work requirements such as “concur” or “will
comply” will receive a lower ranking than those Proposals that demonstrate similar past experience and
an understanding of the work requirements and include plans to meet or exceed them.
The criteria to be used to evaluate each Technical Proposal are listed below in descending order of
importance. Unless stated otherwise, any sub-criteria within each criterion have equal weight.
6.2.1 Offeror’s Technical Response to Requirements and Work Plan (See RFP § 5.3.2.F)
Offeror’s Technical Response to Requirements and Work Plan, including but not limited to the following:
1. The proposed solution’s ability to meet and exceed the requirements listed in the RFP and
Appendix 4 to meet the objectives stated in the RFP
2. technical capabilities of the solution, including any inherent risk;
3. Implementation plan, including strategy and timeline
4. Service Level Agreement.
5. Offeror Experience Capabilities and Qualifications (See RFP § 5.3.2.H)
6.2.2 Offeror Qualifications and Capabilities, including proposed subcontractors and proposed
staff (See RFP § 5.3.2.G)
6.2.3 Economic Benefit to State of Maryland (See RFP § 5.3.2.O)
6.2.4 References submitted (See RFP § 5.3.2.I), past performance with state contracts (See RFP §
5.3.2.J) and any information obtained publicly or privately by MDH in connection with the
Offeror.
6.3 Financial Proposal Evaluation Criteria
ALL Qualified Offerors (see Section 6.5.2.D) will be ranked from the lowest (most advantageous) to the
highest (least advantageous) price based on the Total Evaluated Proposal Price within the stated
guidelines set forth in this RFP as submitted on Attachment B-1 - Financial Proposal Form.
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 82 of 146
6.3.1 Financial Proposal LABOR RATES Evaluation Criteria
Labor rates amounts shall be fully burdened Labor rates (Loaded Labor Rate must include the Laborers
hourly rate plus employee benefits, capital expenses, and other overhead.) No overtime amounts will
be paid. Although rates may not be the most important factor pertaining to the RFP, they are very
important to the Maryland Department of Health. Offerors should refer to Appendix 5 - Labor Categories
within the RFP for minimum education and experience requirements for each Labor Category.
Labor Rates must be submitted on Attachment B-Tab labeled "LABOR RATES" ONLY. Labor Rates are
not a part the Total Evaluated Proposed Price for this solicitation. Unless stated otherwise in the RFP,
MDH does not guarantee a minimum or maximum number of Labor Hours in the performance of the
Contract.
A. Market Review
MDH reserves the right to ensure that Offeror’s pricing is competitive as
compared to, market pricing in the industry and the pricing of other Offerors.
MDH will be utilizing the GSA Federal Acquisition Service Website located at
https://calc.gsa.gov/?q=senior%20systems%20engineer%2C%20%7C to review
market rates for each and/or closest matching labor category meeting the
minimum education and experience requirements as stated in Appendix 5.
B. Evaluated Proposed Labor Rate(s) Criteria
MDH will use the following formula to EVALUATE Labor Rates Sum of
Hourly Labor Rates (LR) Per Year (5 base years+2 option years) = Overall
Total Average Labor Rate for 1-7 Years (Example: Yr. 1- $275.00/hr., Yr. 2-
395.00/hr., and Yr. 3- $200.00/hr. = Overall Total Evaluated Average Labor
Rate of $290.00/hr.)
ALL Qualified Offerors (see Section 6.5.2.D) will be ranked from the lowest (most
advantageous) to the highest (least advantageous) price based on the criteria listed in the
above guidelines set forth in this RFP as submitted on Attachment B - Financial Proposal
Form.
Sample Evaluation
Name of
Offeror(s)
Evaluated Labor Rates
Ranking
Offeror 1
1 (Lowest Overall Total Average Labor Rate)
1
Offeror 2
2 (2nd Lowest Overall Total Average Labor
Rate)
2
6.4 Reciprocal Preference
6.4.1 Although Maryland law does not authorize procuring agencies to favor resident Offerors in
awarding procurement contracts, many other states do grant their resident businesses preferences
over Maryland contractors. COMAR 21.05.01.04 permits procuring agencies to apply a
reciprocal preference under the following conditions:
A. The Maryland resident business is a responsible Offeror
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 83 of 146
B. The most advantageous Proposal is from a responsible Offeror whose principal
office, or principal base of operations is in another state
C. The other state gives a preference to its resident businesses through law, policy,
or practice; and
D. The preference does not conflict with a federal law or grant affecting the
procurement Contract.
6.4.2 The preference given shall be identical to the preference that the other state, through law, policy,
or practice gives to its resident businesses.
6.5 Selection Procedures
6.5.1 General
A. The Contract will be awarded in accordance with the Competitive Sealed
Proposals (CSP) method found at COMAR 21.05.03. The CSP method allows
for the conducting of discussions and the revision of Proposals during these
discussions. Therefore, the State may conduct discussions with all Offerors that
have submitted Proposals that are determined to be reasonably susceptible of
being selected for contract award or potentially so. However, the State reserves
the right to make an award without holding discussions.
B. With or without discussions, the State may determine the Offeror to be not
responsible or the Offeror’s Proposal to be not reasonably susceptible of being
selected for award at any time after the initial closing date for receipt of
Proposals and prior to Contract award.
6.5.2 Selection Process Sequence
A. A determination is made that the MDOT Certified MBE Utilization and Fair
Solicitation Affidavit (Attachment D-1A) is included and is properly
completed if there is an MBE goal. In addition, a determination is made that the
VSBE Utilization Affidavit and subcontractor Participation Schedule
(Attachment E-1) is included and is properly completed, if there is a VSBE
goal.
B. Technical Proposals are evaluated for technical merit and ranked. During this
review, oral presentations and discussions may be held. The purpose of such
discussions will be to assure a full understanding of the State’s requirements
and the Offeror’s ability to perform the services, as well as to facilitate arrival
at a Contract that is most advantageous to the State. Offerors will be contacted
by the State as soon as any discussions are scheduled.
C. Offerors must confirm in writing any substantive oral clarifications of, or
changes in, their Technical Proposals made in the course of discussions. Any
such written clarifications or changes then become part of the Offeror’s
Technical Proposal. Technical Proposals are given a final review and ranked.
D. The Financial Proposal of each Qualified Offeror (a responsible Offeror
determined to have submitted an acceptable Proposal) will be evaluated and
ranked separately from the technical evaluation. After a review of the Financial
Proposals of Qualified Offerors, the Evaluation Committee or Procurement
Officer may again conduct discussions to further evaluate the Offeror’s entire
Proposal.
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 84 of 146
E. When in the best interest of the State, the Procurement Officer may permit
Qualified Offerors to revise their initial Proposals and submit, in writing, Best
and Final Offers (BAFOs). The State may make an award without issuing a
request for a BAFO.
6.5.3 Award Determination
Upon completion of the Technical Proposal and Financial Proposal evaluations and rankings, each
Offeror will receive an overall ranking. The Procurement Officer will recommend award of the Contract
to the responsible Offeror that submitted the Proposal determined to be the most advantageous to the
State. In making this most advantageous Proposal determination, technical factors will receive greater
weight than financial factors.
6.6 Documents Required upon Notice of Recommendation for Contract Award
Upon receipt of a Notification of Recommendation for Contract award, the apparent awardee shall
complete and furnish the documents and attestations as directed in Table 1 of Section 7 RFP
Attachments and Appendices.
THE REMAINDER OF THIS PAGE IS INTENTIONALLY LEFT BLANK.
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 85 of 146
7 RFP ATTACHMENTS AND APPENDICES
Instructions Page
A Proposal submitted by the Offeror must be accompanied by the completed forms and/or affidavits
identified as “with Proposal” in the “When to Submit” column in Table 1 below. All forms and
affidavits applicable to this RFP, including any applicable instructions and/or terms, are identified in the
“Applies” and “Label” columns in Table 1.
For documents required as part of the Proposal:
1. For e-mail submissions, submit one (1) copy of each with signatures.
2. For paper submissions, submit two (2) copies of each with original signatures. All signatures
must be clearly visible.
All Offerors are advised that if a Contract is awarded as a result of this solicitation, the successful
Offeror will be required to complete certain forms and affidavits after notification of recommended
award. The list of forms and affidavits that must be provided is described in Table 1 below in the “When
to Submit” column.
For documents required after award, submit three (3) copies of each document within the appropriate
number of days after notification of recommended award, as listed in Table 1 below in the “When to
Submit” column.
Table 1: RFP ATTACHMENTS AND APPENDICES
Applies?
When to Submit
Label
Attachment Name
Y
Before Proposal
A
Pre-Proposal Conference Response Form
Y
With Financial Proposal
- Volume II
B
Financial Proposal Instructions and Form
Y
With Technical Proposal
- Volume I
C
Bid/Proposal Affidavit (see link at
http://procurement.maryland.gov/wp-
content/uploads/sites/12/2018/04/AttachmentC-
Bid_Proposal-Affidavit.pdf)
N
N/A
D
MBE Forms D-1A (see link at
http://procurement.maryland.gov/wp-
content/uploads/sites/12/2018/05/AttachmentDMBE-
Forms-1.pdf)
IMPORTANT: If this RFP contains different
Functional Areas or Service Categories. A separate
Attachment D-1A is to be submitted for each Functional
Area or Service Category where there is a MBE goal.
N
N/A
D
MBE Forms D-1B, D-1C,D-2, D-3A, D-3B (see link at
http://procurement.maryland.gov/wp-
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 86 of 146
Applies?
When to Submit
Label
Attachment Name
content/uploads/sites/12/2018/05/AttachmentDMBE-
Forms-1.pdf)
Important: Attachment D-1C, if a waiver has been
requested, is also required within 10 days of
recommended award.
N
N/A
D
MBE Forms D-4A, D-4B, D-5 (see link at
http://procurement.maryland.gov/wp-
content/uploads/sites/12/2018/05/AttachmentDMBE-
Forms-1.pdf)
N
N/A
E
Veteran-Owned Small Business Enterprise (VSBE)
Form E-1A (see link at
http://procurement.maryland.gov/wp-
content/uploads/sites/12/2018/04/AttachmentE-
VSBEForms.pdf)
IMPORTANT: If this RFP contains different
Functional Areas or Service Categories. A separate
Attachment E-1A is to be submitted for each Functional
Area or Service Category where there is a VSBE goal.
N
N/A
E
VSBE Forms E-1B, E-2, E-3 (see link at
http://procurement.maryland.gov/wp-
content/uploads/sites/12/2018/04/AttachmentE-
VSBEForms.pdf)
Important: Attachment E-1B, if a waiver has been
requested, is also required within 10 days of
recommended award.
Y
With Technical Proposal
- Volume I
F
Maryland Living Wage Requirements for Service
Contracts and Affidavit of Agreement (see link at
http://procurement.maryland.gov/wp-
content/uploads/sites/12/2018/04/AttachmentF-
LivingWageAffidavit.pdf)
N
N/A
G
Federal Funds Attachments (see link at
http://procurement.maryland.gov/wp-
content/uploads/sites/12/2018/04/AttachmentG-
FederalFundsAttachment.pdf)
Y
With Technical Proposal
- Volume I
H
Conflict of Interest Affidavit and Disclosure (see link at
http://procurement.maryland.gov/wp-
content/uploads/sites/12/2018/05/AttachmentH-Conflict-
of-InterestAffidavit.pdf)
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 87 of 146
Y
5 Business Days after
recommended award
However, suggested
with Proposal
I
Non-Disclosure Agreement (Contractor) (see link at
http://procurement.maryland.gov/wp-
content/uploads/sites/12/2018/04/Attachment-I-Non-
DisclosureAgreementContractor.pdf)
Y
5 Business Days after
recommended award
However, suggested
with Proposal
J
HIPAA Business Associate Agreement (see link at
http://procurement.maryland.gov/wp-
content/uploads/sites/12/2018/04/Attachment-J-
HIPAABusinessAssociateAgreement.pdf)
N
N/A
K
Mercury Affidavit (see link at
http://procurement.maryland.gov/wp-
content/uploads/sites/12/2018/04/Attachment-K-
MercuryAffidavit.pdf)
Y
With Technical Proposal
- Volume I
L
Location of the Performance of Services Disclosure (see
link at http://procurement.maryland.gov/wp-
content/uploads/sites/12/2018/04/Attachment-L-
PerformanceofServicesDisclosure.pdf)
Y
5 Business Days after
recommended award
M
Sample Contract (included in this RFP)
Y
5 Business Days after
recommended award
N
Contract Affidavit (see link at
https://procurement.maryland.gov/wp-
content/uploads/sites/12/2020/03/Attachment-N-
Affidavit.pdf)
N
5 Business Days after
recommended award
O
DHS Hiring Agreement (see link at
http://procurement.maryland.gov/wp-
content/uploads/sites/12/2018/04/Attachment-O-
DHSHiringAgreement.pdf)
Appendices
Applies?
When to Submit
Label
Attachment Name
Y
N/A
1
Abbreviations and Definitions (included in this RFP)
Y
With Technical Proposal
- Volume I
2
Offeror Information Sheet (see link at
http://procurement.maryland.gov/wp-
content/uploads/sites/12/2018/04/Appendix2-
Bidder_OfferorInformationSheet.pdf)
Y
Before Proposal, as
directed in the RFP.
3
Non-Disclosure Agreement (Offeror) (see link at
http://procurement.maryland.gov/wp-
content/uploads/sites/12/2018/05/Appendix-3-Non-
Disclosure-Agreement-Offeror-1.dotx)
Y
With Technical Proposal
- Volume I
4
Functional and Business Requirements tab titled
Training Requirements.
N
N/A
5
Labor Categories
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 88 of 146
Y
With Technical Proposal
- Volume I
7
Labor Classification Personnel Resume Summary (See
link at http://procurement.maryland.gov/wp-
content/uploads/sites/12/2018/05/Appendix-xx-Labor-
Resume-Form.dotx)
Y
10 Business Days after
recommended award
PEP; 1 copy
Y
With deliverables
--
Deliverable Product Acceptance Form (DPAF) (see
online at
http://doit.maryland.gov/contracts/Documents/_pro
curementForms/DeliverableProductAcceptanceFor
m-DPAFsample.pdf
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 89 of 146
Attachment A. Pre-Proposal Conference Response Form
Solicitation Number OCMP-22-18251
Electronic Health Records (EHR) Software as a Service (SaaS)
A Pre-Proposal conference will be held on July 29, 2022, at 11:00 am EST Local Time via Web
conference.
