Abacus
Name
WS Cloud Architect-Manager
Request #
OA-2505-30315-007
Agency, State
Office of Administration (OA), MO
Location
Jefferson City, MO
Contract Duration
09/01/2025 - 08/31/2026
Release Date
06/17/2026
SOW
General Requirements: • All services by U.S.-based personnel; no offshore work. • Testing timelines must not be compressed once approved. • Vendor may exchange resources only with State-approved resumes. • Compliance with OA/ITSD security policies, trainings, and confidentiality . Vendor Minimum Experience: • 6 + years in AWS, Azure, and GCP cloud architecture; state-government experience preferred . Resource Experience: • Working Team (&Client; 6 years cloud architecture; Aurora, Elastic Beanstalk, PaaS/IaaS, Ansible, Kubernetes). • Must be able to debate technology choices, mentor the existing cloud team, and architect in DevOps/operations. • Experience with AWS Security Hub, Azure Security Center, GCP Security Command Center, SIEM, compliance frameworks, IaC, scripting/automation; security certs a plus . Performance Requirements: • Design/implement secure, high-performance, cost-optimized cloud infrastructure using IaC best practices. • Provide architectural planning and hands-on setup; maintain runbooks, diagrams, configuration standards. • Weekly status reports covering work completed, risks, next priorities . Deliverables: •
Monthly Status Report
(12 total) with accompanying weekly status details. • Approval via Project Deliverable Acceptance Form by Director of Cloud Security & Strategy . Reporting Requirements: • Weekly status using ITSD template: % complete, action items, risks, change requests, etc. • Monthly PDAF acceptance meetings as needed . Technical Environment Requirements: • Use State-owned ADO or JIRA for issue tracking. • Vendor to procure/maintain all necessary development licenses . State's Obligations: • Provide AD/Alt accounts, VDI/RDP access, devices, workspace, timely reviews, and documentation access . State Data: • Host/store within U.S.; "State Data" (including PII/PHI) remains State property and confidential. • Nightly incremental extractions, 60-day post-contract extraction, backup/recovery per DR/BC plans . Invoicing & Payment Holdback: • Firm-fixed per deliverable; 10 % holdback if total &Client; $75,000. • Holdback forfeiture for non-compliance (uncorrected within 10 business days) or late invoicing (45 days). • Holdback returned upon State cancellation (not vendor fault) or final acceptance
Submittal Requirement
SOW Document (Word):
Vendor sections completed and signed. Deliverable Payment Milestones table. Contracting Resource(s) Price Calculations table. SOW Response (separate PDF):
Project overview and past-performance summary. Proposed resources: skills, experience, roles & responsibilities. pproach & Methodology (Exhibit A; include testing/implementation). Detailed tasks & timelines per deliverable. Exhibits B (Personnel Resumes), C (Company History), D (Participation Commitment). Page-numbered, ≤ 50 pages (excl. resumes), 11 pt+ font, no embedded files/links/videos. Clearly mark any confidential/proprietary sections Evaluation Criteria
Cost - 52 points pproach and Methodology for Scope of Work - 24 points Personnel Qualifications and Biographies - 95 points Company History and Experience - 29 points Potential bonus points if Exhibit D is completed:
MBE/WBE Participation - 10 points Organization for the Blind/Sheltered Workshop Preference - 15 points MO Service-Disabled Veteran Business Preference - 3 points Total - 228 points References
Two (2) past-performance case studies, each with client contact information
Resumes required?
