-
REQUEST FOR OFFER (RFO)
-
COVER LETTER
-
ATTACHMENT 1: RFO CHECKLIST
-
ATTACHMENT 2: RESPONSE TO RFO
-
ATTACHMENT 3: COST WORKSHEET
-
ATTACHMENT 4: BIDDER DECLARATION
-
ATTACHMENT 5: PAYEE DATA RECORD
-
ATTACHMENT 6: CALIFORNIA CIVIL RIGHTS LAW CERTIFICATION
-
ATTACHMENT 7: DISABLED VETERAN BUSINESS ENTERPRISE DECLARATIONS
-
ATTACHMENT 8: SMALL BUSINESS AND / OR DVBE CERTIFICATIONS
-
ATTACHMENT 9: RESUMES
-
ATTACHMENT 10: COMPANY REFERENCE FORM
-
ATTACHMENT 11: TDDC MSA AGREEMENT
-
ATTACHMENT 12: GenAI REPORTING and FACTSHEET (STD 1000)
- STANDARD AGREEMENT (STD 213)
-
EXHIBIT A: SCOPE OF WORK (SOW)
- EXHIBIT A1: WORK AUTHORIZATION
- EXHIBIT A2: ITSD VENDOR TIMESHEET
-
EXHIBIT B: BUDGET DETAIL AND PAYMENT PROVISIONS
-
EXHIBIT B1: COST WORKSHEET
-
EXHIBIT C: ADDITIONAL CONTRACT REQUIREMENTS
-
EXHIBIT D: GenAI TECHNOLOGY AND USE REPORTING
Warning, this is just a preview of the form. Please do not draft responses on this form as changes will not be saved. Return to the application link and sign up to draft and submit a response.
Download as PDF
2024-ITO-088576 Cybersecurity Examination Services
The details of the solicitation are below. To submit a response, please complete all the necessary fields within this page. You can navigate to different sections using the Table of Contents. You can save your progress by clicking the "Save" button and you can Submit your response by clicking the "Submit and Complete" button. If you have any questions as you draft a response, you can submit a question and receive a response via the Q&A tab during the time frame listed below.
Submission Start and End dates
September 17, 2024 at 12:00 AM - October 15, 2024 at 2:00 PM (Pacific Time (US & Canada))
Q&A Submission Window
September 17, 2024 at 12:00 AM - September 26, 2024 at 5:00 PM (Pacific Time (US & Canada))
COVER PAGE

Technology, Digital and Data Consulting (TDDC MSA)
REQUEST FOR OFFER (RFO) 2024-ITO-088576
Cybersecurity Examination Services
September 17, 2024
You are invited to review and respond to RFO #2024-ITO-088576, entitled Cybersecurity Examination Services. In submitting your offer to this RFO, you must comply with all instructions found herein. By submitting an offer, your firm agrees to the terms and conditions stated in this RFO and your TDDC MSA contract.
The Department of Financial Protection and Innovation (DFPI) reserves the right to reject any and/or all offers, either in part or in their entirety.
Please read the enclosed document carefully. The offer to this RFO is due by October 15, 2024 at 2:00 PM PST.
Responses to this RFO and any required copies must be submitted through the City Innovate portal. All Vendors must adhere to the Key Action Dates and Times provided in the RFO.
Department Contact:
Lee Peters
Business Operations Office
Department of Financial Protection and Innovation
Email: solicitation4@dfpi.ca.gov
NOT SUBMITTING AN OFFER
NOT SUBMITTING AN OFFER - TDDC
If TDDC MSA Contractor is not submitting an offer, please complete this document and return it to the Department Contact identified on the cover page no later than October 15, 2024 at 2:00 PM PST.
KEY ACTION DATES
TDDC MSA contractors must adhere to key dates and times shown below.
Event |
Date |
Release of RFO |
September 17, 2024 |
Written Questions Due |
September 26, 2024 at 5:00 PM PST |
DFPI’s Responses to Questions |
September 24, 2024 |
Offer Submission Due Date |
October 15, 2024 at 2:00 PM PST |
Anticipated Contract Award | November 4, 2024 |
Anticipated Start Date |
November 27, 2024 |
RFO GUIDELINES
This RFO and offers may be made a part of the LPA purchase order document and DFPI’s Agreement file.
Offers to this RFO shall contain all information requested and submitted in the format described. It is the offeror’s responsibility to provide all required data and information necessary for DFPI’s comparison team to determine and verify the offeror’s ability to perform services identified in the attached EXHIBIT A: SCOPE OF WORK (SOW) and EXHIBIT B1: COST WORKSHEET. All documents listed on the ATTACHMENT 1: RFO CHECKLIST must be submitted or the offer shall be considered nonresponsive. All documents must be combined in one file in the order of the Required Attachment Checklist.
DFPI shall compare only those offers from offerors who are currently certified to provide the services described herein under an existing TDDC MSA agreement.
It is important to note that offers submitted are not considered “confidential” under the Public Records Act. Any offer to the RFO marked confidential or containing stipulations restricting public access to its contents shall not be accepted.
Offerors requiring clarification of the intent and content of this RFO can submit written questions to:
Lee Peters
solicitation4@dfpi.ca.gov
To ensure a response, questions must be received by September 26, 2024 at 5:00 PM PST.
If revision of any part of this RFO becomes necessary, or if additional data is necessary to clarify any of its provisions, an addendum shall be issued. DFPI reserves the right to amend, alter or change the RFO at any time prior to the deadline of the RFO.
RFO REVIEW AND COMPARISON
At the time offers are reviewed, each offer shall be checked for the presence or absence of required information in conformance with the submission requirements.
DFPI shall then review offers which meet the submission requirements to determine its responsiveness. If a response is missing information required in either Attachments, it may be deemed not responsive. Further review is subject to DFPI’s discretion.
RFO COMPARISON
Offers must receive a minimum 70% score in the technical/experience section to be considered.