Please return this form by July 28, 2022, 2:00 EST Local Time advising whether or not your firm plans to
attend. The completed form should be returned via e-mail to the Procurement Officer at the contact
information below:
Sherida Studwood
MDH
Please indicate:
Yes, the following representatives will be in attendance.
Attendees (Full Name/Organization/Email Address/Firm/Phone Number/MBE Yes
or No)
1.
2.
3.
No, we will not be in attendance.
Please specify whether any reasonable accommodations are requested (see RFP § 4.1“Pre-Proposal
conference”):
Offeror:
Offeror Name (please print or type)
By:
Signature/Seal
Printed Name:
Printed Name
Title:
Title
Date:
Date
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 90 of 146
Attachment B. Financial Proposal Instructions & Form
B-1 Financial Proposal Instructions
In order to assist Offerors in the preparation of their Financial Proposal and to comply with the
requirements of this solicitation, Financial Proposal Instructions and a Financial Proposal Form have been
prepared. Offerors shall submit their Financial Proposal on the Financial Proposal Form in accordance
with the instructions on the Financial Proposal Form and as specified herein. Do not alter the Financial
Proposal Form or the Proposal may be determined to be not reasonably susceptible of being selected for
award. The Financial Proposal Form is to be signed and dated, where requested, by an individual who is
authorized to bind the Offeror to the prices entered on the Financial Proposal Form.
The Financial Proposal Form is used to calculate the Offeror’s TOTAL Proposal PRICE. Follow
these instructions carefully when completing your Financial Proposal Form:
A) All Unit and Extended Prices must be clearly entered in dollars and cents, e.g., $24.15. Make
your decimal points clear and distinct.
B) All Unit Prices must be the actual price per unit the State will pay for the specific item or service
identified in this RFP and may not be contingent on any other factor or condition in any manner.
C) All calculations shall be rounded to the nearest cent, e.g., .344 shall be .34 and .345 shall be .35.
D) Any goods or services required through this RFP and proposed by the vendor at No Cost to the
State must be clearly entered in the Unit Price, if appropriate, and Extended Price with $0.00.
E) Every blank in every Financial Proposal Form shall be filled in. Any changes or corrections made
to the Financial Proposal Form by the Offeror prior to submission shall be initialed and dated.
F) Except as instructed on the Financial Proposal Form, nothing shall be entered on or attached to
the Financial Proposal Form that alters or proposes conditions or contingencies on the prices. Alterations
and/or conditions may render the Proposal not reasonably susceptible of being selected for award.
G) It is imperative that the prices included on the Financial Proposal Form have been entered
correctly and calculated accurately by the Offeror and that the respective total prices agree with the
entries on the Financial Proposal Form. Any incorrect entries or inaccurate calculations by the Offeror
will be treated as provided in COMAR 21.05.03.03.F and may cause the Proposal to be rejected.
H) If option years are included, Offerors must submit pricing for each option year. Any option to
renew will be exercised at the sole discretion of the State and comply with all terms and conditions in
force at the time the option is exercised. If exercised, the option period shall be for a period identified in
the RFP at the prices entered in the Financial Proposal Form.
I) All Financial Proposal prices (including Labor Rates) entered below are to be fully loaded prices
that include all costs/expenses associated with the provision of services as required by the RFP. The
Financial Proposal price shall include, but is not limited to, all: labor, profit/overhead, general operating,
administrative, and all other expenses and costs necessary to perform the work set forth in the solicitation.
No other amounts will be paid to the Contractor. Note:
J) Unless stated otherwise in the RFP, MDH does not guarantee a minimum or maximum number of
units or usage in the performance of the Contract.
K) Failure to adhere to any of these instructions may result in the Proposal being determined not
reasonably susceptible of being selected for award.
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 91 of 146
B-1 Financial Proposal Form
The Financial Proposal Form shall contain all price information in the format specified on these pages.
Complete the Financial Proposal Form only as provided in the Financial Proposal Instructions. Do not
amend, alter or leave blank any items on the Financial Proposal Form. If option years are included,
Offerors must submit pricing for each option year. Failure to adhere to any of these instructions may
result in the Proposal being determined not reasonably susceptible of being selected for award.
See separate Excel Financial Proposal Form labeled, Attachment B-1 - MDH EHR Pricing
Sheet”.
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 92 of 146
Attachment C. Proposal Affidavit
See link at http://procurement.maryland.gov/wp-content/uploads/sites/12/2018/04/AttachmentC-
Bid_Proposal-Affidavit.pdf.
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 93 of 146
Attachment D. Minority Business Enterprise (MBE) Forms
This solicitation does not include a Minority Business Enterprise (MBE) subcontractor participation goal.
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 94 of 146
Attachment E. Veteran-Owned Small Business Enterprise (VSBE) Forms
This solicitation does not include a Veteran-Owned Small Business Enterprise goal.
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 95 of 146
Attachment F. Maryland Living Wage Affidavit of Agreement for
Service Contracts
See link at http://procurement.maryland.gov/wp-content/uploads/sites/12/2018/04/AttachmentF-
LivingWageAffidavit.pdf to complete the Affidavit.
A. This contract is subject to the Living Wage requirements under Md. Code Ann., State Finance and
Procurement Article, Title 18, and the regulations proposed by the Commissioner of Labor and
Industry (Commissioner). The Living Wage generally applies to a Contractor or subcontractor
who performs work on a State contract for services that is valued at $100,000 or more. An
employee is subject to the Living Wage if he/she is at least 18 years old or will turn 18 during the
duration of the contract; works at least 13 consecutive weeks on the State Contract and spends at
least one-half of the employee’s time during any work week on the State Contract.
B. The Living Wage Law does not apply to:
(1) A Contractor who:
(a) Has a State contract for services valued at less than $100,000, or
(b) Employs 10 or fewer employees and has a State contract for services valued at less
than $500,000.
(2) A subcontractor who:
(a) Performs work on a State contract for services valued at less than $100,000,
(b) Employs 10 or fewer employees and performs work on a State contract for services
valued at less than $500,000, or
(c) Performs work for a Contractor not covered by the Living Wage Law as defined in
B(1)(b) above, or B (3) or C below.
(3) Service contracts for the following:
(a) Services with a Public Service Company
(b) Services with a nonprofit organization
(c) Services with an officer or other entity that is in the Executive Branch of the State
government and is authorized by law to enter into a procurement (“Unit”); or
(d) Services between a Unit and a County or Baltimore City.
C. If the Unit responsible for the State contract for services determines that application of the Living
Wage would conflict with any applicable Federal program, the Living Wage does not apply to the
contract or program.
D. A Contractor must not split or subdivide a State contract for services, pay an employee through a
third party, or treat an employee as an independent Contractor or assign work to employees to
avoid the imposition of any of the requirements of Md. Code Ann., State Finance and Procurement
Article, Title 18.
E. Each Contractor/subcontractor, subject to the Living Wage Law, shall post in a prominent and
easily accessible place at the work site(s) of covered employees a notice of the Living Wage Rates,
employee rights under the law, and the name, address, and telephone number of the Commissioner.
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 96 of 146
F. The Commissioner shall adjust the wage rates by the annual average increase or decrease, if any,
in the Consumer Price Index for all urban consumers for the Washington/Baltimore metropolitan
area, or any successor index, for the previous calendar year, not later than 90 days after the start
of each fiscal year. The Commissioner shall publish any adjustments to the wage rates on the
Division of Labor and Industry’s website. An employer subject to the Living Wage Law must
comply with the rate requirements during the initial term of the contract and all subsequent renewal
periods, including any increases in the wage rate, required by the Commissioner, automatically
upon the effective date of the revised wage rate.
G. A Contractor/subcontractor who reduces the wages paid to an employee based on the employer’s
share of the health insurance premium, as provided in Md. Code Ann., State Finance and
Procurement Article, §18-103(c), shall not lower an employee’s wage rate below the minimum
wage as set in Md. Code Ann., Labor and Employment Article, §3-413. A
Contractor/subcontractor who reduces the wages paid to an employee based on the employer’s
share of health insurance premium shall comply with any record reporting requirements
established by the Commissioner.
H. A Contractor/subcontractor may reduce the wage rates paid under Md. Code Ann., State Finance
and Procurement Article, §18-103(a), by no more than 50 cents of the hourly cost of the
employer’s contribution to an employee’s deferred compensation plan. A
Contractor/subcontractor who reduces the wages paid to an employee based on the employer’s
contribution to an employee’s deferred compensation plan shall not lower the employee’s wage
rate below the minimum wage as set in Md. Code Ann., Labor and Employment Article, §3-413.
I. Under Md. Code Ann., State Finance and Procurement Article, Title 18, if the Commissioner
determines that the Contractor/subcontractor violated a provision of this title or regulations of the
Commissioner, the Contractor/subcontractor shall pay restitution to each affected employee, and
the State may assess liquidated damages of $20 per day for each employee paid less than the
Living Wage.
J. Information pertaining to reporting obligations may be found by going to the Division of Labor
and Industry website http://www.dllr.state.md.us/labor/prev/livingwage.shmtl and clicking on
Living Wage for State Service Contracts.
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 97 of 146
Attachment G. Federal Funds Attachments
This solicitation does not include a Federal Funds Attachment.
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 98 of 146
Attachment H. Conflict of Interest Affidavit and Disclosure
See link at https://procurement.maryland.gov/wp-content/uploads/sites/12/2018/05/AttachmentH-
Conflict-of-InterestAffidavit.pdf
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 99 of 146
Attachment I. Non-Disclosure Agreement (Contractor)
See link at http://procurement.maryland.gov/wp-content/uploads/sites/12/2018/04/Attachment-I-Non-
DisclosureAgreementContractor.pdf.
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 100 of 146
Attachment J. HIPAA Business Associate Agreement
See link at http://procurement.maryland.gov/wp-content/uploads/sites/12/2018/04/Attachment-J-
HIPAABusinessAssociateAgreement.pdf.
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 101 of 146
Attachment K. Mercury Affidavit
This solicitation does not include the procurement of products known to include mercury as a component.
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 102 of 146
Attachment L. Location of the Performance of Services Disclosure
See link at http://procurement.maryland.gov/wp-content/uploads/sites/12/2018/04/Attachment-L-
PerformanceofServicesDisclosure.pdf.
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 103 of 146
Attachment M. Contract
Maryland Department of Health (MDH)
Electronic Health Records (EHR) Software as a Service (SaaS)
OCMP-22-18251
THIS CONTRACT (the “Contract”) is made this ____ day of _______________, 20___ by and between
________________ (the “Contractor”) and the STATE OF MARYLAND, acting through the Maryland
Department of Health (“MDH” or the “Department”).
In consideration of the promises and the covenants herein contained, the adequacy and sufficiency of
which are hereby acknowledged by the parties, the parties agree as follows:
1. Definitions
In this Contract, the following words have the meanings indicated:
1.1 COMAR” means Code of Maryland Regulations.
1.2 Contractor” means the entity first named above whose principal business address is (Contractor’s
primary address) and whose principal office in Maryland is (Contractor’s local address), whose
Federal Employer Identification Number or Social Security Number is (Contractor’s FEIN), and
whose eMaryland Marketplace Advantage vendor ID number is BPM030665.
1.3 Financial Proposal means the Contractor’s [pick one: Financial Proposal or Best and Final Offer
(BAFO)] dated _________(Financial Proposal date or BAFO date).
1.4 Future Activities” – Future activities refers to potential tasks not currently identified that fall
under the Scope of Work outlined in the RFP.
1.5 Future Work” - Future work refer to Work Orders to be utilized in support of the SOW detailed
in this RFP that cannot be wholly identified prior to the award of this Contract.
1.6 Minority Business Enterprise (MBE) Any legal entity certified as defined at COMAR
21.01.02.01B (54) which is certified by the Maryland Department of Transportation under COMAR
21.11.03.
1.7 RFPmeans the Request for Proposals for Electronic Health Records (EHR) Software as a Service
(SaaS), Solicitation # OCMP-22-18251, and any amendments, addenda, and attachments thereto
issued in writing by the State.
1.8 State” means the State of Maryland.
1.9 Technical Proposalmeans the Contractor’s Technical Proposal dated. ____________ (Technical
Proposal date), as modified and supplemented by the Contractor’s responses to requests
clarifications and requests for cure, and by any Best and Final Offer.
1.10 “Veteran-owned Small Business Enterprise” (VSBE) means A business that is verified by the
Center for Verification and Evaluation (CVE) of the United States Department of Veterans Affairs
as a veteran-owned small business. See Code of Maryland Regulations (COMAR) 21.11.13.
1.11 Capitalized terms not defined herein shall be ascribed the meaning given to them in the RFP.
2. Scope of Contract
2.1 The Contractor shall perform in accordance with this Contract and Exhibits A-D, which are listed
below and incorporated herein by reference. If there is any conflict between this Contract and the
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 104 of 146
Exhibits, the terms of the Contract shall control. If there is any conflict among the Exhibits, the
following order of precedence shall determine the prevailing provision:
Exhibit A The RFP
Exhibit B The Contract Affidavit, executed by the Contractor and dated (date of
Attachment C)
Exhibit C The Technical Proposal
Exhibit D The Financial Proposal Attachment B and Labor Categories Rates
2.2 The Procurement Officer may, at any time, by written order, make unilateral changes in the work
within the general scope of the Contract. No other order, statement, or conduct of the Procurement
Officer or any other person shall be treated as a change or entitle the Contractor to an equitable
adjustment under this section. Except as otherwise provided in this Contract, if any change under
this section causes an increase or decrease in the Contractor’s cost of, or the time required for, the
performance of any part of the work, whether or not changed by the order, an equitable adjustment
in the Contract price shall be made and the Contract modified in writing accordingly. The
Contractor must assert in writing its right to an adjustment under this section within thirty (30) days
of receipt of written change order and shall include a written statement setting forth the nature and
cost of such claim. No claim by the Contractor shall be allowed if asserted after final payment under
this Contract. Failure to agree to an adjustment under this section shall be a dispute under the
Disputes clause. Nothing in this section shall excuse the Contractor from proceeding with the
Contract as changed.
