request for proposals: rfp number 14-14

15
P-1 BIBB COUNTY SCHOOL DISTRICT PROCUREMENT SERVICES 484 MULBERRY ST MACON, GA 31201 SUITE 229 REQUEST FOR PROPOSALS: RFP NUMBER 14-14 On the following items One Site Digital Conventional Voter Radio System Complete Turnkey system including: (1) Channel Digital Conventional Voter System for 3 Sites, Antenna & Line (2) Control Station Radios (3) Labor, Shipping, training and installation.

Upload: others

Post on 15-Jun-2022

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: REQUEST FOR PROPOSALS: RFP NUMBER 14-14

P-1

BIBB COUNTY SCHOOL DISTRICT

PROCUREMENT SERVICES

484 MULBERRY ST

MACON, GA 31201

SUITE 229

REQUEST FOR PROPOSALS: RFP NUMBER 14-14

On the following items

One Site Digital Conventional Voter Radio System

Complete Turnkey system including:

(1) Channel Digital Conventional Voter System for 3 Sites, Antenna & Line

(2) Control Station Radios

(3) Labor, Shipping, training and installation.

Page 2: REQUEST FOR PROPOSALS: RFP NUMBER 14-14

P-2

The Bibb County School District takes this opportunity to announce that we are requesting bids for Radio

System Equipment for our Campus Security Located here at Bibb County School District. All bids

should be delivered to the Bibb County School District Purchasing Department Suite 229, 484 Mulberry

Street, Macon GA 31201. Bids will be accepted prior to November 15th

, 2013 @ 11 am at which time

they will be publicly opened and examined. All bids will be evaluated as described in the attached

document time is of the essence and any bids received after the announced time and date for submittal

whether by mail or otherwise, will be rejected. The time of receipt shall be determined by the time clock

stamp in the Purchasing Department. Bidders are responsible for ensuring that their bids are stamped by

Purchasing Department personnel before the deadline indicated. Late bids received will be so noted in

the bid file in order that the vendor’s name will not be removed from the subject

commodity/service list. Late bids will not be considered.

The bid packages outlines the items being solicited and instructions which describe the submission of the

bid. If bid materials require additional envelopes, then all mailing articles must be combined together with

the special envelope on top. If you wish to receive a copy of the bid results, please review the DOAS

website; we will post accordingly.

If you have any questions concerning this bid, please submit them in writing to Elaine M. Wilson,

[email protected]. In addition, all communication relating to this bid solicitation,

either before or after the bid opens, must be coordinated through the Purchasing Department. Your

interest and participation in submitting a bid will be appreciated.

Elaine M. Wilson

Director, Procurement Services

TENTATIVE TIMELINE

Release of RFP: October 29th

, 2013

Question Deadline: November 7th

, 2013

Due Date: November 15th

, 2013

Page 3: REQUEST FOR PROPOSALS: RFP NUMBER 14-14

P-3

SPECIFICATION

One Site Digital Conventional Voter Radio System

Complete Turnkey system including:

(1) Channel Digital Conventional Voter System for 3 Sites, Antenna & Line

(2) Control Station Radios

(3) Labor, Shipping, training and installation.

1. Description. This Item shall govern for and establish requirements for a three site digital conventional

voter radio system for Bibb County Public Schools.

2. Applicable Specifications and Standards. Reference to specifications, standards, test methods, and

other documents shall be to the issues in effect on the date of the Invitation for Bids. Copies of the

referenced documents may be obtained from the issuing organizations at the addresses shown. The

following publications form a part of this Item to the extent specified herein:

(1) Electronic Industries Association (EIA), 2001 Pennsylvania Ave., N.W., Washington,

DC 20006:

(a) ANSI/EIA 152C Minimum Standards for Land Mobile Communication, FM or PM

Transmitters, 25-866 MHZ.

(b) ANSI/EIA 204D Minimum Standards for Land Mobile Communication FM or PM

Receivers, 25-866 MHZ.

(2) Federal Communications Commission (FCC), 1919 M St. N.W., Washington, D. C.20554:

(a) Code of Federal Regulations 47 CFR 90, Private Land Mobile Radio Services.