1 | Experience | |
Contractor Experience | ||
Background - brief profile of the company's and contractor's experience executing and completing projects | 10 | |
Consultant Experience (minimum 3 years for all evaluating criteria) | ||
Cybersecurity Examination Consultant | ||
Providing advisory services for Cybersecurity examination | 10 | |
Coaching on the assessment of an organization’s cyber defense policies and configurations and evaluating compliance. | 10 | |
Providing recommendations on the assessment of technical (evaluation of technology) and nontechnical (evaluation of people and operations) risk and vulnerability assessments of relevant technology. | 10 | |
Providing guidance on how to perform security reviews, identify gaps in security architecture, and develop security risk management plans. | 10 | |
Providing guidance on how to perform risk analysis (e.g., threat, vulnerability, and probability of occurrence). | 10 | |
Providing comprehensive overviews of examination procedures to collect and analyze data with stakeholders. . | 5 | |
Collaborating withstakeholders to evaluate the adequacy of security policies and standards relative to the risk profile of an organization. | 5 | |
Reviewing collected data and documentation with stakeholders determining an organization’s cybersecurity posture. | 5 | |
Verifying application software/network/system security postures are implemented as stated, documenting deviations, and recommending corrective actions. | 10 | |
Possess one or more certification(s) below: • Certified Information Systems Security Professional (CISSP) • Certified Cloud Security Professional (CCSP) • Certified Cyber Forensics Professional (CCFP) • Certified Information Systems Auditor (CISA) • Certified in Risk and Information Systems Control (CRISC) • Certified in the Governance of Enterprise IT (CGEIT) • Certified in Information Assurance (CIA) • Sensitive Security Information, Certified (SSI) • Certified in Cyber Warfare (CCW) • Certified Ethical Hacker (CEH) |
10 | |
Sub-Total | 95 | |
2 | Cost | |
Lowest offer x/contractor offer) x 60 | 60 | |
3 | References | |
Evaluation of references - will only be considered if the sub-total for selection criteria 1 through 2 is within 5 points of the highest score | 5 | |
4 | Small Business | |
Small Business as prime or subcontractor | 9 | |
5 | Disabled Veteran Business Enterprise | |
Disabled Veteran Business Enterprise as prime or subcontractor | 9 | |
Total | 178 |
Cost evaluation will be based as follows:
Lowest Received Offer (hourly rate) Contractor’s Offer (hourly rate) |
X |
Maximum Cost Score |
= |
Cost Score |
Example:
Resource | Contractor #1 |
Contractor #2 |
Contractor #3 |
Contractor Offer (hourly rate) |
$95.00/hr |
$100.00/hr |
110.00/hr |
![]() |
![]() |
![]() |
Tie Breaker:
In the event of a precise tie between the highest score of a certified small business and the highest score of a certified disabled veteran owned business that is also a small business, the contract will be awarded to the disabled veteran owned small business. All other ties will be decided by coin toss.
GENERAL TERMS AND REQUIREMENTS
- DFPI reserves the right at any time to reject any or all offers.
- All offers and related documents submitted in response to this RFO become public information and the property of the State of California and shall be retained for official purposes.
- All offer development costs are the Offeror’s responsibility and shall not be chargeable to DFPI.
- The selected Offeror shall not commence work until the Purchase Order has been fully approved and authorization has been received from DFPI.
- This order will be issued under a Department of General Services (DGS) Leveraged Procurement Agreement (LPA). Terms and Conditions set forth in the agreement and will be incorporated into the contract by reference. (Please refer to specific LPA for Terms and Conditions.)
State of California
Department of Financial Protection & Innovation
Contractor: Anvaya Solutions, Inc.
Contract: 2024-ITO-088576
COVER LETTER
COVER LETTER
The offer must contain a signed cover letter on the offeror’s official business letterhead stationery. The cover letter must contain a statement that substantiates that the person who signs the letter is authorized to bind the respondent’s firm contractually. The signature on the cover letter must indicate the title or position that the signer holds in the company and offeror’s point of contact for this response.
• This is a single file upload.
• If you have multiple documents, please create a zip file or combined PDF and upload as a single file.
• If you have multiple documents, please create a zip file or combined PDF and upload as a single file.
State of California
Department of Financial Protection & Innovation
Contractor: Anvaya Solutions, Inc.
Contract: 2024-ITO-088576
ATTACHMENT 1: RFO CHECKLIST
RFO CHECKLIST
The ATTACHMENT 1: RFO CHECKLIST is no longer required but attached for your reference. The submission will not be accepted unless all required attachment fields have been completed.
State of California
Department of Financial Protection & Innovation
Contractor: Anvaya Solutions, Inc.
Contract: 2024-ITO-088576
ATTACHMENT 2: RESPONSE TO RFO
RESPONSE TO RFO
The Vendor must provide a written statement, no longer than one (1) page, in Arial font and size 11, indicating the vendor’s experience providing Cybersecurity Examination Services, including names of entities where similar services have been provided.
• This is a single file upload.
• If you have multiple documents, please create a zip file or combined PDF and upload as a single file.
• If you have multiple documents, please create a zip file or combined PDF and upload as a single file.
State of California
Department of Financial Protection & Innovation
Contractor: Anvaya Solutions, Inc.
Contract: 2024-ITO-088576
ATTACHMENT 3: COST WORKSHEET
COST WORKSHEET
Contractors shall not modify the Cost Worksheet unless adding additional rows. Not fully completing this document may deem the offer nonresponsive.
State of California
Department of Financial Protection & Innovation
Contractor: Anvaya Solutions, Inc.
Contract: 2024-ITO-088576
ATTACHMENT 4: BIDDER DECLARATION
BIDDER DECLARATION GSPD 05-105
The California State certified DVBE or Small Business Bidder(s) or the Bidder, who is using Subcontractors, must complete this declaration when submitting a proposal to this TDDC MSA, before contract award. More information and the Bidder Declarations form (including Bidder Declaration Instructions) can be found by following this link:
https://www.documents.dgs.ca.gov/dgs/fmc/gs/pd/gspd05-105.pdf
The Bidder, who completes the Bidder Declaration form, must sign on the bottom of the form to be considered responsive.
• This is a single file upload.
• If you have multiple documents, please create a zip file or combined PDF and upload as a single file.
• If you have multiple documents, please create a zip file or combined PDF and upload as a single file.
State of California
Department of Financial Protection & Innovation
Contractor: Anvaya Solutions, Inc.
Contract: 2024-ITO-088576
ATTACHMENT 5: PAYEE DATA RECORD
PAYEE DATA RECORD
The successful bidder as a result of this TDDC MSA will be required to sign the Payee Data Record, STD 204, before contract award. More information and the STD 204 form can be found by following this link:
• This is a single file upload.
• If you have multiple documents, please create a zip file or combined PDF and upload as a single file.
• If you have multiple documents, please create a zip file or combined PDF and upload as a single file.
State of California
Department of Financial Protection & Innovation
Contractor: Anvaya Solutions, Inc.
Contract: 2024-ITO-088576
ATTACHMENT 6: CALIFORNIA CIVIL RIGHTS LAW CERTIFICATION
CALIFORNIA CIVIL RIGHTS LAW CERTIFICATION
Pursuant to Public Contract Code section 2010, if a bidder or proposer executes or renews a contract of one hundred thousand dollars ($100,000) or more on or after January 1, 2017, the bidder or proposer hereby certifies compliance with the following:
1. CALIFORNIA CIVIL RIGHTS LAWS: For contracts of one hundred thousand dollars ($100,000) or more executed or renewed after January 1, 2017, the contractor certifies compliance with the Unruh Civil Rights Act (Section 51 of the Civil Code) and the Fair Employment and Housing Act (Section 12960 of the Government Code); and
2. EMPLOYER DISCRIMINATORY POLICIES: For contracts of one hundred thousand dollars ($100,000) or more executed or renewed after January 1, 2017, if a Contractor has an internal policy against a sovereign nation or peoples recognized by the United States government, the Contractor certifies that such policies are not used in violation of the Unruh Civil Rights Act (Section 51 of the Civil Code) or the Fair Employment and Housing Act (Section 12960 of the Government Code).