2.3 Without limiting the rights of the Procurement Officer under Section 2.2 above, the Contract may
be modified by mutual agreement of the parties, provided: (a) the modification is made in writing;
(b) all parties sign the modification; and (c) all approvals by the required agencies as described in
COMAR Title 21, are obtained.
3. Period of Performance
3.1 The term of this Contract begins on the date the Contract is signed by the Department following
any required prior approvals, including approval by the Board of Public Works if such approval is
required (the “Effective Date”) and shall continue until Five (5) year base period (“Initial Term”).
3.2 In its sole discretion, the Department shall have the unilateral right to extend the Contract for Two
(2), successive Twelve (12) Month renewal options (each a “Renewal Term”) at the prices
established in the Contract. “Term” means the Initial Term and any Renewal Term(s).
3.3. The Contractors performance under the Contract shall commence as of the date provided in a
written NTP.
3.4 The Contractor’s obligation to pay invoices to subcontractors providing products/services in
connection with this Contract, as well as the audit; confidentiality; document retention; patents,
copyrights & intellectual property; warranty; indemnification obligations; and limitations of
liability under this Contract; and any other obligations specifically identified, shall survive
expiration or termination of the Contract.
4. Consideration and Payment
4.1 In consideration of the satisfactory performance of the work set forth in this Contract, the
Department shall pay the Contractor in accordance with the terms of this Contract and at the prices
quoted in the Financial Proposal. Unless properly modified (see above Section 2), payment to the
Contractor pursuant to this Contract, including the Initial Term and any Renewal Term, shall not
exceed the Contracted amount.
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 105 of 146
For Labor Contracts, IDIQ Contracts, or Contracts which include either or both a time and materials
or IDIQ element(s), total payments to the Contractor pursuant to this Contract for the time and
materials and IDIQ portion(s) may not exceed $_________________ (the “NTE Amount”), which
includes $_______________ for the Initial Term and $_____________ for the Renewal Term(s).
Contractor shall notify the Contract Monitor, in writing, at least sixty (60) days before payments
reach the NTE Amount. After notification by the Contractor, if the State fails to increase the
Contract amount, the Contractor shall have no obligation to perform under this Contract after
payments reach the stated amount; provided, however, that, prior to the stated amount being
reached, the Contractor shall: (a) promptly consult and work in good faith with the Department to
establish a plan of action to assure that every reasonable effort is undertaken by the Contractor to
complete State-defined critical work in progress prior to the date the NTE Amount will be reached;
and (b) when applicable secure databases, systems, platforms, and applications on which the
Contractor is working in an industry standard manner so as to prevent damage or vulnerabilities to
any of the same due to the existence of any such unfinished work.
4.2 Unless a payment is unauthorized, deferred, delayed, or set-off under COMAR 21.02.07, payments
to the Contractor pursuant to this Contract shall be made no later than 30 days after the Department’s
receipt of a proper invoice from the Contractor as required by RFP section 3.3.
The Contractor may be eligible to receive late payment interest at the rate of 9% per
annum if:
(1) The Contractor submits an invoice for the late payment interest within thirty
days after the date of the State’s payment of the amount on which the interest
accrued; and
(2) A contract claim has not been filed under State Finance and Procurement
Article, Title 15, Subtitle 2, Annotated Code of Maryland.
The State is not liable for interest:
(1) Accruing more than one year after the 31st day after the agency receives the
proper invoice; or
(2) On any amount representing unpaid interest. Charges for late payment of
invoices are authorized only as prescribed by Title 15, Subtitle 1, of the State
Finance and Procurement Article, Annotated Code of Maryland, or by the
Public Service Commission of Maryland with respect to regulated public
utilities, as applicable.
Final payment under this Contract will not be made until after certification is received
from the Comptroller of the State that all taxes have been paid.
Electronic funds transfer shall be used by the State to pay Contractor pursuant to this
Contract and any other State payments due Contractor unless the State
Comptroller’s Office grants Contractor an exemption.
4.3 In addition to any other available remedies, if, in the opinion of the Procurement Officer, the
Contractor fails to perform in a satisfactory and timely manner, the Procurement Officer may refuse
or limit approval of any invoice for payment and may cause payments to the Contractor to be
reduced or withheld until such time as the Contractor meets performance standards as established
by the Procurement Officer.
4.4 Payment of an invoice by the Department is not evidence that services were rendered as required
under this Contract.
5. Rights to Records
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 106 of 146
5.1 The Contractor agrees that all documents and materials including, but not limited to, software,
reports, drawings, studies, specifications, estimates, tests, maps, photographs, designs, graphics,
mechanical, artwork, computations, and data prepared by the Contractor for purposes of this
Contract shall be the sole property of the State and shall be available to the State at any time. The
State shall have the right to use the same without restriction and without compensation to the
Contractor other than that specifically provided by this Contract.
5.2 The Contractor always agrees that during the term of this Contract and thereafter, works created as
a Deliverable under this Contract (as defined in Section 7.2), and services performed under this
Contract shall be works made for hire” as that term is interpreted under U.S. copyright law. To the
extent that any products created as a Deliverable under this Contract are not works made for hire
for the State, the Contractor hereby relinquishes, transfers, and assigns to the State all of its rights,
title, and interest (including all intellectual property rights) to all such products created under this
Contract, and will cooperate reasonably with the State in effectuating and registering any necessary
assignments.
5.3 The Contractor shall report to the Contract Monitor, promptly and in written detail, each notice or
claim of copyright infringement received by the Contractor with respect to all data delivered under
this Contract.
5.4 The Contractor shall not affix any restrictive markings upon any data, documentation, or other
materials provided to the State hereunder and if such markings are affixed, the State shall have the
right at any time to modify, remove, obliterate, or ignore such warnings.
5.5 Upon termination or expiration of the Contract, the Contractor, at its own expense, shall deliver any
equipment, software or other property provided by the State to the place designated by the
Procurement Officer.
6. Exclusive Use
6.1 The State shall have the exclusive right to use, duplicate, and disclose any data, information,
documents, records, or results, in whole or in part, in any manner for any purpose whatsoever, that
may be created or generated by the Contractor in connection with this Contract. If any material,
including software, is capable of being copyrighted, the State shall be the copyright owner and
Contractor may copyright material connected with this project only with the express written
approval of the State.
6.2 Except as may otherwise be set forth in this Contract, Contractor shall not use, sell, sub-lease,
assign, give, or otherwise transfer to any third party any other information or material provided to
Contractor by the Department or developed by Contractor relating to the Contract, except as
provided for in Section 8. Confidential or Proprietary Information and Documentation.
7. Patents, Copyrights, and Intellectual Property
7.1. All copyrights, patents, trademarks, trade secrets, and any other intellectual property rights existing
prior to the Effective Date of this Contract shall belong to the party that owned such rights
immediately prior to the Effective Date (“Pre-Existing Intellectual Property”). If any design, device,
material, process, or other item provided by Contractor is covered by a patent or copyright or which
is proprietary to or a trade secret of another, the Contractor shall obtain the necessary permission
or license to permit the State to use such item or items pursuant to its rights granted under the
Contract.
7.2 Except for (1) information created or otherwise owned by the Department or licensed by the
Department from third parties, including all information provided by the Department to Contractor;
(2) materials created by Contractor or its subcontractor(s) specifically for the State under the
Contract (“Deliverables”), except for any Contractor Pre-Existing Intellectual Property included
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 107 of 146
therein; and (3) the license rights granted to the State, all right, title, and interest in the intellectual
property embodied in the solution, including the know-how and methods by which the solution is
provided and the processes that make up the solution, will belong solely and exclusively to
Contractor and its licensors, and the Department will have no rights to the same except as expressly
granted in this Contract. Any SaaS Software developed by Contractor during the performance of
the Contract will belong solely and exclusively to Contractor and its licensors. For all Software
provided by the Contractor under the Contract, Contractor hereby grants to the State a nonexclusive,
irrevocable, unlimited, perpetual, non-cancelable, and non-terminable right to use and make copies
of the Software and any modifications to the Software. For all Contractor Pre-Existing Intellectual
Property embedded in any Deliverables, Contractor grants to the State a license to use such
Contractor Pre-Existing Intellectual Property in connection with its permitted use of such
Deliverable. During the period between delivery of a Deliverable by Contractor and the date of
payment therefor by the State in accordance with this Contract (including throughout the duration
of any payment dispute discussions), subject to the terms and conditions contained herein,
Contractor grants the State a royalty-free, non-exclusive, limited license to use such Deliverable
and to use any Contractor Materials contained therein in accordance with this Contract.
7.3. Subject to the terms of Section 10, Contractor shall defend, indemnify and hold harmless the State
and its agents and employees, from and against any and all claims, costs, losses, damages, liabilities,
judgments and expenses (including without limitation reasonable attorneys’ fees) arising out of or
in connection with any third-party claim that the Contractor-provided products/services infringe,
misappropriate or otherwise violate any third-party intellectual property rights. Contractor shall not
enter into any settlement involving third party claims that contains any admission of or stipulation
to any guilt, fault, liability or wrongdoing by the State or that adversely affects the State’s rights or
interests, without the State’s prior written consent.
7.4 Without limiting Contractor’s obligations under Section 5.3, if an infringement claim occurs, or if
the State or the Contractor believes such a claim is likely to occur, Contractor (after consultation
with the State and at no cost to the State): (a) shall procure for the State the right to continue using
the allegedly infringing component or service in accordance with its rights under this Contract; or
(b) replace or modify the allegedly infringing component or service so that it becomes non-
infringing and remains compliant with all applicable specifications.
7.5 Except as otherwise provided herein, Contractor shall not acquire any right, title or interest
(including any intellectual property rights subsisting therein) in or to any goods, Software, technical
information, specifications, drawings, records, documentation, data or any other materials
(including any derivative works thereof) provided by the State to the Contractor. Notwithstanding
anything to the contrary herein, the State may, in its sole and absolute discretion, grant the
Contractor a license to such materials, subject to the terms of a separate writing executed by the
Contractor and an authorized representative of the State as well as all required State approvals.
7.6 Without limiting the generality of the foregoing, neither Contractor nor any of its subcontractors
shall use any Software or technology in a manner that will cause any patents, copyrights or other
intellectual property which are owned or controlled by the State or any of its affiliates (or for which
the State or any of its subcontractors has received license rights) to become subject to any
encumbrance or terms and conditions of any third party or open source license (including, without
limitation, any open source license listed on http://www.opensource.org/licenses/alphabetical)
(each an Open Source License”). These restrictions, limitations, exclusions and conditions shall
apply even if the State or any of its subcontractors becomes aware of or fails to act in a manner to
address any violation or failure to comply therewith. No act by the State or any of its subcontractors
that is undertaken under this Contract as to any Software or technology shall be construed as
intending to cause any patents, copyrights or other intellectual property that are owned or controlled
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 108 of 146
by the State (or for which the State has received license rights) to become subject to any
encumbrance or terms and conditions of any open-source license.
7.7 The Contractor shall report to the Department, promptly and in written detail, each notice or claim
of copyright infringement received by the Contractor with respect to all Deliverables delivered
under this Contract.
7.8 The Contractor shall not affix (or permit any third party to affix), without the Department’s consent,
any restrictive markings upon any Deliverables that are owned by the State, and if such markings
are affixed, the Department shall have the right at any time to modify, remove, obliterate, or ignore
such warnings.
8. Confidential or Proprietary Information and Documentation
8.1 Subject to the Maryland Public Information Act and any other applicable laws including, without
limitation, HIPAA, the HI-TECH Act, and the Maryland Medical Records Act and regulations
promulgated pursuant thereto, all confidential or proprietary information and documentation
relating to either party (including without limitation, any information or data stored within the
Contractor’s computer systems or cloud infrastructure, if applicable) shall be held in confidence by
the other party. Each party shall, however, be permitted to disclose, as provided by and consistent
with applicable law, relevant confidential information to its officers, agents, and Contractor
Personnel to the extent that such disclosure is necessary for the performance of their duties under
this Contract. Each officer, agent, and Contractor Personnel to whom any of the State’s confidential
information is to be disclosed shall be advised by Contractor provided that each officer, agent, and
Contractor Personnel to whom any of the State’s confidential information is to be disclosed shall
be advised by Contractor of the obligations hereunder, and bound by, confidentiality at least as
restrictive as those of set forth in this Contract.
8.2 The provisions of this section shall not apply to information that: (a) is lawfully in the public
domain; (b) has been independently developed by the other party without violation of this Contract;
(c) was already rightfully in the possession of such party; (d) was supplied to such party by a third
party lawfully in possession thereof and legally permitted to further disclose the information; or (e)
which such party is required to disclose by law.
9. Loss of Data
9.1 In the event of loss of any State data or records where such loss is due to the act or omission of the
Contractor or any of its subcontractors or agents, the Contractor shall be responsible for restoring
or recreating, as applicable, such lost data in the manner and on the schedule set by the Contract
Monitor. The Contractor shall ensure that all data is backed up and recoverable by the Contractor.
At no time shall any Contractor actions (or any failures to act when Contractor has a duty to act)
damage or create any vulnerabilities in data bases, systems, platforms, and applications with which
the Contractor is working hereunder.
9.2 In accordance with prevailing federal or state law or regulations, the Contractor shall report the loss
of non-public data as directed in RFP Section 3.7.
9.3 Protection of data and personal privacy (as further described and defined in RFP Section 3.8) shall
be an integral part of the business activities of the Contractor to ensure there is no inappropriate or
unauthorized use of State information at any time. To this end, the Contractor shall safeguard the
confidentiality, integrity and availability of State information and comply with the conditions
identified in RFP Section 3.7.
10. Indemnification and Notification of Legal Requests
10.1. At its sole cost and expense, Contractor shall (i) indemnify and hold the State, its employees and
agents harmless from and against any and all claims, demands, actions, suits, damages, liabilities,
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 109 of 146
losses, settlements, judgments, costs and expenses (including but not limited to attorneys’ fees and
costs), whether or not involving a third party claim, which arise out of or relate to the Contractor’s,
or any of its subcontractors’, performance of this Contract and (ii) cooperate, assist, and consult
with the State in the defense or investigation of any such claim, demand, action or suit. Contractor
shall not enter into any settlement involving third party claims that contains any admission of or
stipulation to any guilt, fault, liability or wrongdoing by the State or that adversely affects the State’s
rights or interests, without the State’s prior written consent.
