Professional Documents
Culture Documents
Event
(Refer to RFP Section 1.3.1 for more information.)
Dates are subject to change. All changes will be reflected in Addenda to the RFP posted on the Division of Purchase and Property website.
Status
Not Applicable
Category I II III
RFP Issued By State of New Jersey Department of the Treasury Division of Purchase and Property Trenton, New Jersey 08625-0230 Date: July 7, 2011
Table of Contents
1.0 INFORMATION FOR BIDDERS..................................................................................................................................................... 6 1.1 PURPOSE AND INTENT .......................................................................................................................................................... 6 1.2 BACKGROUND......................................................................................................................................................................... 6 1.2.1 UASI PROGRAM BACKGROUND.................................................................................................................................... 7 1.3 KEY EVENTS ............................................................................................................................................................................ 7 1.3.1 ELECTRONIC QUESTION AND ANSWER PERIOD ....................................................................................................... 7 1.3.2 SUBMISSION OF BID PROPOSAL .................................................................................................................................. 8 1.3.3 ELECTRONIC BIDDING (EBID) ....................................................................................................................................... 8 1.3.4 MANDATORY/OPTIONAL SITE VISIT ............................................................................................................................. 9 1.3.5 MANDATORY/OPTIONAL PRE-BID CONFERENCE ..................................................................................................... 9 1.4 ADDITIONAL INFORMATION................................................................................................................................................... 9 1.4.1 ADDENDA: REVISIONS TO THIS RFP............................................................................................................................ 9 1.4.2 BIDDER RESPONSIBILITY .............................................................................................................................................. 9 1.4.3 COST LIABILITY ............................................................................................................................................................... 9 1.4.4 CONTENTS OF BID PROPOSAL..................................................................................................................................... 9 1.4.5 BID OPENING................................................................................................................................................................. 10 1.4.6 PRICE ALTERATION...................................................................................................................................................... 10 1.4.7 BID ERRORS .................................................................................................................................................................. 10 1.4.8 JOINT VENTURE............................................................................................................................................................ 11 1.4.9 RECIPROCITY FOR JURISDICTIONAL BIDDER PREFERENCE ................................................................................ 11 2.0 DEFINITIONS ............................................................................................................................................................................... 12 2.1 GENERAL DEFINITIONS........................................................................................................................................................ 12 2.2 CONTRACT-SPECIFIC DEFINITIONS ................................................................................................................................... 13 3.0 SCOPE OF WORK....................................................................................................................................................................... 17 3.1 PROJECT PLAN ..................................................................................................................................................................... 18 3.1.1 DETAILED DESIGN REVIEW......................................................................................................................................... 18 3.1.2 CONTRACT SCHEDULE................................................................................................................................................ 18 3.2 SYSTEM COMPONENTS AND SOFTWARE COMPATIBILITY AND INTEGRATION........................................................... 19 3.3 DISASTER RECOVERY CONSIDERATIONS ........................................................................................................................ 20 3.4 700 MHZ PSI-BWN SPECIFICATIONS (LTE/EPC) ................................................................................................................ 20 3.4.1 GENERAL ....................................................................................................................................................................... 20 3.4.2 SYSTEM REQUIREMENTS............................................................................................................................................ 20 3.4.3 FUNCTIONAL REQUIREMENTS/FEATURES AND FUNCTIONALITY ......................................................................... 24 3.4.4 NETWORK CONTROL/MANAGEMENT REQUIREMENTS........................................................................................... 24 3.5 BACKHAUL ............................................................................................................................................................................. 26 3.5.1 GENERAL ....................................................................................................................................................................... 