The California Civil Rights Laws and its instructions are available as a fill and print PDF at:
https://www.dgs.ca.gov/-/media/Divisions/OLS/Forms/CALIFORNIA-CIVIL-RIGHTS-LAWS-ATTACHMENT.ashx
The California Civil Rights Laws and its instructions are available as a fill and print PDF at:
https://www.dgs.ca.gov/-/media/Divisions/OLS/Forms/CALIFORNIA-CIVIL-RIGHTS-LAWS-ATTACHMENT.ashx• This is a single file upload.
• If you have multiple documents, please create a zip file or combined PDF and upload as a single file.
https://www.dgs.ca.gov/-/media/Divisions/OLS/Forms/CALIFORNIA-CIVIL-RIGHTS-LAWS-ATTACHMENT.ashx• This is a single file upload.
• If you have multiple documents, please create a zip file or combined PDF and upload as a single file.
State of California
Department of Financial Protection & Innovation
Contractor: Anvaya Solutions, Inc.
Contract: 2024-ITO-088576
ATTACHMENT 7: DISABLED VETERAN BUSINESS ENTERPRISE DECLARATIONS
DVBE DECLARATIONS
The California State certified DVBE bidder(s) must complete this declaration when submitting a proposal to this TDDC MSA before contract award. More information and the DVBE Declarations form can be found by following this link:
https://www.documents.dgs.ca.gov/dgs/fmc/gs/pd/pd_843.pdf• This is a single file upload.
• If you have multiple documents, please create a zip file or combined PDF and upload as a single file.
• If you have multiple documents, please create a zip file or combined PDF and upload as a single file.
State of California
Department of Financial Protection & Innovation
Contractor: Anvaya Solutions, Inc.
Contract: 2024-ITO-088576
ATTACHMENT 8: SMALL BUSINESS AND / OR DVBE CERTIFICATIONS
SMALL BUSINESS AND / OR DVBE CERTIFICATIONS
• This is a single file upload.
• If you have multiple documents, please create a zip file or combined PDF and upload as a single file.
• If you have multiple documents, please create a zip file or combined PDF and upload as a single file.
State of California
Department of Financial Protection & Innovation
Contractor: Anvaya Solutions, Inc.
Contract: 2024-ITO-088576
ATTACHMENT 9: RESUMES
RESUMES
Provide a resume for each identified member AND subcontracting member of the contract team detailing experience meeting the State’s and base schedule’s requirements. Resume entries should clearly demonstrate the experience and/or training requirements described in the EXHIBIT A: SCOPE OF WORK (SOW). An acceptable resume must include the individual’s experience and education, any applicable credentials and certifications, current work history and a summary of similar work performed. Sufficient detail must be included to confirm the experience cited, including an explicit statement regarding the total cumulative time for the similar work performed on each project.
• This is a single file upload.
• If you have multiple documents, please create a zip file or combined PDF and upload as a single file.
• If you have multiple documents, please create a zip file or combined PDF and upload as a single file.
State of California
Department of Financial Protection & Innovation
Contractor: Anvaya Solutions, Inc.
Contract: 2024-ITO-088576
ATTACHMENT 10: COMPANY REFERENCE FORM
COMPANY REFERENCE FORM
Submission of this attachment is mandatory. Failure to complete and return this attachment with your offer may cause your offer to be rejected and deemed nonresponsive.
List below three (3) references for services performed within the last five (5) years, which are similar to the statement of work to be performed in this contract. Note, references cannot be from DFPI or from the Department of Business Oversight.
• This is a single file upload.
• If you have multiple documents, please create a zip file or combined PDF and upload as a single file.
• If you have multiple documents, please create a zip file or combined PDF and upload as a single file.
State of California
Department of Financial Protection & Innovation
Contractor: Anvaya Solutions, Inc.
Contract: 2024-ITO-088576
ATTACHMENT 11: TDDC MSA AGREEMENT
$solicitation.lpa_abbreviation AGREEMENT
Copy of the complete TDDC MSA agreement, (including the cover pages with the Department of General Services logo, TDDC MSA analyst name and/or signature, and price schedule).
• This is a single file upload.
• If you have multiple documents, please create a zip file or combined PDF and upload as a single file.
• If you have multiple documents, please create a zip file or combined PDF and upload as a single file.
State of California
Department of Financial Protection & Innovation
Contractor: Anvaya Solutions, Inc.
Contract: 2024-ITO-088576
ATTACHMENT 12: GenAI REPORTING and FACTSHEET (STD 1000)
GenAI REPORTING and FACTSHEET (STD 1000)
GenAI Technology Use & Reporting
The State of California seeks to realize the potential benefits of GenAI, through the development and deployment of GenAI tools, while balancing the risks of these new technologies.
Bidder / Offeror / Contractor must notify the State in writing if their solution or service includes, or makes available, any GenAI, including GenAI from third parties or subcontractors.
The State has developed a GenAI Reporting and Factsheet (STD 1000) to be completed by the Bidder / Offeror / Contractor. Failure to submit the GenAI Reporting and Factsheet (STD 1000) will result in disqualification of the Bidder / Offeror / Contractor. Failure to report GenAI to the State may void any resulting contract. The State reserves its right to seek any and all relief it may be entitled to as a result of such non-disclosure.
Upon receipt of a Bidder / Offeror / Contractor GenAI Reporting and Factsheet (STD 1000), the state reserves the right to incorporate GenAI Special Provisions into the final contract or reject bids/offers that present an unacceptable level of risk to the state.
• This is a single file upload.
• If you have multiple documents, please create a zip file or combined PDF and upload as a single file.
• If you have multiple documents, please create a zip file or combined PDF and upload as a single file.
State of California
Department of Financial Protection & Innovation
Contractor: Anvaya Solutions, Inc.
Contract: 2024-ITO-088576
STANDARD AGREEMENT (STD 213)
Please click the button below to download the attached file.
State of California
Department of Financial Protection & Innovation
Contractor: Anvaya Solutions, Inc.
Contract: 2024-ITO-088576
EXHIBIT A: SCOPE OF WORK (SOW)
DFPI BACKGROUND
The Department of Financial Protection and Innovation (DFPI) provides protection to consumers and services to businesses engaged in financial transactions. The Department regulates a variety of financial services, products, and professionals. The Department oversees the operations of state-licensed financial institutions, including banks, credit unions, money transmitters, issuers of payment instruments and travelers’ checks, and premium finance companies. Additionally, the Department licenses and regulates a variety of financial service providers, including securities brokers and dealers, investment advisers, deferred deposit transaction originators (commonly known as payday loans) and certain fiduciaries and lenders. The Department also regulates the offer and sale of securities, franchises, and off exchange commodities.
The DFPI has five offices, located in four cities: Sacramento, San Francisco, Los Angeles (2), and San Diego. The Sacramento office is the headquarter office and the main Information Technology hub. The Information Technology Services Division (ITSD) provides IT Services for DFPI. ITSD is responsible for providing systems support, maintenance, enhancements, and new development.
The Information Technology Services Division (ITSD) provides Information Technology services for DFPI. ITSD is responsible for providing systems support, maintenance, enhancements, and new development.