10.2. The State has no obligation: (i) to provide legal counsel or defense to the Contractor or its
subcontractors in the event that a suit, claim or action of any character is brought against the
Contractor or its subcontractors as a result of or relating to the Contractor’s obligations or
performance under this Contract, or (ii) to pay any judgment or settlement of any such suit, claim
or action. Notwithstanding the foregoing, the Contractor shall promptly notify the Procurement
Officer of any such claims, demands, actions, or suits.
10.3. Notification of Legal Requests. In the event the Contractor receives a subpoena or other validly
issued administrative or judicial process, or any discovery request in connection with any litigation,
requesting State Pre-Existing Intellectual Property, of other information considered to be the
property of the State, including but not limited to State data stored with or otherwise accessible by
the Contractor, the Contractor shall not respond to such subpoena, process or other legal request
without first notifying the State, unless prohibited by law from providing such notice The
Contractor shall promptly notify the State of such receipt providing the State with a reasonable
opportunity to intervene in the proceeding before the time that Contractor is required to comply
with such subpoena, other process or discovery request. .
11. Non-Hiring of Employees
No official or employee of the State, as defined under Md. Code Ann., General Provisions Article, §
5-101, whose duties as such official or employee include matters relating to or affecting the subject
matter of this Contract, shall, during the pendency and term of this Contract and while serving as an
official or employee of the State, become or be an employee of the Contractor or any entity that is a
subcontractor on this Contract.
12. Disputes
This Contract shall be subject to the provisions of Md. Code Ann., State Finance and Procurement
Article, Title 15, Subtitle 2, and COMAR 21.10 (Administrative and Civil Remedies). Pending
resolution of a claim, the Contractor shall proceed diligently with the performance of the Contract in
accordance with the Procurement Officer’s decision. Unless a lesser period is provided by
applicable statute, regulation, or the Contract, the Contractor must file a written notice of claim with
the Procurement Officer within thirty (30) days after the basis for the claim is known or should have
been known, whichever is earlier. Contemporaneously with or within thirty (30) days of the filing of
a notice of claim, but no later than the date of final payment under the Contract, the Contractor must
submit to the Procurement Officer its written claim containing the information specified in COMAR
21.10.04.02.
13. Maryland Law Prevails
13.1 This Contract shall be construed, interpreted, and enforced according to the laws of the State of
Maryland.
13.2 The Maryland Uniform Computer Information Transactions Act (Commercial Law Article, Title
22 of the Annotated Code of Maryland) does not apply to this Contract or any purchase order, task
order, or Notice to Proceed issued thereunder, or any software, or any software license acquired
hereunder.
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 110 of 146
13.3 Any and all references to the Maryland Code, annotated and contained in this Contract shall be
construed to refer to such Code sections as are from time to time amended.
14. Nondiscrimination in Employment
The Contractor agrees: (a) not to discriminate in any manner against an employee or applicant for
employment because of race, color, religion, creed, age, sex, sexual orientation, gender
identification, marital status, national origin, ancestry, genetic information, or any otherwise
unlawful use of characteristics, or disability of a qualified individual with a disability unrelated in
nature and extent so as to reasonably preclude the performance of the employment, or the
individual’s refusal to submit to a genetic test or make available the results of a genetic test; (b) to
include a provision similar to that contained in subsection (a), above, in any underlying subcontract
except a subcontract for standard commercial supplies or raw materials; and (c) to post and to cause
subcontractors to post in conspicuous places available to employees and applicants for employment,
notices setting forth the substance of this clause.
15. Contingent Fee Prohibition
The Contractor warrants that it has not employed or retained any person, partnership, corporation, or
other entity, other than a bona fide employee or agent working for the Contractor to solicit or secure
the Contract, and that the Contractor has not paid or agreed to pay any person, partnership,
corporation, or other entity, other than a bona fide employee or agent, any fee or any other
consideration contingent on the making of this Contract.
16. Non-Availability of Funding
If the General Assembly fails to appropriate funds or if funds are not otherwise made available for
continued performance for any fiscal period of this Contract succeeding the first fiscal period, this
Contract shall be canceled automatically as of the beginning of the fiscal year for which funds were
not appropriated or otherwise made available; provided, however, that this will not affect either the
State’s or the Contractor’s rights under any termination clause in this Contract. The effect of
termination of the Contract hereunder will be to discharge both the Contractor and the State from
future performance of the Contract, but not from their rights and obligations existing at the time of
termination. The Contractor shall be reimbursed for the reasonable value of any nonrecurring costs
incurred but not amortized in the price of the Contract. The State shall notify the Contractor as soon
as it has knowledge that funds may not be available for the continuation of this Contract for each
succeeding fiscal period beyond the first.
17. Termination for Default
If the Contractor fails to fulfill its obligations under this Contract properly and on time, fails to
provide any required annual and renewable bond 30 days prior to expiration of the current bond then
in effect, or otherwise violates any provision of the Contract, the State may terminate the Contract
by written notice to the Contractor. The notice shall specify the acts or omissions relied upon as
cause for termination. All finished or unfinished work provided by the Contractor shall, at the
State’s option, become the State’s property. The State shall pay the Contractor fair and equitable
compensation for satisfactory performance prior to receipt of notice of termination, less the amount
of damages caused by the Contractor’s breach. If the damages are more than the compensation
payable to the Contractor, the Contractor will remain liable after termination and the State can
affirmatively collect damages. Termination hereunder, including the termination of the rights and
obligations of the parties, shall be governed by the provisions of COMAR 21.07.01.11B.
18. Termination for Convenience
The performance of work under this Contract may be terminated by the State in accordance with this
clause in whole, or from time to time in part, whenever the State shall determine that such
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 111 of 146
termination is in the best interest of the State. The State will pay all reasonable costs associated with
this Contract that the Contractor has incurred up to the date of termination, and all reasonable costs
associated with termination of the Contract. However, the Contractor shall not be reimbursed for
any anticipatory profits that have not been earned up to the date of termination. Termination
hereunder, including the determination of the rights and obligations of the parties, shall be governed
by the provisions of COMAR 21.07.01.12A (2).
19. Delays and Extensions of Time
19.1 The Contractor agrees to prosecute the work continuously and diligently and no charges or claims
for damages shall be made by it for any delays or hindrances from any cause whatsoever during the
progress of any portion of the work specified in this Contract.
19.2 Time extensions will be granted only for excusable delays that arise from unforeseeable causes
beyond the control and without the fault or negligence of the Contractor, including but not restricted
to, acts of God, acts of the public enemy, acts of the State in either its sovereign or contractual
capacity, acts of another Contractor in the performance of a contract with the State, fires, floods,
epidemics, quarantine restrictions, strikes, freight embargoes, or delays of subcontractors or
suppliers arising from unforeseeable causes beyond the control and without the fault or negligence
of either the Contractor or the subcontractors or suppliers.
20. Suspension of Work
The State unilaterally may order the Contractor in writing to suspend, delay, or interrupt all or any
part of its performance for such period of time as the Procurement Officer may determine to be
appropriate for the convenience of the State.
21. Pre-Existing Regulations
In accordance with the provisions of Section 11-206 of the State Finance and Procurement Article,
Annotated Code of Maryland, the regulations set forth in Title 21 of the Code of Maryland
Regulations (COMAR 21) in effect on the date of execution of this Contract are applicable to this
Contract.
22. Financial Disclosure
The Contractor shall comply with the provisions of Section13-221 of the State Finance and
Procurement Article of the Annotated Code of Maryland, which requires that every business that
enters into contracts, leases, or other agreements with the State or its agencies during a calendar year
under which the business is to receive in the aggregate, $200,000 or more, shall within 30 days of
the time when the aggregate value of these contracts, leases or other agreements reaches $200,000,
file with the Secretary of State of Maryland certain specified information to include disclosure of
beneficial ownership of the business.
23. Political Contribution Disclosure
The Contractor shall comply with Election Law Article, Title 14, Annotated Code of Maryland,
which requires that every person that enters into a procurement contract with the State, a county, or
a municipal corporation, or other political subdivision of the State, during a calendar year in which
the person receives a contract with a governmental entity in the amount of $200,000 or more, shall
file with the State Board of Elections statements disclosing: (a) any contributions made during the
reporting period to a candidate for elective office in any primary or general election; and (b) the
name of each candidate to whom one or more contributions in a cumulative amount of $500 or more
were made during the reporting period. The statement shall be filed with the State Board of
Elections: (a) before execution of a contract by the State, a county, a municipal corporation, or other
political subdivision of the State, and shall cover the 24 months prior to when a contract was
awarded; and (b) if the contribution is made after the execution of a contract, then twice a year,
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 112 of 146
throughout the contract term, on or before: (i) May 31, to cover the six (6) month period ending
April 30; and (ii) November 30, to cover the six (6) month period ending October 31. Additional
information is available on the State Board of Elections website:
http://www.elections.state.md.us/campaign_finance/index.html.
24. Retention of Records
The Contractor and subcontractors shall retain and maintain all records and documents in any way
relating to this Contract for (i) three (3) years after final payment by the State hereunder, or (ii) any
applicable federal or State retention requirements (such as HIPAA) or condition of award, ,
whichever is longer, and shall make them available for inspection and audit by authorized
representatives of the State, as designated by the Procurement Officer, at all reasonable times. The
Contractor shall provide copies of all documents requested by the State, including, but not limited to
itemized billing documentation containing the dates, hours spent, and work performed by the
Contractor and its subcontractors under the Contract. All records related in any way to the Contract
are to be retained for the entire time provided under this section.
25. Right to Audit
25.1 The State reserves the right, at its sole discretion and at any time, to perform an audit of the
Contractor’s performance under this Contract. An audit is defined as a planned and documented
independent activity performed by qualified personnel, including but not limited to State and federal
auditors, to determine by investigation, examination, or evaluation of objective evidence from data,
statements, records, operations and performance practices (financial or otherwise) the Contractor’s
compliance with the Contract, including but not limited to adequacy and compliance with
established procedures and internal controls over the services performed pursuant to the Contract.
25.2 Upon three (3) Business Days’ notice, the State shall be provided reasonable access to Contractor’s
records to perform any such audits. The Department may conduct these audits with any or all of its
own internal resources or by securing the services of a third-party accounting or audit firm, solely
at the Department’s election. The Department may copy any record related to the services
performed pursuant to the Contract. The Contractor agrees to fully cooperate and assist in any audit
conducted by or on behalf of the State, including, by way of example only, making records and
employees available as, where, and to the extent requested by the State and by assisting the auditors
in reconciling any audit variances. Contractor shall not be compensated for providing any such
cooperation and assistance.
25.3 The right to audit shall include any of the Contractor’s subcontractors including but not limited to
any lower tier subcontractor(s). The Contractor shall ensure the Department has the right to audit
such subcontractor(s).
26. Compliance with Laws
The Contractor hereby represents and warrants that:
a. It is qualified to do business in the State and that it will take such action as, from time-to-time
hereafter, may be necessary to remain so qualified
b. It is not in arrears with respect to the payment of any monies due and owing the State, or any
department or unit thereof, including but not limited to the payment of taxes and employee
benefits, and that it shall not become so in arrears during the Term
c. It shall comply with all federal, State and local laws, regulations, and ordinances applicable to its
activities and obligations under this Contract; and
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 113 of 146
d. It shall obtain, at its expense, all licenses, permits, insurance, and governmental approvals, if any,
necessary to the performance of its obligations under this Contract.
27. Cost and Price Certification
27.1 The Contractor, by submitting cost or price information certifies that, to the best of its knowledge,
the information submitted is accurate, complete, and current as of the date of its Proposal.
27.2 The price under this Contract and any change order or modification hereunder, including profit or
fee, shall be adjusted to exclude any significant price increases occurring because the Contractor
furnished cost or price information which, as of the date of its Proposal, was inaccurate, incomplete,
or not current.
28. Subcontracting; Assignment
The Contractor may not subcontract any of its obligations under this Contract without obtaining the
prior written approval of the Procurement Officer, nor may the Contractor assign this Contract or
any of its rights or obligations hereunder, without the prior written approval of the Procurement
Officer, each at the State’s sole and absolute discretion; provided, however, that a Contractor may
assign monies receivable under a contract after written notice to the State. Any subcontracts shall
include such language as may be required in various clauses contained within this Contract, exhibits,
and attachments. The Contract shall not be assigned until all approvals, documents, and affidavits
are completed and properly registered. The State shall not be responsible for fulfillment of the
Contractor’s obligations to its subcontractors.
29. Limitations of Liability
29.1 Contractor shall be liable for any loss or damage to the State occasioned by the acts or omissions
of Contractor, its subcontractors, agents or employees as follows:
(a) For infringement of patents, trademarks, trade secrets and copyrights as provided in
Section 7 “Patents, Copyrights, Intellectual Property” of this Contract
(b) Without limitation for damages for bodily injury (including death) and damage to
real property and tangible personal property; and
(c) For all other claims, damages, loss, costs, expenses, suits or actions in any way
related to this Contract and regardless of the basis on which the claim is made,
Contractor’s liability shall not exceed <<two (2) >>times the total value of the
Contract or $1,000,000, whichever is greater. The above limitation of liability is
per incident.
(d) In no event shall the existence of a subcontract operate to release or reduce the
liability of Contractor hereunder. For purposes of this Contract, Contractor agrees
that all subcontractors shall be held to be agents of Contractor.
29.2 Contractor’s indemnification obligations for Third party claims arising under Section 10
(“Indemnification”) of this Contract are included in this limitation of liability only if the State is
immune from liability. Contractor’s indemnification liability for third party claims arising under
Section 10 of this Contract shall be unlimited if the State is not immune from liability for claims
arising under Section 10.
29.3. In no event shall the existence of a subcontract operate to release or reduce the liability of Contractor
hereunder. For purposes of this Contract, Contractor agrees that it is responsible for performance
of the services and compliance with the relevant obligations hereunder by its subcontractors.