26 3.5.2 DESIGN CONSIDERATIONS ......................................................................................................................................... 26 3.6 EQUIPMENT ........................................................................................................................................................................... 27 3.6.1 SITE LIGHTNING PROTECTION AND GROUND SYSTEM.......................................................................................... 27 3.6.2 SUBMITTAL OF REGULATORY LICENSES.................................................................................................................. 27 3.6.3 ANTENNA SYSTEMS ..................................................................................................................................................... 28 3.6.4 SITE SELECTION AND CLASSIFICATION.................................................................................................................... 28 3.6.5 MOBILE DEVICES .......................................................................................................................................................... 28 3.6.6 LOCAL AND PRIVATE ENTITIES. ................................................................................................................................. 28 3.7 SHELTER REQUIREMENTS .................................................................................................................................................. 29 3.7.1 GENERAL ....................................................................................................................................................................... 29 3.7.2 STANDARDS AND CODES............................................................................................................................................ 29 3.7.3 SHELTER CAPACITY AND SIZE ................................................................................................................................... 29 3.7.4 SHELTER FOUNDATION AND FABRICATION ............................................................................................................. 29 3.7.5 DOORS ........................................................................................................................................................................... 30 3.7.6 TRANSMISSION LINE ENTRIES ................................................................................................................................... 30 3.7.7 CABLE LADDERS........................................................................................................................................................... 30 3.7.8 SECURITY AND SAFETY SYSTEMS ............................................................................................................................ 30 2
3.7.9 ELECTRICAL SYSTEMS ................................................................................................................................................ 31 3.7.10 UNINTERRUPTIBLE POWER SUPPLY SYSTEM (UPS) ............................................................................................ 31 3.7.11 DELIVERY AND INSTALLATION ................................................................................................................................. 31 3.7.12 SHELTER GROUNDING PROTECTION SYSTEM ...................................................................................................... 31 3.7.13 GENERATOR FUEL STORAGE SYSTEM ................................................................................................................... 32 3.7.14 NATIONAL ENVIRONMENT PROTECTION ACT (NEPA) REQUIREMENTS............................................................. 32 3.7.15 FENCING ...................................................................................................................................................................... 32 3.7.16 VEHICULAR BARRICADE GATE ................................................................................................................................. 32 3.7.17 ACCESS ROAD ............................................................................................................................................................ 32 3.7.18 UTILITY SERVICE ........................................................................................................................................................ 33 3.8 TESTING AND ACCEPTANCE............................................................................................................................................... 33 3.8.1 FACTORY TEST ............................................................................................................................................................. 33 3.8.2 FIELD TESTING.............................................................................................................................................................. 33 3.8.3 BENCHMARK MEASUREMENT .................................................................................................................................... 34 3.8.4 SITE INSPECTIONS AND TESTING.............................................................................................................................. 34 3.8.5 ACCEPTANCE................................................................................................................................................................ 34 3.8.6 TEST PLANS .................................................................................................................................................................. 34 3.8.7 TESTING DOCUMENTATION ........................................................................................................................................ 35 3.8.8 TESTING CHECKLIST(S)............................................................................................................................................... 35 3.8.9 PUNCHLISTS.................................................................................................................................................................. 35 3.8.10 MOBILE COVERAGE TEST POINTS AND ROUTES .................................................................................................. 