PURPOSE
The objective of this project is to assist the DFPI in the handling and assessment of licensees’ suspected security incidents. Additionally, the DFPI is seeking consultants with expertise in information security examination or cybersecurity risk assessment. The consultant may be called upon to assist the Department in its development of comprehensive processes to review information security and technology examination.
RFO RESPONSE
The RFO, LPA (TDDC MSA), and Offeror’s offer are hereby attached to this contract by this reference.
PROJECT REPRESENTATIVES
Either party may make changes to the contact names or information below by giving written notice to the other party. Said changes shall not require an amendment to this Agreement.
The project representatives during the term of this agreement shall be:
State Agency: Department of Financial Protection and Innovation | Contractor: Anvaya Solutions, Inc. |
Name: Daniel Quach | Name: Shobha Mallarapu |
Email: daniel.quach@dfpi.ca.gov | Email: shobha@anvayasolutions.com |
Phone: 415-889-0184 | Phone: 916-673-9300 |
Direct all contractual inquiries to:
State Agency: Department of Financial Protection and Innovation | Contractor: Anvaya Solutions, Inc. |
Section/Unit: | Section/Unit: |
Attention: Lee Peters | Attention: Shobha Mallarapu |
Address: 2101 Arena Blvd. Sacramento, CA 95834 Effective March 8, 2025, the address will change to 651 Bannon Street, Suite 300, Sacramento, CA 95811 |
Address: 193 Blue Ravine Rd, Ste 250 Folsom, CA 95630 |
Email: lee.peters@dfpi.ca.gov | Email: bids@anvayasolutions.com |
Phone: 530-455-9035 | Phone: 916-673-9300 |
Fax: |
TASKS AND DELIVERABLES
All tasks, deliverables and acceptance criteria will be detailed in work authorization documents. The tasks to be performed may include, but not limited to, the following:
TASK 1
The DFPI is interested in receiving expert services in the handling and assessment of licensees’ cybersecurity incidents. The consultant’s expertise is necessary to advise the department throughout the incident and during the postmortem phase. This engagement might include assisting the department in the establishment of a comprehensive information security and technology examination program. These efforts include but are not limited to the following areas:
Cybersecurity Exam Support
- Advisory services for cybersecurity examination.
- Coaching DFPI Examiners on the assessment of an organization’s cyber defense policies and configurations and evaluating compliance.
- Recommendations on the assessment of technical (evaluation of technology) and nontechnical (evaluation of people and operations) risk and vulnerability assessments of relevant technology.
- Guidance on how to perform security reviews, identify gaps in security architecture, and develop security risk management plans.
- Guidance on how to perform risk analysis (e.g., threat, vulnerability, and probability of occurrence).
- Provide a comprehensive overview of the examination procedures to collect and analyze data with DFPI examiners.
- Collaborate with DFPI Examiners to evaluate the adequacy of security policies and standards relative to the risk profile of an organization.
- Review the collected data and documentation with DFPI Examiners and determine an organization’s cybersecurity posture.
- Verify application software/network/system security postures are implemented as stated, document deviations, and recommend corrective actions.
- Assist the DFPI Examiners by responding to questions throughout the course of a cybersecurity exam.
- Validate the licensee invested appropriately in cyber defense (technology investment or outsourcing) for its size to minimize the risk of a cybersecurity incident.
- Determine the licensee’s cybersecurity resources and budget are appropriate for its size.
-
Determine if the licensee’s cyber insurance is appropriate for its size.
Establish a Comprehensive Information Security and Technology Examination Program
- Determine all necessary components to establish an Information System and Technology (IS & T) Examination program.
- Assist the department in building a checklist needed for an IS&T program.
- Provide templates for every component needed for an IS&T program.
- Prepare a user training guide on how to review and interpret each component of the IS&T program.
- Train the DFPI Examiners on how to review and interpret the licensee’s technical documentation relative to each component of the IS&T program.
- Advise the department of the technological tools needed to support an effective IS&T program.
WORK AUTHORIZATION
- In order to implement the statement of work, the Contractor, in consultation with the DFPI CIO, DFPI PPMO Manager, DFPI ADU Manager, Contract Manager, and/or other appropriate DFPI staff shall prepare work authorizations further defining tasks to be completed, expected deliverables and conditions of acceptance. Each work authorization shall be prepared in accordance with the attached sample contained in EXHIBIT A1: WORK AUTHORIZATION, which is incorporated into this contract.
- It is understood and agreed by both parties to this Contract that all the terms and conditions of this Contract shall remain in force with the inclusion of any such Work Authorization. Such Work Authorization shall in no way constitute a contract other than as provided pursuant to this Contract nor in any way amend or supersede any of the other provisions of this Contract.
- Each Work Authorization shall consist of a detailed statement of the purpose, objective, or goals to be undertaken by the Contractor, an estimated time schedule for the provisions of these services by the Contractor, the name of the Contractor personnel to be assigned, the Contractor's estimated work hours required to accomplish the purpose, objective or goals, the Contractor's billing rates per work hour, and the Contractor's estimated total cost of the Work Authorization.
- All Work Authorizations must be in writing prior to beginning work and signed by the Contractor Representative, DFPI CIO, DFPI PPMO Manager, DFPI ADU Manager, DFPI Contract Manager and/or other appropriate DFPI staff identified on the WA.
- The State has the right to require the Contractor to stop or suspend work on any Work Authorization pursuant to the “Stop Work” provision of the General Provisions.
- Personnel resources will not be expended (at a cost to the State) on task accomplishment in excess of estimated work hours required unless the procedure below is followed:
- If, in the performance of the work, the Contractor determines that a Work Authorization to be performed under this Contract cannot be accomplished within the estimated work hours, the Contractor will immediately notify the State in writing of the Contractor's estimate of the work hours which will be required to complete the Work Authorization in full. Upon receipt of such notification, the State may:
- Alter the Work Authorization to authorize the Contractor to expend the estimated additional work hours of service in excess of the original estimate necessary to accomplish the Work Authorization, or
- Terminate the Work Authorization, or
- Alter the scope of the Work Authorization in order to define tasks that can be accomplished within the remaining estimated work hours.
- If, in the performance of the work, the Contractor determines that a Work Authorization to be performed under this Contract cannot be accomplished within the estimated work hours, the Contractor will immediately notify the State in writing of the Contractor's estimate of the work hours which will be required to complete the Work Authorization in full. Upon receipt of such notification, the State may:
GENERAL ACCEPTANCE APPROACH
For each applicable task and/or deliverable, The ITSD Project Manager (PM) will provide the contractor with a written (email) response within five (5) business days of receipt of a deliverable. This written response will indicate either acceptance or rejection of the deliverable. If the deliverable is accepted, the contractor may invoice DFPI for that deliverable in accordance with the contract. If the deliverable is rejected, the PM will provide a detailed explanation as to why the deliverable was not sufficient. Additionally, all tasks shall be performed in close coordination and approval of DFPI Information Technology Office and Program Management. Deliverables shall be subject to testing prior to final acceptance.