3. Definitions. Terminology used in this Item is intended to be generic in nature and consistent with

meanings that have been defined through general use, accepted trade practices, regulatory authorities,

and/or industry standards. Where variant meanings may exist, the applicable interpretation shall be

determined by Bibb County Public Schools. 4. Requirements. Products purchased under this Item shall meet or exceed the following requirements:

(1) General Requirements.

(a) Equipment and accessories shall be new, unused, currently standard products of an

established manufacturer. Submitting contractor must be authorized by manufacturer to

represent for sale and warrant all products contained in the submittal for the specific

geographical area of Bibb County, GA.

(b) Equipment and accessories shall be free of rust, corrosion, scratches, dents, or other defects which

might affect appearance, normal life, or serviceability.

(c) Parts and components not specifically mentioned in this Item but which are required to provide a

complete operating system or which are standard for the model bid, shall be included as part of the

equipment furnished.

(d) Component selection shall be in accordance with the component manufacturer's recommendations for

maximum life.

(e) Modular construction, with maximum use of integrated circuitry, plug-in-circuit boards and modules,

and printed circuits, shall be employed.

(f) Details not specified herein shall be in accordance with standard commercial practices for products of

this type.

Page 4: REQUEST FOR PROPOSALS: RFP NUMBER 14-14

P-4

(2) Registration. All equipment shall comply with all applicable FCC requirements. All components shall

meet or exceed all applicable EIA standards. 3-6 8646 6-01

(3) Performance. All proposed equipment shall meet or exceed the performance requirements specified

herein.

(4) AC Power Supply. Stations shall operate from a 120 VAC (+/-10%), 60 Hz input.

(5) Special Requirements. Special requirements, if any, not contained in this Item, shall be described on

the plans.

(6) Uninterruptable Power supplies and/or generators for radio and console will be provided by Bibb

County Public Schools and are not included as part of this Bid.

5. Testing. All tests and measurements shall be in accordance with applicable EIA Standards. In the event

products tested fail to meet or exceed all conditions and requirements of this Item, the cost of the samples

used and the cost of testing shall be borne by the Contractor.

6. Samples. No pre-purchase or pre-shipment samples shall be required.

7. Submittal Requirements. Three (3) sets of submittal data, i.e. cut sheets (data sheets) for the

equipment and tower shall be submitted.

8. Inspection. Products furnished under this Item shall be inspected by, or at the direction of the

Contractor and Bibb County Public Schools Chief of Campus or the Chief’s designated representative.

9. Warranty. Warranty for the Radio system shall be (2) Years. During this warranty period, the

Contractor shall repair or replace defective components/units at no cost to Bibb County.

10. Availability of Service. Factory authorized service shall be available with a 90 minute response time

for critical component failures.

11. Instruction Books/Manuals. The supplier shall furnish a copy of operating instructions for each item

delivered. An address for reordering manuals shall also be included.

(1) Installation and Maintenance Manuals. Printed, comprehensive installation and maintenance

manuals assembled with covers and conforming to the specific equipment supplied shall be

furnished. The manual shall include a material list which shall contain the replacement part

numbers and description with applicable values of all components used.

(2) Quantity. Two complete sets of manuals, for the system infrastructure shall be furnished to

Bibb County.

(3) Deviations. Any changes to, or modifications to, standard units or components required to

meet these specifications shall be fully documented and included in the manuals provided.

12. Labeling. Each station shall bear a securely affixed and durable label on the outside of the

case with the following information:

1. Manufacturer's name or recognized trademark,

2. Model number,

3. Serial number,

4. FCC identification number or Part 15 compliance statement if required.

Page 5: REQUEST FOR PROPOSALS: RFP NUMBER 14-14

P-5

13. Compliance. In order for consideration to be given to the bid on an item under this Item, the

Contractor must comply with the following conditions:

(1) Equipment Identification. The make, model number, name of manufacturer, brand or trade

name, etc., as applicable, of the item which the Contractor proposes to furnish must be stated as

part of the bid.

(2) Proof. The Contractor shall bear the burden of proof of compliance with this Item.

(3) All contractors must comply with all laws imposed by the State of Georgia Licensing Board

for General Contractors.