Yes - for all proposed resource(s)
Rate card required
No - firm-fixed pricing per deliverable; Vendor completes "Contracting Resource(s) Price Calculations" table for internal reference only
Any specific requirement
ll services/resources U.S.-based; no offshore work. Resource replacements only with State-approved resumes. Compliance with OA/ITSD security, trainings, confidentiality (including PII/PHI) . No out-of-state travel required Hardcopy/Email/portal submission
Email
Link
Via Email
WS Cloud Architect-Manager
Request #
OA-2505-30315-007
Agency, State
Office of Administration (OA), MO
Location
Jefferson City, MO
Contract Duration
09/01/2025 - 08/31/2026
Release Date
06/17/2026
SOW
General Requirements: • All services by U.S.-based personnel; no offshore work. • Testing timelines must not be compressed once approved. • Vendor may exchange resources only with State-approved resumes. • Compliance with OA/ITSD security policies, trainings, and confidentiality . Vendor Minimum Experience: • 6 + years in AWS, Azure, and GCP cloud architecture; state-government experience preferred . Resource Experience: • Working Team (&Client; 6 years cloud architecture; Aurora, Elastic Beanstalk, PaaS/IaaS, Ansible, Kubernetes). • Must be able to debate technology choices, mentor the existing cloud team, and architect in DevOps/operations. • Experience with AWS Security Hub, Azure Security Center, GCP Security Command Center, SIEM, compliance frameworks, IaC, scripting/automation; security certs a plus . Performance Requirements: • Design/implement secure, high-performance, cost-optimized cloud infrastructure using IaC best practices. • Provide architectural planning and hands-on setup; maintain runbooks, diagrams, configuration standards. • Weekly status reports covering work completed, risks, next priorities . Deliverables: •
Monthly Status Report
(12 total) with accompanying weekly status details. • Approval via Project Deliverable Acceptance Form by Director of Cloud Security & Strategy . Reporting Requirements: • Weekly status using ITSD template: % complete, action items, risks, change requests, etc. • Monthly PDAF acceptance meetings as needed . Technical Environment Requirements: • Use State-owned ADO or JIRA for issue tracking. • Vendor to procure/maintain all necessary development licenses . State's Obligations: • Provide AD/Alt accounts, VDI/RDP access, devices, workspace, timely reviews, and documentation access . State Data: • Host/store within U.S.; "State Data" (including PII/PHI) remains State property and confidential. • Nightly incremental extractions, 60-day post-contract extraction, backup/recovery per DR/BC plans . Invoicing & Payment Holdback: • Firm-fixed per deliverable; 10 % holdback if total &Client; $75,000. • Holdback forfeiture for non-compliance (uncorrected within 10 business days) or late invoicing (45 days). • Holdback returned upon State cancellation (not vendor fault) or final acceptance
Submittal Requirement
SOW Document (Word):
Vendor sections completed and signed. Deliverable Payment Milestones table. Contracting Resource(s) Price Calculations table. SOW Response (separate PDF):
Project overview and past-performance summary. Proposed resources: skills, experience, roles & responsibilities. pproach & Methodology (Exhibit A; include testing/implementation). Detailed tasks & timelines per deliverable. Exhibits B (Personnel Resumes), C (Company History), D (Participation Commitment). Page-numbered, ≤ 50 pages (excl. resumes), 11 pt+ font, no embedded files/links/videos. Clearly mark any confidential/proprietary sections Evaluation Criteria
Cost - 52 points pproach and Methodology for Scope of Work - 24 points Personnel Qualifications and Biographies - 95 points Company History and Experience - 29 points Potential bonus points if Exhibit D is completed:
MBE/WBE Participation - 10 points Organization for the Blind/Sheltered Workshop Preference - 15 points MO Service-Disabled Veteran Business Preference - 3 points Total - 228 points References
Two (2) past-performance case studies, each with client contact information
Resumes required?
Yes - for all proposed resource(s)
Rate card required
No - firm-fixed pricing per deliverable; Vendor completes "Contracting Resource(s) Price Calculations" table for internal reference only
Any specific requirement
ll services/resources U.S.-based; no offshore work. Resource replacements only with State-approved resumes. Compliance with OA/ITSD security, trainings, confidentiality (including PII/PHI) . No out-of-state travel required Hardcopy/Email/portal submission
Link
Via Email