MINIMUM QUALIFICATIONS
The Vendor must provide a written statement, no longer than one (1) page, in Arial font and size 11, indicating the vendor’s experience providing Cybersecurity Examination Services, including names of entities where similar services have been provided. In addition, three (3) references must also be provided on the ATTACHMENT 10: COMPANY REFERENCE FORM included in this RFO. The three (3) references must be for services performed within the last five (5) years which are similar to the scope of work to be performed in this contract. The Department of Financial Protection and Innovation and Department of Business Oversight may NOT be used as references. Submission of these attachments is mandatory. Failure to complete and return these attachments with your offer may cause your offer to be rejected and deemed nonresponsive.
This is a consulting service contract requiring a team of consultants. Each proposed individual should possess the following skills and experience as listed below. A resume for each proposed consultant must be submitted and should include a clear indication of specific experience that meets the requirements listed below.
Cybersecurity Examination Consultant | |
Minimum 3-years Experience |
Desired 6-years+ Experience |
Providing expert advisory services for Cybersecurity examinations. | Providing expert advisory services for Cybersecurity examinations. |
Coaching on the assessment of an organization’s cyber defense policies and configurations and evaluatingcompliance with relevant Cybersecurity standards. | Coaching on the assessment of an organization’s cyber defense policies and configurations and evaluatingcompliance with relevant Cybersecurity standards. |
Providing recommendations on the assessment of technical (evaluation of technology) and nontechnical (evaluation of people and operations) risk and vulnerability assessments of relevant technology. | Providing recommendations on the assessment of technical (evaluation of technology) and nontechnical (evaluation of people and operations) risk and vulnerability assessments of relevant technology. |
Providing guidance on how to perform security reviews, identify gaps in security architecture, and develop security risk management plans. | Providing guidance on how to perform security reviews, identify gaps in security architecture, and develop security risk management plans. |
Providing guidance on how to perform risk analysis (e.g., threat, vulnerability, and probability of occurrence). | Providing guidance on how to perform risk analysis (e.g., threat, vulnerability, and probability of occurrence). |
Providing comprehensive overviews of examination procedures to collect and analyze data with relevant stakeholders . | Providing comprehensive overviews of examination procedures to collect and analyze data with relevant stakeholders. |
Collaborating with stakeholders to evaluate the adequacy of security policies and standards relative to the risk profile of an organization. | Collaborating with stakeholders to evaluate the adequacy of security policies and standards relative to the risk profile of an organization. |
Reviewing collected data and documentation and determining an organization’s cybersecurity posture. | Reviewing t collected data and documentation and determining an organization’s cybersecurity posture. |
Verifying application software/network/system security postures are implemented as stated, documenting deviations, and recommending corrective actions. | Verifying application software/network/system security postures are implemented as stated, documentingdeviations, and recommending corrective actions. |
Possess one or more certification(s) below: • Certified Information Systems Security Professional (CISSP) • Certified Cloud Security Professional (CCSP) • Certified Cyber Forensics Professional (CCFP) • Certified Information Systems Auditor (CISA) • Certified in Risk and Information Systems Control (CRISC) • Certified in the Governance of Enterprise IT (CGEIT) • Certified in Information Assurance (CIA) • Sensitive Security Information, Certified (SSI) • Certified in Cyber Warfare (CCW) • Certified Ethical Hacker (CEH) |
Possess one or more certification(s) below: • Certified Information Systems Security Professional (CISSP) • Certified Cloud Security Professional (CCSP) • Certified Cyber Forensics Professional (CCFP) • Certified Information Systems Auditor (CISA) • Certified in Risk and Information Systems Control (CRISC) • Certified in the Governance of Enterprise IT (CGEIT) • Certified in Information Assurance (CIA) • Sensitive Security Information, Certified (SSI) • Certified in Cyber Warfare (CCW) • Certified Ethical Hacker (CEH) |
WORK STANDARDS
The consultants shall perform all services under this Contract remotely using DFPI provided equipment. Periodically, DFPI may require onsite meetings. When onsite meetings are required, the Vendor must attend in person at the Sacramento office (2101 Arena Blvd., Sacramento, CA 95834. Effective March 8, 2025, the address will change to 651 Bannon Street, Suite 300, Sacramento, CA 95811). The Vendor shall provide the services during regular State business hours (8:00 a.m. - 5:00 p.m. Pacific Standard Time), and at all other times as required to successfully provide the services described in this SOW. The Vendor may be required to travel to other site locations at no cost to the DFPI for meetings or to perform tasks.
Travel is not expected under this contract. However, should the need arise, travel costs are not included as part of this contract. For any necessary travel to one of DFPI’s offices (Sacramento, San Francisco, Los Angeles, and San Diego) the Contractor will absorb all travel and per diem costs. DFPI will not pay for any travel costs.
DFPI will provide computing devices for remote consultants. Consultants are forbidden from connecting non-DFPI equipment to DFPI’s networks. Computing devices may be picked up in person at our offices in Sacramento, Los Angeles or San Francisco or can be shipped to the consultant(s).
The contractor’s support team members must be at a sufficient level to complete the agreed upon deliverables timeline. The State recognizes that a resignation, or other such event, may cause team members to not be available for the duration of this contract. If this event should occur, the contractor must agree that DFPI reserves the right to approve or deny all replacement team members assigned to the project. The lack or shortage of personnel staff shall not relieve the contractor from meeting contract deliverables to the satisfaction of the Department of Financial Protection and Innovation and within agreed upon timelines.
Staff changes and/or substitutions must be approved by DFPI prior to the start of work. An unsigned Consultant Change Request Worksheet must be completed and submitted to DFPI’s Contract Manager (CM) along with the documents mentioned on the worksheet. After the CM reviews the documents, if no additional information is needed, the Worksheet will be sent for signatures (including to the vendor) via AdobeSign. If additional information is needed, once received and the Worksheet is updated, the document will be sent for signatures. Requests must be made as soon as possible, preferably 45-days prior to the proposed change taking place. DFPI reserves the right to request staff changes for staff assigned.
INFORMATION SECURITY
Information security is defined as the preservation of the confidentiality, integrity, and availability of information. A secure environment is required to protect confidential information. All records received, handled, or viewed by the contractor and/or consultants shall be securely maintained, and they shall protect the data from unauthorized access, use or disclosure.
Additionally:
-
The contractor must adhere to State Administrative Manual (SAM), Section 5300, which includes the National Institute of Standards and Technology (NIST) SP 800-53 and Federal Information Security Modernization Act (FISMA), Statewide Information Management Manual (SIMM) 5300-A, and 5300-B, Federal Information Processing Standards (FIPS) Publication 140-2 and American National Standards Institute (ANSI).
-
The Contractor is required to read and acknowledge DFPI’s Acceptable Use policy. DFPI’s Acceptable Use Policy form must be signed and returned within 30 days of the Contract approval.
-
The Contractor, if applicable, is required to complete the DFPI Security Training provided by DFPI’s Information Security Unit.