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 114 of 146
30. Commercial Nondiscrimination
30.1 As a condition of entering into this Contract, Contractor represents and warrants that it will comply
with the State’s Commercial Nondiscrimination Policy, as described under Title 19 of the State
Finance and Procurement Article of the Annotated Code of Maryland. As part of such compliance,
Contractor may not discriminate on the basis of race, color, religion, ancestry, national origin, sex,
age, marital status, sexual orientation, sexual identity, genetic information or an individual’s refusal
to submit to a genetic test or make available the results of a genetic test or on the basis of disability,
or otherwise unlawful forms of discrimination in the solicitation, selection, hiring, or commercial
treatment of subcontractors, vendors, suppliers, or commercial customers, nor shall Contractor
retaliate against any person for reporting instances of such discrimination. Contractor shall provide
equal opportunity for subcontractors, vendors, and suppliers to participate in all of its public sector
and private sector subcontracting and supply opportunities, provided that this clause does not
prohibit or limit lawful efforts to remedy the effects of marketplace discrimination that have
occurred or are occurring in the marketplace. Contractor understands that a material violation of
this clause shall be considered a material breach of this Contract and may result in termination of
this Contract, disqualification of Contractor from participating in State contracts, or other sanctions.
This clause is not enforceable by or for the benefit of, and creates no obligation to, any third party.
30.3 As a condition of entering into this Contract, upon the request of the Commission on Civil Rights,
and only after the filing of a complaint against Contractor under Title 19 of the State Finance and
Procurement Article of the Annotated Code of Maryland, as amended from time to time, Contractor
agrees to provide within 60 days after the request a complete list of the names of all subcontractors,
vendors, and suppliers that Contractor has used in the past four (4) years on any of its contracts that
were undertaken within the State of Maryland, including the total dollar amount paid by Contractor
on each subcontract or supply contract. Contractor further agrees to cooperate in any investigation
conducted by the State pursuant to the State Commercial Nondiscrimination Policy as set forth
under Title 19 of the State Finance and Procurement Article of the Annotated Code of Maryland,
and to provide any documents relevant to any investigation that are requested by the State.
Contractor understands that violation of this clause is a material breach of this Contract and may
result in Contract termination, disqualification by the State from participating in State contracts,
and other sanctions.
30.4 The Contractor shall include the language from 30.1, or similar clause approved in writing by the
Department, in all subcontracts.
31. Prompt Pay Requirements
31.1 If the Contractor withholds payment of an undisputed amount to its subcontractor, the Department,
at its option and in its sole discretion, may take one or more of the following actions:
(a) Not process further payments to the Contractor until payment to the subcontractor is
verified
(b) Suspend all or some of the Contract work without affecting the completion date(s)
for the Contract work
(c) Pay or cause payment of the undisputed amount to the subcontractor from monies
otherwise due or that may become due to the Contractor
(d) Place a payment for an undisputed amount in an interest-bearing escrow account; or
(e) Take other or further actions as appropriate to resolve the withheld payment.
31.2 An undisputed amount” means an amount owed by the Contractor to a subcontractor for which
there is no good faith dispute. Such “undisputed amounts” include, without limitation: (a) retainage
which had been withheld and is, by the terms of the agreement between the Contractor and
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 115 of 146
subcontractor, due to be distributed to the subcontractor; and (b) an amount withheld because of
issues arising out of an agreement or occurrence unrelated to the agreement under which the amount
is withheld.
31.3 An act, failure to act, or decision of a Procurement Officer or a representative of the Department
concerning a withheld payment between the Contractor and a subcontractor under this section 31,
may not:
(a) Affect the rights of the contracting parties under any other provision of law
(b) Be used as evidence on the merits of a dispute between the Department and the
Contractor in any other proceeding; or
(c) Result in liability against or prejudice the rights of the Department.
31.4 The remedies enumerated above are in addition to those provided under COMAR 21.11.03.13 with
respect to subcontractors that have contracted pursuant to the MBE program.
31.5 To ensure compliance with certified MBE subcontract participation goals, the Department may,
consistent with COMAR 21.11.03.13, take the following measures:
(a) Verify that the certified MBEs listed in the MBE participation schedule actually are
performing work and receiving compensation as set forth in the MBE participation
schedule. This verification may include, as appropriate:
i. Inspecting any relevant records of the Contractor
ii. Inspecting the jobsite; and
iii. Interviewing subcontractors and workers.
Verification shall include a review of:
i. The Contractor’s monthly report listing unpaid invoices over thirty (30) days
old from certified MBE subcontractors and the reason for nonpayment; and
ii. The monthly report of each certified MBE subcontractor, which lists payments
received from the Contractor in the preceding thirty (30) days and invoices for
which the subcontractor has not been paid.
(b) If the Department determines that the Contractor is not in compliance with certified
MBE participation goals, then the Department will notify the Contractor in writing
of its findings and will require the Contractor to take appropriate corrective action.
Corrective action may include, but is not limited to, requiring the Contractor to
compensate the MBE for work performed as set forth in the MBE participation
schedule.
(c) If the Department determines that the Contractor is in material noncompliance with
MBE Contract provisions and refuses or fails to take the corrective action that the
Department requires, then the Department may:
i. Terminate the Contract
ii. Refer the matter to the Office of the Attorney General for appropriate action;
or
iii. Initiate any other specific remedy identified by the Contract, including the
contractual remedies required by any applicable laws, regulations, and
directives regarding the payment of undisputed amounts.
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 116 of 146
(d) Upon completion of the Contract, but before final payment or release of retainage or
both, the Contractor shall submit a final report, in affidavit form under the penalty
of perjury, of all payments made to, or withheld from, MBE subcontractors.
32. Living Wage
If a Contractor subject to the Living Wage law fails to submit all records required under COMAR
21.11.10.05 to the Commissioner of Labor and Industry at the Department of Labor, Licensing and
Regulation, the Department may withhold payment of any invoice or retainage. The Department
may require certification from the Commissioner on a quarterly basis that such records were
properly submitted.
33. Use of Estimated Quantities
Unless specifically indicated otherwise in the State’s solicitation or other controlling documents
related to the Scope of Work, any sample amounts provided are estimates only and the Department
does not guarantee a minimum or maximum number of units or usage in the performance of this
Contract.
34. Risk of Loss; Transfer of Title
Risk of loss for conforming supplies, equipment, materials, and Deliverables furnished to the State
hereunder shall remain with the Contractor until such supplies, equipment, materials, and
Deliverables are received and accepted by the State, following which, title shall pass to the State.
35. Effect of Contractor Bankruptcy
All rights and licenses granted by the Contractor under this Contract are and shall be deemed to be
rights and licenses to “intellectual property,” and the subject matter of this Contract, including
services, is and shall be deemed to be “embodiments of intellectual property” for purposes of and as
such terms are used and interpreted under § 365(n) of the United States Bankruptcy Code (“Code”)
(11 U.S.C. § 365(n) (2010)). The State has the right to exercise all rights and elections under the
Code and all other applicable bankruptcy, insolvency, and similar laws with respect to this Contract
(including all executory statement of works). Without limiting the generality of the foregoing, if the
Contractor or its estate becomes subject to any bankruptcy or similar proceeding: (a) subject to the
State’s rights of election, all rights and licenses granted to the State under this Contract shall
continue subject to the respective terms and conditions of this Contract; and (b) the State shall be
entitled to a complete duplicate of (or complete access to, as appropriate) all such intellectual
property and embodiments of intellectual property, and the same, if not already in the State’s
possession, shall be promptly delivered to the State, unless the Contractor elects to and does in fact
continue to perform all of its obligations under this Contract.
36. Miscellaneous
36.1 Any provision of this Contract which contemplates performance or observance subsequent to any
termination or expiration of this Contract shall survive termination or expiration of this Contract
and continue in full force and effect.
36.2 If any term contained in this Contract is held or finally determined to be invalid, illegal, or
unenforceable in any respect, in whole or in part, such term shall be severed from this Contract, and
the remaining terms contained herein shall continue in full force and effect, and shall in no way be
affected, prejudiced, or disturbed thereby.
36.3 The headings of the sections contained in this Contract are for convenience only and shall not be
deemed to control or affect the meaning or construction of any provision of this Contract.
36.4 This Contract may be executed in any number of counterparts, each of which shall be deemed an
original, and all of which together shall constitute one and the same instrument. Signatures provided
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 117 of 146
by facsimile or other electronic means, e.g., and not by way of limitation, in Adobe .PDF sent by
electronic mail, shall be deemed to be original signatures.
37. Contract Monitor and Procurement Officer
37.1 The State representative for this Contract who is primarily responsible for Contract Department
functions, including issuing written direction, invoice approval, monitoring this Contract to ensure
compliance with the terms and conditions of the Contract, monitoring MBE and VSBE compliance,
and achieving completion of the Contract on budget, on time, and within scope. The Contract
Monitor may authorize in writing one or more State representatives to act on behalf of the Contract
Monitor in the performance of the Contract Monitor’s responsibilities. The Department may change
the Contract Monitor at any time by written notice to the Contractor.
37.2 The Procurement Officer has responsibilities as detailed in the Contract and is the only State
representative who can authorize changes to the Contract. The Department may change the
Procurement Officer at any time by written notice to the Contractor.
38. Notices
All notices hereunder shall be in writing and either delivered personally or sent by certified or
registered mail, postage prepaid, as follows:
If to the State:
Shakira Tell
201 W. Preston St., Baltimore, MD 21201
Phone Number: 559-679-3999
E-Mail: shakira.tell@maryland.gov
Subhan Turlapaty
201 W. Preston St., Baltimore, MD 21201
Phone Number: 443-990-0219
E-Mail: subhan.turlapa[email protected]>
With a copy to:
Jim Beauchamp
Maryland Department of Health (MDH)
201 W. Preston St., Baltimore, MD 21201
Phone Number: 410-767-0974
E-Mail: jim.beaucha[email protected]
If to the Contractor:
(Contractor’s Name)
(Contractor’s primary address)
Attn: __________________
[[Delete the following if a parent company guarantee is inapplicable:]]
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 118 of 146
Parent Company Guarantor
Contact: _______________________________
Attn: __________________
39. Parent Company Guarantee (If applicable)
If a Contractor intends to rely on its Parent Company in some manner while performing on the State
Contract, the following clause should be included and completed for the Contractor’s Parent Company to
guarantee performance of the Contractor. The guarantor/Contractor’s Parent Company should be named
as a party and signatory to the Contract and should be in good standing with SDAT.
(Corporate name of Contractor’s Parent Company) hereby guarantees absolutely the full, prompt,
and complete performance by (Contractor) of all the terms, conditions and obligations contained in
this Contract, as it may be amended from time to time, including any and all exhibits that are now or
may become incorporated hereunto, and other obligations of every nature and kind that now or may
in the future arise out of or in connection with this Contract, including any and all financial
commitments, obligations, and liabilities. (Corporate name of Contractor’s Parent Company) may
not transfer this absolute guaranty to any other person or entity without the prior express written
approval of the State, which approval the State may grant, withhold, or qualify in its sole and
absolute subjective discretion. (Corporate name of Contractor’s Parent Company) further agrees that
if the State brings any claim, action, lawsuit or proceeding against (Contractor), (Corporate name of
Contractor’s Parent Company) may be named as a party, in its capacity as Absolute Guarantor.
40. Compliance with federal Health Insurance Portability and Accountability Act (HIPAA) and
State Confidentiality Law
The Contractor agrees to keep information obtained in the course of this Contract confidential in
compliance with _________________________________________________________. The
Contractor agrees further to comply with any applicable State and federal confidentiality
requirements regarding collection, maintenance, and use of health, personally identifiable, and
financial information. This includes, where appropriate, the federal Health Insurance Portability and
Accountability Act (HIPAA), 42 U.S.C. §§ 1320d et seq., and implementing regulations at 45
C.F.R. Parts 160 and 164, and the Maryland Confidentiality of Medical Records Act (MCMRA),
Md. Code Ann. Health-General §§ 4-301 et seq. This obligation includes providing training and
information to employees regarding confidentiality obligations as to health, personally identifiable,
and financial information and securing acknowledgement of these obligations from employees to be
involved in the Contract. This obligation further includes restricting use and disclosure of the
records, generally providing safeguards against misuse of information, keeping a record of any
disclosures of information, providing all necessary procedural and legal protection for any
disclosures of information, promptly responding to any requests by the Department for information
about its privacy practices in general or with respect to a particular individual, modifying
information as may be required by good professional practice as authorized by law, and otherwise
providing good information management practices regarding all health, personally identifiable, and
financial information.
41. Limited English Proficiency
The Contractor shall provide equal access to public services to individuals with limited English
proficiency in compliance with Md. Code Ann., State Government Article, §§ 10-1101 et seq., and
Policy Guidance issued by the Office of Civil Rights, Department of Health and Human Services,
and MDH Policy 02.06.07.
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 119 of 146
SIGNATURES ON NEXT PAGE
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 120 of 146
IN WITNESS THEREOF, the parties have executed this Contract as of the date hereinabove set forth.
Contractor
State of Maryland
Maryland Department of Health (MDH)
By:
By: <<agencyContractSigner>>,
<<agencyContractSignerTitle>>
Date
PARENT COMPANY (GUARANTOR) (if
applicable)
By:
___________________________________
___________________________________
By:
Date
___________________________________
Date
Approved for form and legal sufficiency
this ____ day of _____________, 20___.
______________________________________
Assistant Attorney General
APPROVED BY BPW: _________________ _____________
(Date) (BPW Item #)
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 121 of 146
Attachment N. Contract Affidavit
See link at https://procurement.maryland.gov/wp-content/uploads/sites/12/2020/03/Attachment-
N-Affidavit.pdf.
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 122 of 146
Attachment O. DHS Hiring Agreement
This solicitation does not require a DHS Hiring Agreement.
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 123 of 146
Appendix 1. Abbreviations and Definitions
For purposes of this RFP, the following abbreviations or terms have the meanings indicated below:
A. Acceptable Use Policy (AUP) - A written policy documenting constraints and practices that a
user must agree to in order to access a private network or the Internet.
B. Access The ability or the means necessary to read, write, modify, or communicate
data/information or otherwise use any information system resource.