36 3.8.11 MODIFIED GRID TEST................................................................................................................................................. 36 3.8.12 TESTING AND ACCEPTANCE MILESTONES ............................................................................................................ 36 3.9 WARRANTY ............................................................................................................................................................................ 37 3.9.1 MAINTENANCE AND INSPECTION PROGRAM 2 YEAR WARRANTY PERIOD (M&IP2WP) .................................. 38 3.9.2 OPERATIONS PROGRAM 2 YEAR WARRANTY PERIOD (OP2YWP) ..................................................................... 38 3.9.3 MAINTENANCE AND INSPECTION PROGRAM POST WARRANTY PERIOD (M&IPPWP)..................................... 38 3.9.4 OPERATIONS PROGRAM POST WARRANTY PERIOD (OPPWP) .......................................................................... 38 3.10 TRAINING ............................................................................................................................................................................. 38 3.10.1 GENERAL ..................................................................................................................................................................... 39 3.10.2 TRAINING MATERIALS................................................................................................................................................ 39 3.10.3 TRAINING INSTRUCTORS .......................................................................................................................................... 39 3.10.4 TYPES AND AREAS OF TRAINING............................................................................................................................. 39 3.10.5 TRAINING BY STATE TRAINERS AFTER SYSTEM ACCEPTANCE ......................................................................... 39 3.10.6 SCHEDULING............................................................................................................................................................... 39 3.10.7 ACCOUNTABILITY ....................................................................................................................................................... 40 3.10.8 TRAINING COURSE DESCRIPTIONS......................................................................................................................... 40 3.11 PAYMENT ............................................................................................................................................................................. 40 4.0 BID PROPOSAL PREPARATION AND SUBMISSION............................................................................................................... 42 4.1 GENERAL ............................................................................................................................................................................... 42 4.2 BID PROPOSAL DELIVERY AND IDENTIFICATION............................................................................................................. 42 4.3 EBID VS NON-EBID SUBMISSION INSTRUCTION............................................................................................................... 42 4.3.1 EBID SUBMISSION OF BID PROPOSAL....................................................................................................................... 42 4.3.2 NON-EBID SUBMISSION ............................................................................................................................................... 42 4.4 BID PROPOSAL CONTENT ................................................................................................................................................... 43 4.4.1 FORMS REQUIRED WITH BID PROPOSAL ................................................................................................................. 43 4.4.2 FORMS REQUIRED BEFORE CONTRACT AWARD AND THAT SHOULD BE SUBMITTED WITH THE BID PROPOSAL.............................................................................................................................................................................. 45 4.4.3 TECHNICAL PROPOSAL ............................................................................................................................................... 46 4.4.4 ORGANIZATIONAL SUPPORT AND EXPERIENCE ..................................................................................................... 48 4.4.5 DISASTER RECOVERY PLAN (DRP)............................................................................................................................ 50 4.4.6 TECHNOLOGY ROAD MAP ........................................................................................................................................... 50 4.4.7 SYSTEM PROPAGATION ANALYSIS............................................................................................................................ 51 4.4.8 FCC SPECTRUM FREQUENNCY REQUIREMENTS.................................................................................................... 51 4.4.9 BIDDER PROPOSED NEW SITES................................................................................................................................. 51 4.4.10 WARRANTY.................................................................................................................................................................. 51 4.4.11 PRICE SCHEDULE....................................................................................................................................................... 52 5.0 SPECIAL CONTRACTUAL TERMS AND CONDITIONS............................................................................................................ 54 3