14. Installation. The Contractor shall install the systems at the locations indicated below.

Location:

Address: Bibb County Public Schools Maintenance Dept. 2448 Roff Ave., Macon, GA

15. Digital Conventional Voter Radio System General: The system shall consist of 1 VHF

digital voter repeater, 1KTI-3M Interface units and 3 voter receivers (NXR-710). The Main

repeater will be located at the Bibb County Public Schools Maintenance Dept 2448 Roff Ave.,

Macon, GA.

The 3 voter sites will be located at Howard Middle School Campus 6600 Forsyth Road, Rutland

Middle School Campus 6260 Skipper Road, Macon, GA and McAfee Towers 1212 Gray Hwy,

Macon, GA.

Any fees associated with obtaining additional frequencies must be included as part of this

proposal. Contractor is responsible for all equipment and labor necessary to connect systems for

three site operation. Equipment at the site will be installed in 7 foot equipment racks. The racks

will be secured and grounded per industry-standard specifications. Each channel in the system

will utilize 110 W power amplifiers. Contractor is responsible for supplying all material and

labor necessary to complete a turnkey three site digital voter radio system including multi-coupler

systems, power systems and software required to control and manage the system. Some minimal

specifications for the site are listed below. Contractor is responsible for providing ALL

equipment (listed below or not) necessary to complete system installation.

16.1 Site:

Site 1

Quantity/Description

1 VHF Digital NXDN Conventional Repeaters, very narrowband 6.25 KHZ Option

4 100 Watt VHF amplifiers with power supplies

4 Duplexers

KTI-3M Interface Unit, System Manager Software, Lighting Arrestors TX and RX, AC Circuit

Protectors

Site 2, 3 and 4

Page 6: REQUEST FOR PROPOSALS: RFP NUMBER 14-14

P-6

1. VHF Digital Conventional NXDN Repeaters :(1 at Each Site), Very Narrowband 625 KHZ

option Power Supply

(2) KWD-NX10VTR/KTI-3M Interface Units, Lighting Arrestors, AC Circuit Protectors

(3) Multicouplers

2. Weather Proof Cabinet, with the following specifications:

VHF Models ( 136-174 MHz) NXDN Available for both Digital and Analog mode RF &

Controller packed in an 2U height (88 mm) unit Repeater or Base Station Operation Available

100 W Output Power Maximum 30 Channels Programmable per site IP Network Capability

10/100 Base-T Ethernet Network Interface DB-25 Accessory Connector Programmable AUX

I/O's. DTMF AUX Output Control/Input Real time monitoring; Individual and Group and All

Group Calls External LTR Controller Interface; Built in 16 QT/DQT Repeater Control AMBE +

2 VOCODER P25 Compatible.

16.2 Mobile and Portable Programming:

It is up to the Contractor to work with Bibb County Public Schools to build a comprehensive

communications plan. Contractor is responsible for programming all mobile and portable radio

equipment. Any charges for programming must be included as part of this submittal.

17. Radio System Specifications: We currently have a NEXEDGE VHF Repeater system, along with

VFH 25W 2CH M Control Station here that the BOE utilized by our transportation department.

17.1 Digital Repeaters: We have a NEXEDGE VHF Repeater currently housed within the transportation

department.

17.2 Minimum Digital Systems & Networks Features

Digital System networks must be designed to provide all the benefits of the latest DAP-driven LMR

digital voice technologies, trunked system efficiency, IP network, wide area calling, secure digital voice

and an array of advanced digital communications feature sets.

NXDN

OTAP

Digital Conventional

FM Conventional

IP Wide Area Networks

Advanced Digital Audio

AMBE+2 VOCODER

Secure Voice

Page 7: REQUEST FOR PROPOSALS: RFP NUMBER 14-14

P-7

GPS with Voice

Individual & Group Calling

Over-the-Air Caller ID

17.3 General System Requirements:

Multi-Mode

All equipment proposed must support NXDN digital conventional and FM conventional for mixed system

use and graceful migration. Base units include FM conventional repeater control and external interface

for conventional or LTR® trunking controllers.

Advanced Digital Audio

All equipment proposed must utilize advanced DSP coding, DVSI AMBE+2 VOCODER technology and

have a field-proven low BER rate modulation method resulting in high quality digital audio performance

that extends the effective communication range more than FM.