C. Additional Abbreviations/Acronym
Abbreviation /
Acronym
Description
AIMS
Assurance and Improvement in Medications Safety
ALU
Assisted Living Unit
OYRX
Specific Joint Commission requirements
MARs
Medication Administration Record
CAO
Centralized Admissions Office
CFAP
Community Forensic Aftercare Program
CIRP
Court Involved Residence Program
CMS
Center for Medicare and Medicaid Services
CRISP
Chesapeake Regional Information System for our Patients
CPT-4
Current Procedural Terminology, 4
th
edition
DCAR
Division of Cost Accounting and Reimbursements
HMIS
Healthcare Management Information System
ICD-10
International Statistical Classification of Diseases and Related Health
Problems, 10
th
edition
DSM-V
Standard Classification of Mental Disorders
CPOE
Computerized Physician Order Entry
SASSI
Substance Abuse Subtle Screening Inventory
OCEP
Office Court Ordered Evaluations and Placements
PT
Physical Therapy
AHFS
Drug classification
PAR
Psychological Assessment Resources
SIG code
Prescription abbreviations
NDC
National Drug Code
LOINC
Standard language for health measurements, observations, and documents
D. Application Program Interface (API) Code that allows two software programs to
communicate with each other.
E. Alternate Living Unit (ALU) Alternate living unit are designed to enable adults with
disabilities to enjoy the independence of having a home of their own near family and friends.
Individuals may share a home with others who need similar support to ensure their wellbeing.
F. Business Day(s) The official working days of the week to include Monday through Friday.
Official working days excluding State Holidays (see definition of “Normal State Business
Hours” below).
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 124 of 146
G. Centers for Medicare & Medicaid Services (CMS) - A federal agency within the United States
Department of Health and Human Services that administers the Medicare program and works
in partnership with state governments to administer Medicaid, the Children’s Health Insurance
Program, and health insurance portability standards.
H. Change Management Plan- Plan that defines and outlines activities and roles to manage and
control the change during the execute and control phases of the project. (PMBOK reference).
I. Change Control Board (CCB)- The MDH committee consisting of subject matter experts and
managers who decide whether to implement proposed changes to a project.
J. COMAR Code of Maryland Regulations available on-line at
http://www.dsd.state.md.us/COMAR/ComarHome.html.
K. Contract The Contract awarded to the successful Offeror pursuant to this RFP. The Contract
will be in the form of Attachment M.
L. Contract Monitor The State representative for this Contract who is primarily responsible for
Contract Department functions, including issuing written direction, invoice approval,
monitoring this Contract to ensure compliance with the terms and conditions of the Contract,
monitoring MBE and VSBE compliance, and achieving completion of the Contract on budget,
on time, and within scope. The Contract Monitor may authorize in writing one or more State
representatives to act on behalf of the Contract Monitor in the performance of the Contract
Monitor’s responsibilities. The Department may change the Contract Monitor at any time by
written notice to the Contractor.
M. Contract Termination for Convenience- COMAR 21.07.01.12 - The performance of work
under this contract may be terminated by the State in accordance with this clause in whole, or
from time to time in part, whenever the State shall determine that such termination is in the
best interest of the State. Termination hereunder, including the determination of the rights and
obligations of the parties, shall be governed by the provisions of COMAR 21.07.01.12A(2).
N. Contract Termination for Default-COMAR 21.07.01.11 - If the Contractor fails to fulfill its
obligation under this contract properly and on time, fails to provide any required annual and
renewable bond 30 days prior to expiration of the current bond then in effect, or otherwise
violates any provision of the contract, the State may terminate the contract by written notice to
the Contractor. Termination hereunder, including the determination of the rights and
obligations of the parties, shall be governed by the provisions of COMAR 21.07.01.11B
O. Contractor The selected Offeror that is awarded a Contract by the State.
P. Contractor Personnel Employees and agents and subcontractor employees and agents
performing work at the direction of the Contractor under the terms of the Contract awarded
from this RFP.
Q. Data Breach The unauthorized acquisition, use, modification or disclosure of State data, or
other Sensitive Data.
R. eMMA eMaryland Marketplace Advantage (see RFP Section 4.2).
S. Enterprise License Agreement (ELA) An agreement to license the entire population of an
entity (employees, on-site contractors, off-site contractors) accessing a software or service for
a specified period of time for a specified value.
T. Future Work - Future work refer to Work Orders to be utilized in support of the SOW detailed
in this RFP that cannot be wholly identified prior to the award of this Contract.
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 125 of 146
U. Information System A discrete set of information resources organized for the collection,
processing, maintenance, use, sharing, dissemination, or disposition of information.
V. Information Technology (IT) All electronic information-processing hardware and software,
including: (a) maintenance; (b) telecommunications; and (c) associated consulting services.
W. Key Personnel All Contractor Personnel identified in the solicitation as such that are
essential to the work being performed under the Contract. See RFP Sections 3.10.
X. Local Time Time in the Eastern Time Zone as observed by the State of Maryland. Unless
otherwise specified, all stated times shall be Local Time, even if not expressly designated as
such.
Y. Maryland Department of Health or (MDH or the “Department).
Z. Minority Business Enterprise (MBE) Any legal entity certified as defined at COMAR
21.01.02.01B (54) which is certified by the Maryland Department of Transportation under
COMAR 21.11.03.
AA. Normal State Business Hours - Normal State business hours are 8:00 a.m. 5:00 p.m. Monday
through Friday except State Holidays, which can be found at: www.dbm.maryland.gov
keyword: State Holidays.
BB. Not to Exceed (NTE) - The maximum amount for which the Contractor has agreed to provide
services under the Financial Proposal Tab - Labor Categories & Rates and Section 4.1 of the
contract.
CC. Notice to Proceed (NTP) A written notice from the Procurement Officer that work under the
Contract, project, Task Order or Work Order (as applicable) is to begin as of a specified date.
The NTP Date is the start date of work under the Contract, project, Task Order or Work Order.
Additional NTPs may be issued by either the Procurement Officer or the Contract Monitor
regarding the start date for any service included within this solicitation with a delayed or non-
specified implementation date.
DD. NTP Date The date specified in a NTP for work on Contract, project, Task Order or Work
Order to begin.
EE. Offeror An entity that submits a Proposal in response to this RFP.
FF. Personally, Identifiable Information (PII) Any information about an individual maintained
by the State, including (1) any information that can be used to distinguish or trace an
individual identity, such as name, social security number, date and place of birth, mother’s
maiden name, or biometric records; and (2) any other information that is linked or linkable to
an individual, such as medical, educational, financial, and employment information.
GG. Procurement Officer Prior to the award of any Contract, the sole point of contact in the State
for purposes of this solicitation. After Contract award, the Procurement Officer has
responsibilities as detailed in the Contract (Attachment M) and is the only State
representative who can authorize changes to the Contract. The Department may change the
Procurement Officer at any time by written notice to the Contractor.
HH. Project Management Plan-The PMBOK practices, methodologies, techniques, and tools used
to describe how the Contractor’s proposed solution in response to this RFP will be planned,
executed, monitored, controlled, and closed, as well as all of the detailed subsidiary plans
integrated into a single comprehensive body of work.
II. Proposal As appropriate, either or both of the Offeror’s Technical or Financial Proposal.
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 126 of 146
JJ. Protected Health Information (PHI) Information that relates to the past, present, or future
physical or mental health or condition of an individual; the provision of health care to an
individual; or the past, present, or future payment for the provision of health care to an
individual; and (i) that identifies the individual; or (ii) with respect to which there is a
reasonable basis to believe the information can be used to identify the individual.
KK. Request for Proposals (RFP) This Request for Proposals issued by the Maryland Department
of Health (Department), with the Solicitation Number and date of issuance indicated in the
Key Information Summary Sheet, including any amendments thereto.
LL. Requirements Traceability Matrix (RTM)- A document used to assist in determining the
completeness of a relationship by correlating any two baselined documents using a many-to-
many relationship comparison.
MM. Risk Mitigation Management Plan- Plan to describe the process of developing options
and actions to enhance opportunities and reduce threats to project objectives (PMBOK
definition)
NN. Security Incident A violation or imminent threat of violation of computer security policies,
Security Measures, acceptable use policies, or standard security practices. “Imminent threat of
violation” is a situation in which the organization has a factual basis for believing that a
specific incident is about to occur.
OO. Security or Security Measures The technology, policy, and procedures that a) protects and b)
controls access to networks, systems, and data.
PP. Sensitive Data - Means PII;PHI; other proprietary or confidential data as defined by the State,
including but not limited to personal information” under Md. Code Ann., Commercial Law §
14-3501(e) and Md. Code Ann., St. Govt. § 10-1301(c) and information not subject to
disclosure under the Public Information Act, Title 4 of the General Provisions Article; and
information about an individual that (1) can be used to distinguish or trace an individual‘s
identity, such as name, social security number, date and place of birth, mother‘s maiden name,
or biometric records; or (2) is linked or linkable to an individual, such as medical, educational,
financial, and employment information.
QQ. Service Level Agreement (SLA) - Commitment by the Contractor to the Department that
defines the performance standards the Contractor is obligated to meet.
RR. SLA Activation Date - The date on which SLA charges commence under this Contract, which
may include, but to, the date of (a) completion of Transition in, (b) a delivery, or (c) releases
of work.
SS. Software - The object code version of computer programs licensed pursuant to this Contract.
Embedded code, firmware, internal code, microcode, and any other term referring to software
that is necessary for proper operation is included in this definition of Software. Software
includes all prior, current, and future versions of the Software and all maintenance updates and
error corrections. Software also includes any upgrades, updates, bug fixes or modified
versions or backup copies of the Software licensed to the State by Contractor or an authorized
distributor.
TT. Software as a Service (SaaS) - A software licensing and delivery model in which software is
licensed on a subscription basis and is centrally hosted. For the purposes of this RFP, the
terms SaaS and PaaS are considered synonymous, and the term SaaS will be used throughout
this document.
UU. Solution - All Software, deliverables, services, and activities necessary to fully provide and
support the RFP scope of work. This definition of Solution includes all System
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 127 of 146
Documentation developed as a result of this Contract. Also included are all Upgrades, patches,
break/fix activities, enhancements and general maintenance and support of the Solution and its
infrastructure.
VV. State The State of Maryland.
WW. Source Code Executable instructions for Software in its high level, human readable
form which are in turn interpreted, parsed and/or compiled to be executed as part of a
computing system.
XX. System Availability The period of time the Solution works as required excluding non-
operational periods associated with planned maintenance.
YY. System Documentation Those materials necessary to wholly reproduce and fully operate the
most current deployed version of the Solution in a manner equivalent to the original Solution
including, but not limited to:
1) Source Code: This includes source code created by the Contractor or subcontractor(s)
and source code that is leveraged or extended by the Contractor for use in the Contract
2) All associated rules, reports, forms, templates, scripts, data dictionaries and database
functionality
3) All associated configuration file details needed to duplicate the run time environment
as deployed in the current deployed version of the system
4) All associated design details, flow charts, algorithms, processes, formulas, pseudo-
code, procedures, instructions, help files, programmer’s notes, and other
documentation
5) A complete list of Third Party, open source, or commercial software components and
detailed configuration notes for each component necessary to reproduce the system
(e.g., operating system, relational database, and rules engine software)
6) All associated user instructions and/or training materials for business users and
technical staff, including maintenance manuals, administrative guides, and user how-
to guides; and
7) Operating procedures.
ZZ. Task Order=A subset of work authorized by the Contract Monitor performed under the
general scope of this RFP, which is defined in advance of Contractor fulfillment, and which
may not require a Contract Modification. Except as otherwise provided, any reference to the
Contract shall be deemed to include reference to a Task Order.
AAA. Technical Safeguards The technology and the policy and procedures for its use that protect
State Data and control access to it.
BBB. Third Party Software Software and supporting documentation that:
1) are owned by a third party, not by the State, the Contractor, or a subcontractor
2) are included in, or necessary or helpful to the operation, maintenance, support, or
modification of the Solution; and
3) are specifically identified and listed as Third-Party Software in the Proposal.
CCC. Total Proposal Price - The Offeror’s total price for goods and services in response to this
solicitation, included in Financial Proposal Attachment B Financial Proposal Form.
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 128 of 146
DDD. Upgrade - A new release of any component of the Solution containing major new features,
functionality and/or performance improvements.
EEE. Veteran-owned Small Business Enterprise (VSBE) A business that is verified by the
Center for Verification and Evaluation (CVE) of the United States Department of Veterans
Affairs as a veteran-owned small business. See Code of Maryland Regulations (COMAR)
21.11.13.
FFF. Weekly Status Reports- Weekly status reports should provide a summary of the status of
project objectives, deliverables, tasks, results, challenges, and action items.
GGG. Work Order A subset of work authorized by the Contract Monitor performed under the
general scope of this RFP, which is defined in advance of Contractor fulfillment, and which
may not require a Contract Modification. Except as otherwise provided, any reference to the
Contract shall be deemed to include reference to a Work Order.
HHH. Work Plan- A specific methodology, techniques, and number of staff, if applicable, to be
used by the Offeror in providing the required goods and services as outlined in RFP.
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 129 of 146
Appendix 2. Offeror Information Sheet
See link at http://procurement.maryland.gov/wp-content/uploads/sites/12/2018/04/Appendix2-
Bidder_OfferorInformationSheet.pdf.
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 130 of 146
Appendix 3. Non-Disclosure Agreement (Offeror)
See Link Non-Disclosure Agreement (Offeror) (see link at http://procurement.maryland.gov/wp-
content/uploads/sites/12/2018/05/Appendix-3-Non-Disclosure-Agreement-Offeror-1.dotx)
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 131 of 146
Appendix 4. Electronic Health Records SaaS Functional Requirements
See separate Excel Financial Proposal Form labeled Appendix 4 MDH EHR RFP OCMP -
22-19320 Appendix 4 Functional and Business Requirements.
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 132 of 146
Appendix 5. - Labor Categories
A. Application Architect (Senior)
Position Description: The Application Architect (Senior) manages major projects that involve providing
professional support services and/or the integration, implementation, and transition of large, complex
systems. This individual is responsible for performing the following tasks:
1. Providing design and development of e-government solutions, and taking responsibility for
technical design and implementation of the architecture
2. Designing, developing, and maintaining infrastructure and backend applications
3. Providing expertise on defining the role of broadband and wireless applications
4. Providing definition of current State architecture blueprints
5. Providing expertise with web servers, gateways, application servers, and content management
systems
6. Providing experience in web application technologies and middleware solutions
7. Researching new technologies and products for their applicability to business processes
8. Comparing various solutions and determining the most suitable; and
9. Ensuring that development efforts are well-planned and in compliance to standards.
Education: This position requires a bachelor’s degree from an accredited college or university in
Engineering, Computer Science, Mathematics, or a related scientific or technical discipline. (Note: A
Master’s degree is preferred.)