5.1 PRECEDENCE OF SPECIAL CONTRACTUAL TERMS AND CONDITIONS........................................................................ 54 5.2 CONTRACT TERM AND EXTENSION OPTION .................................................................................................................... 54 5.3 CONTRACT TRANSITION...................................................................................................................................................... 54 5.4 CONTRACT AMENDMENT .................................................................................................................................................... 54 5.5 CONTRACTOR RESPONSIBILITIES ..................................................................................................................................... 54 5.6 SUBSTITUTION OF STAFF.................................................................................................................................................... 55 5.7 SUBSTITUTION OR ADDITION OF SUBCONTRACTOR(S) ................................................................................................. 55 5.8 OWNERSHIP OF MATERIAL ................................................................................................................................................. 55 5.9 SECURITY AND CONFIDENTIALITY..................................................................................................................................... 56 5.9.1 DATA CONFIDENTIALITY.............................................................................................................................................. 56 5.9.2 SECURITY STANDARDS ............................................................................................................................................... 56 5.9.3 SECURITY PLAN............................................................................................................................................................ 58 5.10 NEWS RELEASES................................................................................................................................................................ 60 5.11 ADVERTISING ...................................................................................................................................................................... 60 5.12 LICENSES AND PERMITS ................................................................................................................................................... 60 5.13 CLAIMS AND REMEDIES..................................................................................................................................................... 60 5.13.1 CLAIMS ......................................................................................................................................................................... 60 5.13.2 REMEDIES.................................................................................................................................................................... 60 5.13.3 REMEDIES FOR FAILURE TO COMPLY WITH MATERIAL CONTRACT REQUIREMENTS..................................... 60 5.14 LATE DELIVERY................................................................................................................................................................... 60 5.15 RETAINAGE.......................................................................................................................................................................... 60 5.16 STATE'S OPTION TO REDUCE SCOPE OF WORK ........................................................................................................... 61 5.17 SUSPENSION OF WORK..................................................................................................................................................... 61 5.18 CHANGE IN LAW.................................................................................................................................................................. 61 5.19 CONTRACT PRICE INCREASE (PREVAILING WAGE) ...................................................................................................... 61 5.20 PUBLIC WORKS CONTRACT-ADDITIONAL AFFIRMATIVE ACTION REQUIREMENT .................................................... 61 5.21 ADDITIONAL WORK AND/OR SPECIAL PRODUCTS ........................................................................................................ 62 5.22 FORM OF COMPENSATION AND PAYMENT ..................................................................................................................... 63 5.22.1 PAYMENT TO CONTRACTOR OPTIONAL METHOD.............................................................................................. 63 5.23 MODIFICATIONS AND CHANGES TO THE NJ STANDARD TERMS AND CONDITIONS VERSION 05/13/10 ................ 64 5.23.1 PATENT AND COPYRIGHT INDEMNITY .................................................................................................................... 64 5.23.2 INDEMNIFICATION ...................................................................................................................................................... 64 5.23.3 INSURANCE - PROFESSIONAL LIABILITY INSURANCE .......................................................................................... 65 5.24 CONTRACT ACTIVITY REPORT ......................................................................................................................................... 65 5.25 MACBRIDE PRINCIPLES CERTIFICATION...................................................................................................................... 66 6.0 PROPOSAL EVALUATION ......................................................................................................................................................... 67 6.1 RIGHT TO WAIVE................................................................................................................................................................... 67 6.2 PROPOSAL EVALUATION COMMITTEE .............................................................................................................................. 67 6.3 ORAL PRESENTATION AND/OR CLARIFICATION OF BID PROPOSAL............................................................................. 67 6.4 EVALUATION CRITERIA ........................................................................................................................................................ 67 6.4.1 TECHNICAL EVALUATION CRITERIA .......................................................................................................................... 68 6.4.2 BIDDERS PRICE SCHEDULE ....................................................................................................................................... 68 6.4.3 TOTAL PROPOSAL SCORE .......................................................................................................................................... 