Secure Voice

All equipment proposed must provide an inherent level of security via its digitally encoded air interface.

Proposed radios must also include a digital voice scrambler for digital modes and an inversion scrambler

for basic security in FM mode.

Integrated Data Services

Proposed system must also support status and text messaging features for routine canned and free-form

text messaging.

System Management

The proposed system must have real time monitoring, which includes firmware updates of repeaters.

Spectrum Efficient Technology

Proposed digital system must allow for digital air interface operating in a true 6.25 kHz bandwidth mode.

17.4 Digital Voting Requirements

IP Multi-Site Networking

Digital system must utilize VOIP technologies to eliminate costly leased line expenses. Digital System

networks must use commercial 10/100 Base-T Ethernet switches or greater and routers eliminating costly

hardware switch solutions.

Voting

All equipment must be compatible with a multi-site voting system. Voter satellite sites must be linked via

IP to the central site. Receivers are the same as repeaters except no power output. There will be zero

watts transmitted at each voter site. Subscribers automatically search for the best accessible sites while

moving throughout a network using advanced control channel RSSI & BER hunting algorithms.

Late Entry (GID & now also UID Calls)

Proposed subscriber units must automatically join group or individual calls already in progress after

powering on or entering system coverage.

Page 8: REQUEST FOR PROPOSALS: RFP NUMBER 14-14

P-8

ESN Validation-

Proposed subscriber units must have a unique factory embedded Electronic Serial Number. Each

subscriber unit can be validated for network access at the time of registration (networks only).

UID Registration-

Proposed system must register individual UID’s to receive individual private calls as a unit roams through

the network.

50 Site Networks

Proposed digital System network must accommodate up to 50 sites of 30 channels per site for seamless

wide area calling and fleet unit roaming.

Proposed repeaters must be a full featured, integrated high specification repeater station. It is specially

designed for the demanding requirements of public safety applications where large fleets are supported

and continuous duty operation is needed.

Repeater Digital features must include:

• OTAP

• Auto registration & deregistration

• Stun & Kill

• Password protection

• Up to 30 channels per site

Conventional features must include (some specific to protocol):

• Maximum 512 channels

• QT/DQT encode and decode

• Priority scan

• Time-out-timer

• Talk around

• Busy channel lockout

• Compandor

18. Contractor Qualifications:

The minimum qualifications of the contractor will be as follows:

• The contractor shall have an overall knowledge of the system design, verified experience working

with communications systems, and an understanding of the County’s communications

infrastructure.

• The contractor must be an authorized agent of all proposed equipment and have qualified service

technicians for 2-way radio repair.

• The contractor must have a safety certified tower climber on site during all climbing work.

• The contractor shall demonstrate by reference that they can implement and maintain a system of

this type. Please list 3 references that you installed and maintained that are similar.

Page 9: REQUEST FOR PROPOSALS: RFP NUMBER 14-14

P-9

The contractor must have a service facility located within forty-five miles of Bibb County Public

Schools facility and capable of 24/7 response for both emergency and non-emergency service

with a 90 minute response time.

Submitting Contractor must be authorized by the manufacturer to represent the products

submitted. Bibb County Public Schools will not accept bids from any third party (agents) that do

not have a direct authorized relationship with contractor.

Bibb County Public reserves the right to choose whom they feel appropriate regardless of price.

The contractor will comply with all E-verify requirements.

The contractor will adhere to any bond requirements as indicated by BCSD

The contractor will provide training as requested by BCSD The contractor will provide manufacturer warranty, as well as additional warranty options once

the manufacturer warranty is expired.

The contractor will provide option for Technical Support for the duration of the contract.

The contractor will maintain Workers Compensation (WC): Statutory Limits – required in all contracts

Bodily injury by Accident – each employee $ 100,000

Bodily injury by Disease – each employee $ 100,000

Bodily Injury by Disease – policy limit $ 500,000

19. System Pricing

We, the undersigned, propose to furnish the equipment, installation, training, and other goods and

services listed below and guarantee that if we are awarded the contract, we will furnish all this in

accordance with the attached specifications.