-
As part of this contract, the Contractor shall be responsible for all costs incurred by the DFPI due to any and every security incident resulting from the Contractor’s failure to perform or negligent acts of its personnel, and resulting in an unauthorized disclosure, release, access, review, destruction, loss, theft, or misuse of an information asset. If the contractor experiences an actual or potential loss of data or breach of data security, the contractor shall, within two (2) hours of its discovery thereof, report the loss or security breach to the DFPI Information Security Office at security@dfpi.ca.gov. If DFPI determines that notice to the individual(s) whose data has been lost or breached is appropriate, the contractor will bear any, and all costs associated with the notice or any mitigation selected by the DFPI (California Civil Code s. 1798.29(a) [agency] and California Civ. Code s. 1798.82(a) (j 1-3) [person or business]). These costs include, but are not limited to, consultant time, material costs, postage, media announcements, and other identifiable costs associated with the breach or loss of data.
- Prior to expiration of the contract, if applicable, the contractor shall return all State property, including security badges to the DFPI ITSD Primary Contact.
Amendment and Budget
The term of the Agreement is anticipated to start November 27, 2024, and end November 26, 2026, or two years from the effective date, whichever is later. The contract dollar amount shall not exceed $1,000,000, with the option to amend the contract to add up to an additional one-year if the MSA is active at the time the amendment is executed. .
This will be a Time and Materials contract. The estimated hours for tasks will be defined in Work Authorizations. Invoice payments will be processed for actual hours worked as reported and approved on standardized ITSD Vendor timesheets (Exhibit A-2). While this is a time and materials contract, upon mutual agreement of DFPI and Vendor an individual Work Authorization may be deliverable based.
CONTRACTOR'S RESPONSIBILITIES
- The contractor will work under the direction of DFPI’s ITSD Primary Contact and will be accountable to the manager for performing work in accordance with scope, schedule, budget, and quality standards (solution must provide services agreed upon in the scope of work).
- The contractor shall propose resources to perform the work and provide a resume for each proposed resource.
- All work products and deliverables shall be stored on DFPI document repository (Example: SharePoint) in a format compatible with DFPI document standards. The most current version of all work products and deliverables shall be available for DFPI review at all times.
- The contractor is responsible for providing the agreed upon resources with the necessary qualifications to perform the tasks and ensure the resource availability is committed for the entire term of the contract including the replacement of the resources if the existing resource becomes unavailable, thereby maintaining the time deadline for implementation.
- Prior to expiration of the contract, the contractor shall return all State property, including security badges to the DFPI ITSD Primary Contact.
- The contractor will work with the DFPI project manager.
- As part of this contract, the Contractor shall be responsible for all costs incurred by the DFPI due to any and every security incident resulting from the Contractor’s failure to perform or negligent acts of its personnel, and resulting in an unauthorized disclosure, release, access, review, destruction, loss, theft, or misuse of an information asset. If the contractor experiences an actual or potential loss of data or breach of data security, the contractor shall, within two (2) hours of its discovery thereof, report the loss or security breach to the DFPI Information Security Office at security@dfpi.ca.gov. If DFPI determines that notice to the individual(s) whose data has been lost or breached is appropriate, the contractor will bear any and all costs associated with the notice or any mitigation selected by the DFPI (California Civil Code s. 1798.29(a) [agency] and California Civ. Code s. 1798.82(a) (j 1-3) [person or business]). These costs include, but are not limited to, consultant time, material costs, postage, media announcements, and other identifiable costs associated with the breach or loss of data.
DFPI'S RESPONSIBILITIES
- DFPI shall provide computers for use by on-site and remote consultants. Consultants are forbidden from connecting non-DFPI equipment to DFPI’s networks.
- DFPI shall provide the consultant(s) access to department subject matter experts, stakeholders, and IT staff for interviews and meetings, as needed.
- DFPI will review and accept or reject deliverables the Contractor produces.
- DFPI/ITSD will designate a Project Manager to oversee work of the Contractor.
State of California
Department of Financial Protection & Innovation
Contractor: Anvaya Solutions, Inc.
Contract: 2024-ITO-088576
EXHIBIT A1: WORK AUTHORIZATION
Please click the button below to download the attached file.
State of California
Department of Financial Protection & Innovation
Contractor: Anvaya Solutions, Inc.
Contract: 2024-ITO-088576
EXHIBIT A2: ITSD VENDOR TIMESHEET
Please click the button below to download the attached file.
State of California
Department of Financial Protection & Innovation
Contractor: Anvaya Solutions, Inc.
Contract: 2024-ITO-088576
EXHIBIT B: BUDGET DETAIL AND PAYMENT PROVISIONS
1.
TIMESHEETS AND REPORTING
Standardized ITSD Vendor timesheets shall be submitted twice per month as follows:
- Reporting period 1st - 15th due no later than the 20th of the reporting month.
- Reporting period 16th - end of month due no later the 5th of the month following the reporting period.
The Contractor shall forward to the Project Manager a progress report monthly, or more frequently if requested by the Project Manager. Each progress report shall include:
- A brief narrative account of project tasks completed or partially completed since the last progress report.
- A brief discussion of problems encountered during the reporting period and how they were or are proposed to be resolved.
- A brief discussion of work planned, by project task, before the next progress report.
- If the work authorization project timeline is behind schedule, the progress report must contain an explanation of reasons and how Contractor plans to get the project back on schedule.
2.
INVOICING AND PAYMENT
-
For services satisfactorily rendered, and upon receipt and approval of the invoices, the State agrees to compensate the Contractor for actual expenditures incurred in accordance with the rates specified herein, and made a part of this Agreement, identified as Exhibit B, Budget Detail and Payment Provisions, Item 4.
-
For Time and Materials contracts invoice payments shall be processed for actual hours worked as reported and approved on standardized ITSD timesheets. The breakdown of charges shall include: contractor staff name, classification and rate, description of completed work/Work Authorization reference number, total hours worked, and total dollar amount due. Approved timesheets must be included with the invoice as support documentation.
- All invoices must include Contract number, Contractor name and address, invoice number, breakdown of charges, and total amount due. Invoices shall be submitted not more frequently than monthly in arrears to:
Department of Financial Protection and Innovation
Attn: Accounting Office
AccountingAP@DFPI.ca.gov
3.
BUDGET CONTINGENCY CLAUSE
- It is mutually agreed that if the Budget Act of the current year and/or any subsequent years covered under this Agreement does not appropriate sufficient funds for the program, this Agreement shall be of no further force and effect. In this event, the State shall have no liability to pay any funds whatsoever to the Contractor or to furnish any other considerations under this Agreement and Contractor shall not be obligated to perform any provisions of this Agreement.
- If funding for any fiscal year is reduced or deleted by the Budget Act for purposes of this program, the State shall have the option to either cancel this Agreement with no liability occurring to the State or offer an agreement amendment to Contractor to reflect the reduced amount.
4.
PAYMENT DETAILS
In accordance with Item 2.A. above, DFPI shall pay the Contractor in accordance with the rates identified herein Exhibit B-1 Cost Sheet.