68 6.4.4 BID DISCREPANCIES .................................................................................................................................................... 68 6.4.5 EVALUATION OF THE BID PROPOSALS ..................................................................................................................... 69 6.5 NEGOTIATION AND BEST AND FINAL OFFER (BAFO)....................................................................................................... 69 7.0 CONTRACT AWARD ................................................................................................................................................................... 71 7.1 DOCUMENTS REQUIRED BEFORE CONTRACT AWARD .................................................................................................. 71 7.1.1 REQUIREMENTS OF PUBLIC LAW 2005, CHAPTER 51, N.J.S.A. 19:44A-20.13-25 (FORMERLY EXECUTIVE ORDER 134) AND EXECUTIVE ORDER 117 (2008).............................................................................................................. 71 7.1.2 SOURCE DISCLOSURE REQUIREMENTS................................................................................................................... 73 7.1.3 AFFIRMATIVE ACTION ................................................................................................................................................. 74 7.1.4 BUSINESS REGISTRATION ......................................................................................................................................... 74 7.2 FINAL CONTRACT AWARD ................................................................................................................................................... 74 7.3 INSURANCE CERTIFICATES ................................................................................................................................................ 74 7.4 PERFORMANCE BOND ......................................................................................................................................................... 74 8.0 CONTRACT ADMINISTRATION.................................................................................................................................................. 76 4
8.1 CONTRACT MANAGER ......................................................................................................................................................... 76 8.1.1 STATE CONTRACT MANAGER RESPONSIBILITIES................................................................................................... 76 8.1.2 COORDINATION WITH THE STATE CONTRACT MANAGER ..................................................................................... 76 9.0 SPECIAL CONTRACT REQUIREMENTS RELATING TO WORK FUNDED UNDER THE AMERICAN RECOVERY AND REINVESTMENT ACT OF 2009 (ARRA)........................................................................................................................................... 77
1.2 BACKGROUND
The State of New Jersey was granted a waiver by the FCC on May 11, 2010 to use the 700 MHz public safety broadband spectrum, (763-768 MHz and 793-798 MHz) subject to the requirements established in Federal Communications Commissions (FCC) Order in PS Docket 06-229 (http://www.fcc.gov/rulemaking/06-229/documents), adopted on May 11, 2010 (FCC 10-79) (http://www.fcc.gov/rulemaking/06-229/documents). Additional guidance was adopted on December 10th with FCC order DA10-2342 (http://transition.fcc.gov/Document_Indexes/PSHSB/2010_index_PSHSB_Order.html) . On August 1, 2010 The State of New Jersey was awarded a $39 million grant from the National Telecommunication Information Administration`s (NTIA) Broadband Technology Opportunities Program (BTOP) (http://www2.ntia.doc.gov/) to support the construction of a wireless public safety network in the Northern New Jersey Urban Area Security Initiative (UASI) region of the State. The New Jersey Office of Information Technology (OIT) is managing the network build out. The funds will support network build out (including equipment and labor) and State administrative costs.
6
It is the States intention to construct a Band Band 14 - 700 MHz Public Safety Interoperable Broadband Wireless Network (700 MHz-PSI-BWN) or Evolved Packed System (EPS) that will satisfy the technical requirements that the FCC and the Public Safety Broadband Licensee (PSBL) (http://www.psst.org/network.jsp) have specified to date and those they may adopt for the national network. Bidder proposals must be in full compliance with all conditions of the FCC waiver including any and all FCC Orders until the time of system acceptance. The States broadband network will be designed and built to be fully interoperable with the future national network to be constructed by the PSBL. Authorized users of the national network will be able to roam seamlessly into the New Jersey LTE Public Safety network. The 700 MHz PSI-BWN (or EPS) will consist of a LTE/RAN initially deployed in the NJ UASI Region; and the EPC/Core Network deployed to handle public safety communications traffic within the UASI region. The State wants the network is to be engineered and designed with scalability in mind to handle public safety communications traffic throughout New Jersey and possibly Northeast states. It is envisioned that a carefully engineered single Core Network in the Northeast could be shared with the neighboring states (e.g. Connecticut, Maine, Massachusetts, New Hampshire, Rhode Island, Vermont, New York, Delaware, District of Columbia, Maryland, Pennsylvania, Virginia and W. Virginia, etc [Exhibit C] or, even large cities in FEMA regions I, II, and III. State envisions forming an Alliance of these States as shown in Exhibit C. In this scenario the Core Network would be leased by the Alliance. It is the StateS intention to build LTE/RANs in other counties of New Jersey with similar grants in the future. The State reserves the right to expand the scope of work related to this RFP to other counties beyond the UASI district within New Jersey. Further, it is assumed that each Northeastern state will build out its own LTE/RANs. The EPC/Core Network built for the State of New Jersey will have the scalability to become the Core for all 4G/LTE public safety communications for the Northeast. To that end, OIT is seeking product and services proposals for a 700 MHz PSI-BWN from qualified respondents to help the State achieve its vision and goals.