I. Complete Turnkey system including.

Main 1 Channel Digital Conventional Voter System for 4Sites:

(3) Voter site Receivers w/voting Units. Antenna & Line

(3) Control Station Radios

(3) Labor, Shipping, training and installation

20. Submittal Instructions:

Send all information via postal mail, post marked before the deadline date. Please include the Bid

Number: RFP 14-14 on the FRONT of the package. The bid submittal should include the following

documents:

Commitment to Perform

Page 10: REQUEST FOR PROPOSALS: RFP NUMBER 14-14

P-10

Appendix A

COMMITMENT TO PERFORM AS PROPOSED (Print or Type)

Name of Company: __________________________________________

Address of Company: __________________________________________

E-Mail Address: __________________________________________

Business Telephone Number: __________________________________________

Fax Number: __________________________________________

Printed Name and Title: __________________________________________

Signature: __________________________________________

Date: __________________________________________

The full names and addresses of persons and firms interested in the foregoing proposals as principals are as follows:

__________________________________________________________________

__________________________________________________________________

The legal name of the Offeror is:

__________________________________________________________________

Page 11: REQUEST FOR PROPOSALS: RFP NUMBER 14-14

P-11

Appendix B

VENDOR REGISTRTION FORM

Thank you for your interest in doing business with Bibb County Public School system. In order to become an

active vendor within our district, you will have to complete the following documentation.

Instructions*:

All information must be provided in order to approve your vendor registration form.

The NIGP Codes are three digits codes for categories of goods and services. You must select one

(1), primary class code and up to six (6) secondary codes that your company can provide.

You must have a valid Fed Tax ID Number or a Social Security Numbers

The remit to address must be provided; this is where all PAYMENTS will be mailed. If the

physical mailing address is different from the Remit to address, please indicate on the form.

Please provide fax number and email address.

Please select the preferred way of receiving Purchase Orders for processing, mail, email, or fax.

The vendor is responsible for notifying the Procurement Office for all changes that may be

requested on the Purchase Orders.

The vendor is responsible for updating the vendor registration form, if anything changes are

within the vendor file.

The vendor must adhere to the E-Verify qualification, understand the Immigration Reform Act.

Company Name: _______________________________________________________

Company Address: _______________________________________________________

Remit To Address: _______________________________________________________

City: _______________________ State: _______________________ Zip:__________

Country: _____________________ Contact Name: ___________________

Telephone Number: __________________________ Fax Number: ___________________

Email Address: __________________________________ Website: _____________________

Please indicate if you are considered a Minority Vendor within the guidelines provided by the State of Georgia.

YES ______________ NO_______________

E-Verify Number: _________________________________________________

Federal Tax ID Number or Social Security Number: _______________________________

NIGP Class Code Primary: _________________

NIGP Class Code (Additional Codes) (Please use three digit commodity code)

__________________ _________________ __________________ _________________

**Items marked with an asterisk are required fields. Form will be considered incomplete unless all mandated fields

are completed**

Page 12: REQUEST FOR PROPOSALS: RFP NUMBER 14-14

P-12

Appendix C

Must be include with the proposal

PROPOSAL CERTIFICATION (Print or Type)

I certify that I have read and understand the terms and conditions herein except as stated below. I further state that I

am and/or my company is capable, able to, and will provide the requested products and/or service described herein.

I am the owner or agent of the company stated below and am authorized and empowered to contract. By my

signature on this IFB, I/we guarantee and certify that all items included in my bid meet or exceed specifications.

I certify that this quotation is made without prior understanding, agreement, or connection with any corporation,

firm or person submitting a quotation for the same materials, supplies, equipment, or services and is in all respects

fair and without collusion or fraud. I understand collusive bidding is a violation of State and Federal Law and can

result in fines, prison sentences, and civil damage awards. I agree to abide by all conditions of the quotation and

certify that I am authorized to sign this quotation for the Contractor.