General Experience: The proposed candidate must have at least ten (10) years of experience planning,
designing, building, and implementing IT application systems. This individual must have led or been
chief architect in a major IT applications implementation effort. This individual must also have a strong
background in software engineering principles and techniques.
Specialized Experience: The proposed candidate must have at least six (6) years of experience in
designing medium to large-scale sites, and management of at least five Internet projects.
B. Applications Programmer
Position Description: The Applications Programmer analyzes functional business applications and
design specifications for functional areas such as finance, accounting, personnel, manpower, logistics, and
contracts. His/her responsibilities include performing the following tasks:
1. Develops block diagrams and logic flowcharts
2. Translates detailed design into computer software
3. Tests, debugs, and refines the computer software to produce the required product
4. Prepares required documentation, including both program-level and user-level documentation
5. Enhances software to reduce operating time or improve efficiency
6. Provides technical direction to programmers as required to ensure program deadlines are met.
Education: This position requires a Bachelor's Degree from an accredited college or university with a
major in Computer Science, Information Systems, Engineering, Business, or other related scientific or
technical discipline or three (3) years of equivalent experience in a related field. A Master's Degree is
preferred.
General Experience: The proposed candidate must have five (5) years of computer experience in
information systems design.
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 133 of 146
Specialized Experience: The proposed candidate must have at least three (3) years as an application
programmer on large-scale DBMS, knowledge of computer equipment, and ability to develop complex
software to satisfy design objectives.
C. Application Development Expert
Position Description: The Applications Development Expert provides design recommendations based on
long-term IT organization strategy. The position shall use a variety of platforms to provide automated
systems applications to customers. This individual will be viewed both internally and externally as a
technical expert and critical technical resource across multiple disciplines. His/her responsibilities include
performing the following tasks:
1. Developing enterprise level application and custom integration solutions including major
enhancements and interfaces, functions, and features
2. Providing expertise regarding the integration of applications across the business
3. Determining specifications, then plans, designs, and developing the most complex and business
critical software solutions, utilizing appropriate software engineering processes (either individually
or in concert with a project team)
4. Assisting in the most difficult support problem
5. Developing programming and development standards and procedures as well as programming
architectures for code reuse
6. Understanding and consistently applying the attributes and processes of current application
development methodologies
7. Researching and maintaining knowledge in emerging technologies and possible application to the
business; and
8. Acting as an internal consultant, advocate, mentor and change agent.
Education: This position requires a Bachelor’s in Computer Science, Information Systems, or a related
field or equivalent work experience. (Note: A Master’s degree is preferred.)
General Experience: The proposed candidate must have at least seven (7) years of IT and
business/industry work experience.
Specialized Experience: The proposed candidate must have at least three (3) years as a technical expert
in an IT organization. This individual coaches and mentors the junior technical staff. The position will
also provide technical input into the most complex and high impact IT decisions. This individual will be
accountable for the most complex enterprise-wide applications and issues, translating highly complex
concepts for peers and customers. The position must have in-depth knowledge of state-of-the art
programming languages and object-oriented approach in designing, coding, testing and debugging
programs.
D. Computer Specialist (Senior)
Position Description: Must be able to determine costs for converting computers systems from one
language or machine to another by using compilers, simulators, emulators, and/or language translators,
and recommend better utilization of operating systems capabilities for improving system efficiency.
His/her responsibilities shall include the following:
1. Develops, manages, maintains, and evaluates current state-of-the-art computer hardware, software,
and software development tools
2. Evaluates their ability to support specific requirements and interface with other equipment and
systems
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 134 of 146
3. Determines potential and actual bottlenecks proposes recommendations for their elimination; and
4. Makes recommendations for systems improvements that will result in optimal hardware and
software use.
Education: Education: A Bachelor's Degree from an accredited college or university with a major in
Computer Science, Information Systems, Engineering, Business, or other related scientific or technical
discipline or three (3) years of equivalent experience in a related field. A Master's Degree is preferred.
General Experience: Must have eight (8) years of computer experience in at least two of the following
disciplines: system analysis, system programming, application programming, and equipment analysis.
Specialized Experience: At least five (5) years of experience either as a computer hardware or systems
software specialist or as a systems analyst with duties relating to the evaluation of third and fourth
generation of current state-of-the-art computer hardware and software and its ability to support specific
requirements for hardware and software evaluation, system management, or large-scale system
development and maintenance.
E. Computer Software/Integration Analyst (Senior)
Position Description: Must be knowledgeable in implementing computer systems in a phased approach
of requirements analysis and conceptual design, site survey, system design review, critical design review,
installation, integration, and testing. Must be knowledgeable in performing requirements analysis for a
wide range of users in areas such as office automation, and finance and accounting. Must be able to
present system designs for user approval at formal reviews. Must be capable of performing configuration
management, software integration, interpreting software test results, and recommending solutions for
unsatisfactory test results. Must be knowledgeable in life-cycle support, including maintenance,
administration, and management. Must be able to provide solutions to identified software problem
reports.
Education: A Bachelor's Degree from an accredited college or university with a major in Computer
Science, Information Systems, Engineering, Business, or other related scientific or technical discipline. A
Master's Degree is preferred.
General Experience: Must have eight (8) years of progressive working experience as a computer
specialist or a computer systems analyst.
Specialized Experience: At least five (5) years of experience as a Computer Systems Analysts
F. Database Manager
Position Description: The Database Manager shall manage the development of database projects. This
individual is responsible for performing the following tasks:
1. Planning and budgeting staff and data resources
2. Supporting application developers in planning preparation, load analysis, and backup and recovery
of data
3. Reallocating resources to maximize benefits, when necessary
4. Preparing and delivering presentations on DBMS concepts
5. Providing daily supervision and direction to support staff; and
6. Monitoring performance and evaluating areas to improve efficiency.
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 135 of 146
Education: This position requires a bachelor’s degree from an accredited college or university with a
major in computer science, information systems, engineering, business, or a related scientific or technical
discipline; or three (3) years of equivalent experience in a related field. (Note: A Master’s degree is
preferred.)
General Experience: The proposed candidate must have at least seven (7) years of experience in the
development and maintenance of database systems.
Specialized Experience: The proposed candidate must have at least five (5) years of experience with
database management systems, system design and analysis, operating systems software, and internal and
data manipulation languages.
G. Database Management Specialist (Junior)
Position Description: The Database Management Specialist (Junior) must be capable of providing highly
technical expertise and support in the use of DBMS. Must also be able to evaluate and recommend
available DBMS products to support validated user requirements. This individual is responsible for
performing the following tasks:
1. Defines file organization, indexing methods, and security procedures for specific user
applications
2. Develops, implements, and maintains database back-up and recovery procedures for the
processing environments
3. Ensures that data integrity, security, and recoverability are built into the DBMS applications.
Education: This position requires a bachelor’s degree from an accredited college or university with a
major in Computer Science, Information Systems, Engineering, Business, or other related scientific or
technical discipline or three (3) years of equivalent experience in a related field.
General Experience: Must have three (3) years of experience in DBMS systems analysis and
programming.
Specialized Experience: At least one (1) years of experience in using current DBMS technologies,
application design utilizing various database management systems and experience with DBMS internals.
H. Help Desk Manager
Position Description: The Help Desk Manager shall be responsible for provides daily supervision and
direction to staff who are responsible for phone and in-person support to users in the areas of e-mail,
directories, standard Windows desktop applications, and other network services. This individual is
responsible for performing the following tasks:
Manages personnel who serve as the first point of contact for troubleshooting hardware and software PC
and printer problems.
Education: A Bachelor's Degree from an accredited college or university with a major in Computer
Science, Information Systems, Engineering, Business, or other related scientific or technical discipline or
three (3) years of equivalent experience in a related field. A Master's Degree is preferred.
General Experience: This position requires a minimum of seven (7) years of experience in the
management of a Help Desk. General experience includes information systems development, network and
other work in the client/server field, or related fields.
Specialized Experience: At least five (5) years of specialized experience includes management of help
desks in a multi-server environment, comprehensive knowledge of PC operating systems (e.g., DOS,
Windows), networking and mail standards, and supervision of help desk employees. Demonstrated ability
to effectively communicate orally and in writing and to have a positive customer service attitude.
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 136 of 146
I. Help Desk Specialist (Senior)
Position Description: The Help Desk Specialist (Senior) shall provide telephone and in-person support to
users in the areas of directories, standard Windows desktop applications, and applications developed
under this Contract or predecessors. Serves as the initial point of contact for troubleshooting
hardware/software PC and printer problems.
Education: A Bachelor's Degree from an accredited college or university with a major in Computer
Science, Information Systems, Engineering, Business, or other related scientific or technical discipline or
three (3) years of equivalent experience in a related field.
General Experience: This position requires a minimum of seven (7) years of experience in a business IT
environment with emphasis on PC computer hardware and applications. General experience includes, but
is not limited to information systems development, work in the client/server field, or related fields.
Specialized Experience: At least five (5) years comprehensive knowledge of PC operating systems, e.g.,
DOS, Windows, as well as work on a help desk. Demonstrated ability to effectively communicate orally
and in writing and to have a positive customer service attitude.
J. Help Desk Specialist (Junior)
Position Description: The Help Desk Specialist (Junior) shall serve as the initial point of contact for
troubleshooting hardware/software PC and printer problems.
Provide telephone and in-person support to users in the areas of directories standard Windows desktop
applications, and applications developed under this Contract or predecessors.
Education: A Bachelor's Degree from an accredited college or university with a major in Computer
Science, Information Systems, Engineering, Business, or other related scientific or technical discipline or
three (3) years of equivalent experience in a related field.
General Experience: This position requires a minimum of five (5) years of experience in business IT
environments with emphasis on PC hardware and applications. General experience includes information
systems development, work in the client/server field, or related fields.
Specialized Experience: At least two (2) years comprehensive knowledge of PC operating systems, e.g.,
DOS, Windows, as well as work on a help desk. Demonstrated ability to communicate orally and in
writing and to have a positive customer service attitude.
K. Quality Assurance Specialist
Position Description: The Quality Assurance Specialist must be able to determine the resources required
for quality control and maintain the level of quality throughout the software life cycle. This individual is
responsible for performing the following tasks:
1. Develop software quality assurance plans
2. Must be capable of maintaining and establishing a process for evaluating software and associated
documentation
3. Participate in formal and informal reviews at predetermined points throughout the development
life cycle to determine quality
4. Examine and evaluate the software quality assurance (SQA) process and recommends
enhancements and modifications
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 137 of 146
5. Develops quality standard
Education: A Bachelor's Degree from an accredited college or university with a major in Computer
Science, Information Systems, Engineering, Business, or other related scientific or technical discipline.
General Experience: Must have five (5) years of experience working with quality control methods and
tools.
Specialized Experience: At least three (3) years of experience in verification and validation, software
testing and integration, software metrics, and their application to software quality assessment, and a
demonstrated knowledge of system and project life cycles.
L. Systems Engineer
Position Description: The Systems Engineer shall be responsible for analyzing information
requirements. This individual will evaluate system problems of workflow, organization, and planning.
This individual shall also develop appropriate corrective action.
Education: This position requires a bachelor’s degree from an accredited college or university with a
major in computer science, information systems, engineering, business, or a related scientific or technical
discipline; or three (3) years of equivalent experience in a related field.
General Experience: The proposed candidate must have at least three (3) years of experience in systems
engineering.
Specialized Experience: The proposed candidate must have at least one (1) year of experience in
demonstrated use of interactive, interpretative systems with on-line, real-time acquisition capabilities.
M. Systems Engineer (Senior)
Position Description: The Senior Systems Engineer must be able to analyze information requirements,
evaluate problems in workflow, organization, and planning. The individual in this role develops
appropriate corrective action and provides daily supervision and direction to staff.
Education: This position requires a bachelor’s degree from an accredited college or university with a
major in computer science, information systems, engineering, business, or other related scientific or
technical discipline. (Note: A Master’s degree is preferred.)
General Experience: The proposed candidate must have at least six (6) years of experience in systems
engineering.
Specialized Experience: The proposed candidate must have at least three (3) years of experience in the
supervision of system engineers, and demonstrated use of interactive, interpretative systems with on-line,
real-time acquisition capabilities.
N. Testing Specialist
Position Description: The Testing Specialist shall design and execute IT software tests and evaluate
results to ensure compliance with applicable regulations. This individual prepares test scripts and all
required test documentation and must be able to design and prepare all needed test data. The Testing
Specialist analyzes internal security within systems, reviews test results, and evaluates for conformance to
design.
Education: This position requires a bachelor’s degree from an accredited college or university with a
major in computer science, information systems, engineering, business, or a related scientific or technical
discipline; or three (3) years of equivalent experience in a related field. (Note: A Master’s degree is
preferred.)
General Experience: The proposed candidate must have at least four (4) years of experience in computer
software development.
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 138 of 146
Specialized Experience: The proposed candidate must have at least two (2) years of software testing
experience (integration and acceptance).
O. Technical Writer/Editor
Position Description: The Technical Writer/Editor assists in collecting and organizing information for
preparation of user manuals, training materials, installation guides, proposals, and reports. Must
demonstrate the ability to work independently or under only general direction. This individual is
responsible for performing the following tasks:
1. Edits functional descriptions, system specifications, user manuals, special reports, or any other
customer deliverables and documents
2. Conducts research and ensures the use of proper technical terminology
3. Translates technical information into clear, readable documents to be used by technical and non-
technical personnel
4. For applications built to run in a Windows environment, uses the standard help compiler to
prepare all on-line documentation.
5. Assists in performing financial and administrative functions
P. Training Specialist/Instructor
Position Description: The Training Specialist/Instructor conducts the research necessary to develop and
revise training courses and prepares appropriate training catalogs. This individual shall prepare all
instructor materials (course outline, background material, and training aids) and student materials (course
manuals, workbooks, handouts, completion certificates, and course critique forms). This individual is
responsible for training personnel by conducting formal classroom courses, workshops, and seminars.
Education: This position requires a bachelor’s degree from an accredited college or university with a
major in Education/Training in the areas of computer science, information systems, engineering, business,
or a related scientific or technical discipline. (Note: A Master’s degree is preferred.)