5.
PROMPT PAYMENT CLAUSE
Payment will be made in accordance with, and within the time specified in, Government Code Chapter 4.5, commencing with Section 927.
6.
CANCELLATION
DFPI reserves the right to cancel the Agreement within thirty (30) days advance written notice to the Contractor. Contractor shall provide a prorated refund.
7.
STOP WORK ORDER
DFPI reserves the right to issue an order to stop work in the event that a dispute should arise or in the event that the State gives Contractor notice that the Agreement will be terminated. The stop work order will be in effect until the dispute has been resolved or the agreement has been terminated.
State of California
Department of Financial Protection & Innovation
Contractor: Anvaya Solutions, Inc.
Contract: 2024-ITO-088576
EXHIBIT B1: COST WORKSHEET
COST WORKSHEET
Awarded vendor's Cost Worksheet will be inserted here in the final agreement.
State of California
Department of Financial Protection & Innovation
Contractor: Anvaya Solutions, Inc.
Contract: 2024-ITO-088576
EXHIBIT C: ADDITIONAL CONTRACT REQUIREMENTS
1.
SPECIAL TERMS AND CONDITIONS
1.1.
EXCISE TAX
The State of California is exempt from federal excise taxes, and no payment will be made for any taxes levied on employees' wages. The State will pay for any applicable State of California or local sales or use taxes on the services rendered or equipment or parts supplied pursuant to this Agreement. The State of California may pay any applicable sales and use tax imposed by another State.
1.2.
SETTLEMENT OF DISPUTES
In the event of a dispute, Contractor shall file a "Notice of Dispute" with the Department of Financial Protection and Innovation (DFPI), Commissioner, within ten (10) days of discovery of the problem. Within ten (10) business days, the Commissioner shall meet with the Contractor and Project Manager for purposes of resolving the dispute. The decision of the Commissioner shall be final. In the event of a dispute, the language contained within this Agreement shall prevail over any other language including that of the bid proposal.
1.3.
AGENCY LIABILITY
The Contractor warrants by execution of this Agreement, that no person or selling agency has been employed or retained to solicit or secure this Agreement upon agreement or understanding for a commission, percentage, brokerage, or contingent fee, excepting bona fide employees or bona fide established commercial or selling agencies maintained by the Contractor for the purpose of securing business. For breach or violation of this warranty, the State shall, in addition to other remedies provided by law, have the right to annul this Agreement without liability, paying only for the value of the work performed, or otherwise recover the full amount of such commission, percentage, brokerage, or contingent fee.
1.4.
POTENTIAL SUBCONTRACTORS
Nothing contained in this Agreement or otherwise, shall create any Contractual relation between the State of California and any subcontractors, and no subcontract shall relieve the Contractor of his/her responsibilities and obligations hereunder. The Contractor agrees to be as fully responsible to the State of California for the acts and omissions of its subcontractors and of persons either directly or indirectly employed by any of them as it is for the acts and omissions of persons directly employed by the Contractor. The Contractor's obligation to pay its subcontractors is an independent obligation from the State of California obligation to make payments to the Contractor. As a result, the State of California shall have no obligation to pay or enforce the payment of any moneys to any subcontractor.
1.5.
CONFIDENTIALITY OF DATA
The Software Management Policy requires that State Contractors certify they have appropriate systems and controls in place to ensure that State funds will not be used in the performance of a Contract for the acquisition, operation, or maintenance of computer software in violation of copyright laws. These requirements are incorporated as standard language in Contracts awarded by the State.
All financial, statistical, personal, technical, and other data and information relating to DFPI operations which are designated confidential by the DFPI and made available to the Contractor in order to carry out this Agreement/Contract, shall be protected by the Contractor from unauthorized use and disclosure. No reports, information, discoveries, or data obtained, assembled, or developed by the Contractor pursuant to this Contract shall be released, published, or made available to any individual/entity without prior written approval from the DFPI. The Contractor shall retain as confidential all recommendations made to the DFPI, all discussions between staff of DFPI and the Contractor and all communications, written, oral or electronic, between the Contractor and the DFPI.
The Contractor shall not be required under the provisions of this paragraph to keep confidential any data or information, which is or becomes publicly available, is already rightfully in the Contractor's possession, is independently developed by the Contractor outside the scope of this Agreement or is rightfully obtained from third parties.
1.6.
EXECUTIVE ORDER N-6-22 – RUSSIA SANCTIONS
On March 4, 2022, Governor Gavin Newsom issued Executive Order N-6-22 (the EO) regarding Economic Sanctions against Russia and Russian entities and individuals. “Economic Sanctions” refers to sanctions imposed by the U.S. government in response to Russia’s actions in Ukraine, as well as any sanctions imposed under State law. By submitting a bid or proposal, Contractor represents that it is not a target of Economic Sanctions. Should the State determine Contractor is a target of Economic Sanctions or is conducting prohibited transactions with sanctioned individuals or entities, that shall be grounds for rejection of the Contractor’s bid/proposal any time prior to Contract execution, or, if determined after Contract execution, shall be grounds for termination by the State.
1.7.
CANCELLATION
The Department of Financial Protection and Innovation (DFPI) reserves the right to cancel the Agreement with thirty (30) days advance written notice to the Contractor. Upon cancellation or termination of the contract, the contractor shall refund all advance payments no later than 30 days after cancelation notification.
1.8.
STOP WORK ORDER
The DFPI reserves the right to issue an order to stop work in the event that a dispute should arise, or in the event that State gives Contractor notice that the Agreement will be terminated. The stop-work order will be in effect until the dispute has been resolved or the Agreement has been terminated. Upon cancellation or termination of the contract, the contractor shall refund all advance payments no later than 30 days after cancellation notification.
2.
AMENDMENTS
The DFPI reserves the right to amend this agreement under a mutually signed agreement by both parties and approved by California Department of Technology (CDT), if applicable. The Contract may require an amendment as a result of project review, changes and additions, changes in project scope, or availability of funding. Contract amount with amendment(s) shall not exceed DFPI’s approved purchasing authority.
3.
INSURANCE REQUIREMENTS
-
CommercialGeneralLiability
Contractor shall maintain general liability on an occurrence form with limits not less than $1,000,000 per occurrence and $2,000,000 aggregate for bodily injury and property damage liability. The policy shall include coverage for liabilities arising out of premises, operations, independent Contractors, products, completed operations, personal and advertising injury, and liability assumed under an insured Agreement. This insurance shall apply separately to each insured against which claim is made, or suit is brought subject to the Contractor’s limit of liability. The policy must name The State of California, its officers, agents, and employees as additional insured, but only with respect to work performed under the Contract.
-
Automobile Liability
If Contractor has commercially owned autos, Contractor shall maintain motor vehicle liability with limits not less than $1,000,000 combined single limit per accident. Such insurance shall cover liability arising out of a motor vehicle including owned, hired, and non-owned motor vehicles. The policy must name The State of California, its officers, agents, and employees as additional insured, but only with respect to work performed under the Contract.