SUBMITTED BY________________________________DATE _______________

TITLE__________________________EMAIL: ____________________________

COMPANY NAME____________________________________________________

ADDRESS__________________________CITY______________ST_____ZIP_______

TELEPHONE NUMBER______________FAX NUMBER___________________

COMPANY WEBSITE _________________________

SIGNATURE ________________________________________________________

Page 13: REQUEST FOR PROPOSALS: RFP NUMBER 14-14

P-13

Appendix D

Must be included with this proposal

Contractor Affidavit under O.C.G.A. § 13-10-91(b)(1)

By executing this affidavit, the undersigned contractor verifies its compliance with O.C.G.A. § 13-10-

91, stating affirmatively that the individual, firm or corporation which is engaged in the physical

performance of services on behalf of Bibb County School District has registered with, is authorized to

use and uses the federal work authorization program commonly known as E-Verify, or any subsequent

replacement program, in accordance with the applicable provisions and deadlines established in

O.C.G.A. § 13-10-91. Furthermore, the undersigned contractor will continue to use the federal work

authorization program throughout the contract period and the undersigned contractor will contract for

the physical performance of services in satisfaction of such contract only with subcontractors who

present an affidavit to the contractor with the information required by O.C.G.A. § 13-10-91(b).

Contractor hereby attests that its federal work authorization user identification number and date of

authorization are as follows: _________________________________ ___________________________

Federal Work Authorization User Identification Number Date of Authorization

_________________________________ _________________________

Name of Contractor Name of Project

_________________________________

Bibb County School District

I hereby declare under penalty of perjury that the foregoing is true and correct.

Executed on ______, ___, 201__ in ____________________(city), ______(state).

__________________________________________

Signature of Authorized Officer or Agent

__________________________________________

Printed Name and Title of Authorized Officer or Agent

SUBSCRIBED AND SWORN BEFORE ME:

ON THIS THE ______ DAY OF ______________,201__.

_________________________________

NOTARY PUBLIC: My Commission Expires:

_________________________________

Page 14: REQUEST FOR PROPOSALS: RFP NUMBER 14-14

P-14

Appendix E

Must be included with the proposal

Certificate Regarding Debarment, Suspension, Ineligibility

The Bibb County School District is a recipient of Federal monies. As such we require that participating

vendors not be debarred, suspended, ineligible or excluded from doing business with the Federal

government or any agency thereof.

The prospective participant certifies, by submission of the proposal, that neither it, nor its principals, is

presently debarred, suspended, proposed for debarment, declared ineligible, or excluded from

participation in this transaction by any Federal department or agency.

__________________________________________________________________________________________

Organization Name

__________________________________________________________________________________________

Name(s) and Title(s) of Authorized Representative(s)

__________________________________________________________________________________________

Signature(s) Date

Page 15: REQUEST FOR PROPOSALS: RFP NUMBER 14-14

P-15

APPENDIX F:

PROPOSAL

TO: Bibb County Public Schools

The bidder may choose to bid on any or all options provided below:

The undersigned, as Bidder, declares that he has carefully examined an annexed proposed form

of Contract and the Specifications therein contained and that he proposes and agrees that if his

Proposal is accepted, to provide the necessary machinery, tools, apparatus, and other means of

construction, and will furnish all materials and labor specified in the Contract, or called for by

the specifications, or necessary to complete the Work in the manner therein specified within the

time specified, as therein set forth for the following unit prices, to wit:

Option 1: One Site Digital Conventional Voter Radio System - Complete Turnkey system

including (3) Channel Digital Conventional Voter System for 3 Sites, Antenna & Line (3),

Control Station Radios (3), Labor, Shipping, training and installation.

ITEM NO. ITEM QUANTITY RATE AMOUNT

Site 1 VHF Digital NXDN Conventional Repeaters 1

Very Narrowband 6.25KHZ option

100 Watt VHF amplifiers with power supplies 3

Duplexers 3

KTI-3M Interface Unit

System manager software

Lightning Arrestors TX and RX

AC Circuit Protectors

Site 2 &3 &4

VHF Digital Conventional NXDN Repeaters

(1 @ each site)

Very Narrowband 6.25KHZ option

Power supply

(2) KWD-NX10VTR/KTI-3M Interface Units

Lightning Arrestors

AC Circuit Protectors

(2) Multicouplers

3

Labor/Installation:

Shipping/Training/Other:

OPTION 1: TOTAL BID: $