General Experience: The proposed candidate must have at least four (3) years of experience in
information systems development, training, or related fields.
Specialized Experience: The proposed candidate must have at least two (2) years of experience in
developing and providing IT and end user training on computer hardware and application software.
Q. Subject Matter Expert
Position Description: The Subject Matter Expert defines the problems and analyzes and develops plans
and requirements in the subject matter area for moderately complex-to-complex systems. This position
performs the following tasks: Coordinates and manages the preparation of analysis, evaluations, and
recommendations for proper implementation of programs and systems specifications including, but not
limited to information technology, health care, education, public safety, social services, human resources,
transportation, and environment.
Education: This position requires a Bachelor’s degree from an accredited college or university with a
major in computer science, information systems, engineering, business, or other related scientific or
technical discipline. (Note: A Master’s degree is preferred.)
General Experience: The proposed candidate must have at least seven (7) years of experience in the IT
field.
Specialized Experience: The proposed candidate must have at least five (5) years of combined new and
related older technical experience in the IT field directly related to the required area of expertise.
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 139 of 146
R. Subject Matter Expert (Senior)
Position Description: The Subject Matter Expert (Senior) defines requirements, performs analyses, and
develops plans and requirements for systems. The area of expertise may be related to a specific discipline
required by the State agency including, but not limited to information technology, health care, education,
public safety, social services, human resources, transportation, and environment. Requires expertise in the
formulation of specifications and in the execution of technical initiatives in vertical areas.
Education: This position requires a bachelor’s degree from an accredited college or university with a
major in the specific discipline required by the State. (Note: A Master’s degree or Ph. D. degree is
preferred.)
General Experience: The proposed candidate must have at least twelve (12) years of relevant industry
experience in the discipline is required.
Specialized Experience: The proposed candidate must have at least ten (10) years of combined new and
related older technical experience in the IT field directly related to the required area of expertise.
S. Project Manager, Functional
Position Description: The Functional Project Manager performs day-to-day management of activities
pertaining to the functional deliverables of the project. This individual is responsible for performing the
following Position Description:
1. Facilitating State agency and Master Contractor discussions / meetings
2. Identifying issues and risks, and recommending possible issue and risk mitigation strategies
3. Identifying critical paths, tasks, dates, testing, and acceptance criteria
4. Ensuring that performance is within scope, consistent with requirements, and delivered on time and
within budget
5. Providing solutions to improve efficiency (e.g., reducing costs while maintaining or improving
performance levels)
6. Monitoring issues and providing resolutions for up-to-date status reports; and
7. Demonstrating excellent writing and oral communications skills.
Education: This position requires a Bachelor’s degree from an accredited college or university in
Engineering, Computer Science, Information Systems, Business or a related discipline. Candidates must
possess a PMP certification from the PMI.
General Experience: The proposed candidate must have at least five (5) years of experience in project
management.
Specialized Experience: The proposed candidate must have at least five (5) years of experience
managing IT related projects. This individual must have experience in a leadership role for at least three
(3) successful projects that were delivered on time and within budget, including a project similar in size to
the State of Maryland enterprise-wide implementation. In addition, he/she must have at least three (3)
years of experience in managing projects with an organizational change management component that
involve working with stakeholder groups across the organization. The candidate must possess at least five
(5) years of experience using PMI's PMBOK methodologies and artifacts.
T. Information Technology Architect (Senior)
Position Description: The Information Technology Architect (Senior) shall provide expertise in the most
current principles and practices of architecture data management systems and experience in large system
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 140 of 146
designs, and with data modeling in the information management arena. This individual provides expertise
in modeling and organizing information to facilitate support of projects or information architectures. The
individual also provides guidance on how and what to data and process model. The position primarily
deals with transition planning from legacy to modern systems by concentrating on information flows, data
exchange, and data translation standardization services.
Education: Bachelor’s Degree from an accredited college or university with a major in Engineering,
Computer Science, Mathematics, or a related field. Master’s degree preferred.
General Experience: At least ten (10) years of experience planning, designing, building, and
implementing IT systems.
Specialized Experience: At least five (5) years of the required ten (10) years of experience must be in the
direct supervision and management of major projects that involve providing professional support services
and/or the integration, implementation and transition of large complex system and subsystem
architectures. Must have led or been chief architect in major IT implementation efforts. Must demonstrate
a broad understanding of client IT environmental issues and solutions and be a recognized expert within
the IT industry. Must demonstrate advanced abilities to team and mentor and possess demonstrated
excellence in written and verbal communication skills.
U. Systems Design Architect
Position Description: The Systems Design Architect shall lead the team in developing application,
development, network, and technical architectures for mid-range client/server and mainframe
applications. This individual is responsible for gathering and defining the architecture requirements, and
for ensuring that the architectures are compatible and in compliance with the appropriate IT organization
and project standards.
Education: This position requires a bachelor’s degree from an accredited college or university with a
major in computer science, information systems, engineering, business, or a related scientific or technical
discipline. (Note: A Master’s degree is preferred.)
General Experience: The proposed candidate must have at least six (6) years of experience planning,
designing, building, and implementing mid-range IT systems.
Specialized Experience: The proposed candidate must have at least four (4) years of experience
developing application, development, network, and technical architectures for mid-range client/server and
mainframe applications. This individual must have demonstrated ability to develop and execute
architecture strategies, and to perform feasibility studies and integration analyses. This individual must be
experienced in supervising and providing guidance in implementing various mid-range architectures and
supporting implementation of large-scale applications.
V. Information Security Engineer
Position Description: The Information Security Engineer analyzes and defines security requirements for
information protection. This individual must define and develop security policies. This individual also
analyzes the sensitivity of information and performs vulnerability and risk assessments on the basis of
defined sensitivity and information flow.
Education: This position requires a bachelor’s degree from an accredited college or university with a
major in computer science, information systems, engineering, business, or a related scientific or technical
discipline. (Note: A Master’s degree is preferred.)
General Experience: The proposed candidate must have at least eight (8) years of experience in
information protection.
Specialized Experience: The proposed candidate must have at least five (5) years of experience in
defining security programs or processes for the protection of sensitive or classified information.
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 141 of 146
W. Network Security Engineer
Position Description: The Network Security Engineer designs, develops, engineers, and implements
solutions for projects such as biometrics, smart cards, Secure remote access, VPN, Intrusion detection,
port scanning, web security, and vulnerability assessments and remediation.
Education: This position requires a bachelor’s degree from an accredited college or university with a
major in computer science, information systems, engineering, business, or a related scientific or technical
discipline. A Master's Degree in one of the above disciplines is equal to one (1) year of specialized and
two (2) years of general experience. An additional year of specialized experience may be substituted for
the required education.
General Experience: The proposed candidate must have at least eight (8) years of computer-related
experience.
Specialized Experience: The proposed candidate must have at least five (5) years of specialized
experience in defining computer security requirements for high-level applications, evaluation of approved
security product capabilities, and security management.
X. Network Administrator
Position Description: The Network Administrator performs a variety of network management functions
related to the operation, performance, or availability of data communications networks. This individual is
responsible for performing the following tasks:
1. Analyzing client LANs/WANs, isolating the source of problems, and recommending
reconfiguration and implementation of new network hardware to increase performance
2. Modifying command language programs and network startup files, assigning/reassigning network
device logical, and participating in load balancing efforts throughout the network to achieve
optimum device utilization and performance
3. Establishing new user accounts on the network, granting access to required network files and
programs
4. Managing network Email functions
5. Establishing mailboxes and monitoring mail performance on the network
6. Troubleshooting network/user problems, and presenting resolutions for implementation; and
7. Preparing a variety of network resource reports.
Education: This position requires an Associate's degree from an accredited college or university in
Computer Science, Information Systems, Engineering or a related field; or two (2) years of college or
university study in Computer Science, Information Systems, Engineering or a related field. If applicable,
the candidate should be certified as a network administrator for a specific network operating system as
defined by the State. Certification criteria are determined by the network operating system vendor. Two
(2) additional years of specialized experience may be substituted for the required education.
General Experience: The proposed candidate must have at least two (2) years of experience in a
computer-related field. This individual must have advanced knowledge of network operating systems.
Specialized Experience: The proposed candidate must have at least one (1) year of experience in one or
more of the following areas: data communications engineering, data communications hardware or
software analysis, network administration or management, data communications equipment installation
and maintenance, or computer systems and management. This individual must also have experience with
cable/LAN meters, protocol analyzers, SNMP' and RMON based software products. Additionally, he/she
must have knowledge of Ethernet, FDDI and high-speed WANs and routers.
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 142 of 146
Y. Network Manager
Position Description: The Network manager performs a variety of network management functions in
support of MIS services related to the operation, performance, or availability of data communications
networks. This individual shall serve as an LAN/WAN consultant skilled in network analysis, integration,
and tuning. His/her responsibilities include performing the following tasks:
1. Modifying command language programs and network startup files, assigning/re-assigning network
device logical, analyzing network performance, and recommending adjustments to wide variety of
complex network management functions with responsibility for overall performance and
availability of networks
2. Analyzing client LANs/WANs, isolating source of problems, and recommending reconfiguration
and implementation of new network hardware to increase performance
3. Conducting load balancing efforts to achieve optimum device utilization and network performance
4. Managing network Email functions
5. Establishing mailboxes and monitoring mail performance on the network
6. Coordinating with communications engineering to resolve hardware problems; and
7. Working with customer and operations staff in scheduling preventive and emergency maintenance
activities.
Education and Other Requirements: This position requires a Bachelor’s degree from an accredited
college or university with a major in Computer Science, Information Technology, Engineering, or a
related discipline. If applicable, the candidate must be certified as a network engineer for the specific
network operating system as defined by the State. The certification criteria are determined by the network
operating system vendor.
General Experience: The proposed candidate must have at least twelve (12) years of experience in a
computer-related field. This individual must have a working knowledge of network operating systems.
Specialized Experience: The proposed candidate must have at least ten (10) years of experience in one.
The candidate must have knowledge of cable including FDDI, FOIRL, and 10Base T. In addition, the
candidate must have a working knowledge of Ethernet, high speed WANs, routers, bridges, and switches.
Experience working with IBM's system network architecture (SNA), with knowledge of the MVS
operating system and SNA protocols. This individual must have experience with cable/LAN meters,
protocol analyzers, Simple Network Management Protocol (SNMP) and Remote Monitoring (RMON)
based software products.
Z. Computer Systems Analyst (Junior)
Position Description: Develops requirements for information systems from a project’s inception to
conclusion. Develops required specifications for simple to moderately complex systems. Assists senior
computer systems analyst in preparing input and test data for the proposed system.
Education and Other Requirements: Education: A Bachelor's Degree from an accredited college or
university with a major in Computer Science, Information Systems, Engineering, Business, or other
related scientific or technical discipline or three (3) years of equivalent experience in a related field.
General Experience: Must have three (3) years of computer experience in assignments of a technical
nature working under close supervision and direction.
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 143 of 146
Specialized Experience: At least one (1) year of experience in analyzing and programming applications
on large-scale or mid-tier computers (or LAN-based) with a minimum of one (1) year of design and
programming of moderately complex IT systems.
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 144 of 146
Appendix 6. - Labor Classification Personnel Resume Summary
INSTRUCTIONS:
1. For each person proposed, complete one Labor Category Personnel Resume Summary to
document how the proposed person meets each of the minimum requirements.
For example: If you propose John Smith, who is your subcontractor, and you believe he meets the
requirements of the Group Facilitator, you will complete the top section of the form by entering
John Smith’s name and the subcontractor’s company name. You will then complete the right side
of the Group Facilitator form documenting how the individual meets each of the requirements.
Where there is a time requirement such as three months’ experience, you must provide the dates
from and to showing an amount of time that equals or exceeds mandatory time requirement; in
this case, three months.
2. Additional information may be attached to each Labor Category Personnel Resume Summary
that may assist a full and complete understanding of the individual being proposed.
3. Form may also be found at https://procurement.maryland.gov/wp-
content/uploads/sites/12/2018/05/Appendix-xx-Labor- Resume-Form.dotx
Labor Classification Personnel Resume Summary
RFP # OCMP-22-18251
Instructions: Enter resume information in the fields below; do not submit other resume formats. Submit one
resume for each proposed resource
Candidate Name:
Contractor:
(Bidder/OfferorCompanyName)
Education / Training
Institution Name / City / State
Degree /
Certification
Year
Completed
Field Of Study
<add lines as needed>
Relevant Work Experience
Describe work experience relevant to the Duties / Responsibilities and Minimum Qualifications
described in the RFP. Starts with the most recent experience first; do not include non-relevant
experience.
[Organization]
[Title / Role]
[Period of Employment /
Work]
[Location]
[Contact Person (Optional
if current employer)]
Description of Work…
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 145 of 146
[Organization]
[Title / Role]
[Period of Employment /
Work]
[Location]
[Contact Person]
Description of Work…
<add lines as needed>
Employment History
List employment history, starting with the most recent employment first
Start and End Dates
Job Title or Position
Organization Name
Reason for Leaving
<add lines as needed>
Personnel Resume Summary (Continued)
*“Candidate Relevant Experience” section must be filled out. Do not enter “see resume” as a
response.
References
List persons the State may contact as employment references
Reference Name
Job Title or Position
Organization Name
Telephone / E-mail
<add lines as needed>
**PO Authors: Update the Section Numbers on the left side of table**
Proposed Individual’s Name/Company Name:
How does the proposed individual meet each
requirement?
LABOR CATEGORY TITLE:
Bidder/Offeror to Enter the Labor Category Name
Requirement (See Section <<XXX>>
Candidate Relevant Experience *
Education:
[Insert the education description from Section
<<x.x>>for the applicable labor category]
Education:
Experience:
[Insert the experience description from Section
<<x.x>>for the applicable labor category]
Experience:
Duties:
[Insert the duties description from Section
<<x.x>>for the applicable labor category]
Duties:
Electronic Health Records (EHR) Software as a Service (SaaS)
Solicitation #: OCMP-22-18251
RFP Document
RFP for Maryland Department of Health Page 146 of 146
The information provided on this form for this labor category is true and correct to the best of my
knowledge:
Contractor Representative:
Proposed Individual:
Signature
Signature
Printed Name:
Printed Name
Date
Date
Sign each Form