If the Contractor has personally owned autos, by signing this Agreement, the Contractor certifies that the Contractor and any employees, subcontractors or servants possess valid automobile coverage in accordance with California Vehicle Code Sections 16450 to 16457, inclusive. The State reserves the right to request proof at any time.
If auto ownership is unknown, Contractor shall maintain motor vehicle liability with limits not less than $1,000,000 combined single limit per accident. Such insurance shall cover liability arising out of a motor vehicle including owned, hired, and non-owned motor vehicles. The policy must name The State of California, its officers, agents, and employees as additional insured, but only with respect to work performed under the Contract.
If Contractor will not have any commercially owned vehicles used during the life of this Agreement, by signing this Agreement, the Contractor certifies that the Contractor and any employees, subcontractors or servants possess valid automobile coverage in accordance with California Vehicle Code Sections 16450 to 16457, inclusive. The State reserves the right to request proof at any time.
-
Workers’ Compensationand Employer’s Liability
The Contractor shall maintain statutory worker’s compensation and employer’s liability coverage for all its employees who will be engaged in the performance of the Contract. In addition, employer’s liability limits of $1,000,000 are required. If applicable, Contractor shall provide coverage for all its employees for any injuries or claims under the U.S. Longshoremen’s and Harbor Workers’ Compensation Act, the Jones Act or under laws, regulations, or statutes applicable to maritime employees. By signing this Contract, Contractor acknowledges compliance with these regulations. A Waiver of Subrogation or Right to Recover endorsement in favor of the State of California must be attached to the certificate.
-
ProfessionalLiability
If Contract has exposure of a professional nature, including Consultants, Doctors, Engineers, and other professions, Contractor shall maintain Professional Liability covering any damages caused by a negligent error, act, or omission with limits not less than $1,000,000 per claim and $2,000,000 policy aggregate. The Retroactive Date must be shown and must be before the date of the Contract or the beginning of Contract work. Insurance must be maintained, and evidence of insurance must be provided for at least five (5) years after completion of the Contract of work. If coverage is canceled or non-renewed, and not replaced with another claims-made policy form with a Retroactive Date prior to the Contract effective date, the Contractor must purchase “extended reporting” coverage for a minimum of five (5) years after completion of work.
-
Motor Truck Cargo Legal Liability
If the Contractor will be transporting State property, Contractor shall maintain Motor Truck Cargo Legal Liability with a limit no less than the full amount of State-owned property, materials, and/or equipment being transported. The policy coverage shall be on a Special Coverage Form including loading & unloading.
-
Bailee’s Legal Liability
If the Contractor will have State property in their care, custody, and/or control, including State property on their premise for storage, repair, and other conditions, Contractor shall maintain Bailee’s Legal Liability with a limit equal to the replacement value of State-owned property in Contractor’s care, custody, and control. The Contractor’s policy also must include coverage for state property, which is destroyed, including but not limited to by the following perils of fire, lightning, theft, burglary, robbery, windstorm, explosion, collision, floor, sprinkler leak, and earthquake.
GENERAL PROVISIONS APPLYING TO ALL INSURANCE POLICIES
- Coverage Term - Coverage needs to be in force for the complete term of the Contract. If insurance expires during the term of the Contract, a new certificate must be received by the State at least ten (10) days prior to the expiration of this insurance. Any new insurance must still comply with the original terms of the Contract.
- Policy Cancellation or Termination & Notice of Non-Renewal – Contractor and/or Permittee is responsible to notify the State within five business days before the effective date of any cancellation, non-renewal, or material change that affects required insurance coverage. In the event Contractor and/or Permittee fails to keep in effect at all times the specified insurance coverage, the State may, in addition to any other remedies it may have, terminate this Contract upon the occurrence of such event, subject to the provisions of this Contract.
- Deductible – Contractor and/or Permittee is responsible for any deductible or self- insured retention contained within their insurance program.
- Primary Clause – Any required insurance contained in this Contract shall be primary,and not excess or contributory, to any other insurance carried by the State.
- Insurance Carrier Required Rating – All insurance companies must carry a rating acceptable to the Office of Risk and Insurance Management. If the Contractor and/or Permittee is self-insured for a portion or all its insurance, review of financial information including a letter of credit may be required.
- Endorsements – Any required endorsements requested by the State must be physically attached to all requested certificates of insurance and not substituted by referring to such coverage on the certificate of insurance.
- Inadequate Insurance – Inadequate or lack of insurance does not negate the Contractor and/or Permittee’s obligations under the Contract.
- Satisfying an SIR – All insurance required by this Contract must allow the State to pay and/or act as the Contractor’s agent in satisfying any self-insured retention (SIR). The choice to pay and/or act as the Contractor’s agent in satisfying any SIR is at the State’s discretion.
- Available Coverages/Limits – All coverage and limits available to the Contractor shall also be available and applicable to the State, regardless of the minimum limits required in Section three (3) Insurance Requirements.
- Subcontractors – In the case of the Contractor and/or Permittee’s utilization of subcontracts to complete the Contracted Scope of Work (SOW), the Contractor and/or Permittee shall include all subcontractors as insured under the Contractor and/or Permittee’s insurance or supply evidence of insurance to the State equal to policies, coverages and limits required of the Contractor and/or Permittee.
- Premiums – The Contractor/Permittee shall be responsible for any premium, deductible or self-insured retention in connection with any Required Insurance.
- Required Insurance – By requiring the insurance herein, the Department does not represent that the insurance coverage and limits will necessarily be adequate to protect the Contractor/Permittee and such coverage and limits shall not be deemed as a limitation on the Contractor’s/Permittee’s liability under the indemnities granted to the Department in this Contract.
- Insurance Certificate – The Contractor shall provide an insurance certificate evidencing the required insurance coverage before work commences under this Agreement.
Department of Financial Protection and Innovation (DFPI)
Contractor: Anvaya Solutions, Inc.
Contract: 2024-ITO-088576
EXHIBIT D: GenAI TECHNOLOGY AND USE REPORTING
GenAI TECHNOLOGY USE AND REPORTING
During the term of the contract, Contractor must notify the State in writing if their services or any work under this contract includes, or makes available, any previously unreported GenAI technology, including GenAI from third parties or subcontractors. Contractor shall immediately complete the GenAI Reporting and Factsheet (STD 1000) to notify the State of any new or previously unreported GenAI technology. At the direction of the State, Contractor shall discontinue the use of any new or previously undisclosed GenAI technology that materially impacts functionality, risk or contract performance, until use of such GenAI technology has been approved by the State.
Failure to disclose GenAI use to the State and submit the GenAI Reporting and Factsheet (STD 1000) may be considered a breach of the contract by the State at its sole discretion and the State may consider such failure to disclose GenAI and/or failure to submit the GenAI Reporting and Factsheet (STD 1000) as grounds for the immediate termination of the contract. The State is entitled to seek any and all relief it may be entitled to as a result of such non-disclosure.
The State reserves the right to amend the contract, without additional cost, to incorporate GenAI Special Provisions into the contract at its sole discretion and/or terminate any contract that presents an unacceptable level of risk to the State.