The Purchase Bureau will electronically accept questions and inquiries from all potential bidders via the web at http://ebid.nj.gov/QA.aspx. Questions should be directly tied to the RFP and asked in consecutive order, from beginning to end, following the organization of the RFP. Each question should begin by referencing the RFP page number and section number to which it relates. Bidders must not contact the Using Agency directly, in person, by telephone or by email, concerning this RFP. The cut-off date for electronic questions and inquiries relating to this RFP is indicated on the cover sheet. Addenda to this RFP, if any, will be posted on the Purchase Bureau website after the cut-off date. (See RFP Section 1.4.1 for further information.)
Note: Bidders using U.S. Postal Service regular or express mail services should allow additional time since the U.S. Postal Service does not deliver directly to the Purchase Bureau. Procedural inquiries concerning this RFP may be directed to RFP.procedures@treas.state.nj.us. The State will not respond to substantive questions related to the RFP or any other contract via this e-mail address.
submit an eBid. It will be the bidders responsibility to ensure that the eBid has been properly submitted. On-line Training Sessions: Online training for the eBid process is available on the web at http://www.state.nj.us/treasury/purchase/index.shtml. The bidder is strongly encouraged to utilize the on-line training session before attempting to submit an eBid. It will be the bidders responsibility to ensure that the eBid has been properly submitted.
such designation should be clearly stated in a cover letter. The State will not honor any attempt by a bidder either to designate its entire bid proposal as proprietary and/or to claim copyright protection for its entire proposal. In the event of any challenge to the bidders designation of confidential/proprietary materials, the bidder shall be solely responsible for defending its designation and the State shall have no responsibility therefor. By signing the cover sheet of this RFP, the bidder waives any claims of copyright protection set forth within the manufacturer's price list and/or catalogs. The price lists and/or catalogs must be accessible to State using agencies and cooperative purchasing partners and thus have to be made public to allow all eligible purchasing entities access to the pricing information. All bid proposals, with the exception of information determined by the State or the Court to be proprietary, are available for public inspection after the Letter of Intent to Award is issued. At such time, interested parties can make an appointment with the Purchase Bureau to inspect bid proposals received in response to this RFP.
10
All bid withdrawal requests must include the bid identification number and the final bid opening date and sent to the following address: Department of the Treasury Purchase Bureau PO Box 230 33 West State Street 9th Floor Trenton, New Jersey 08625-0230 Attention: Supervisor, Bid Review Unit If during a bid evaluation process, an obvious pricing error made by a potential contract awardee is found, the Director shall issue written notice to the bidder. The bidder will have five (5) days after receipt of the notice to confirm its pricing. If the vendor fails to respond, its bid shall be considered withdrawn, and no further consideration shall be given it. If it is discovered that there is an arithmetic disparity between the unit price and the total extended price, the unit price shall prevail. If there is any other ambiguity in the pricing other than a disparity between the unit price and extended price and the bidders intention is not readily discernible from other parts of the bid proposal, the Director may seek clarification from the bidder to ascertain the true intent of the bid.
11
State Contract Manager The individual responsible for the approval of all deliverables, i.e., tasks, sub-tasks or other work elements in the Scope of Work, as set forth in Sections 8.1, 8.1.1 and 8.1.2. Subtasks Detailed activities that comprise the actual performance of a task. State State of New Jersey. Subcontractor An entity having an arrangement with a State contractor, where the State contractor uses the products and/or services of that entity to fulfill some of its obligations under its State contract, while retaining full responsibility for the performance of all of its [the contractor's] obligations under the contract, including payment to the subcontractor. The subcontractor has no legal relationship with the State, only with the contractor. Task A discrete unit of work to be performed. Using Agency[ies] The entity[ies] for which the Division has issued this RFP and will enter into a contract.
injuries which the patient, or the medical practitioner, believes constitutes a medical emergency. The use of the term emergency medical services may refer solely to the pre-hospital element of the care, or be part of an integrated system of care, including the main care provider, such as a hospital. Emergency medical services may also be locally known as: first aid squad, emergency squad, rescue squad, ambulance squad, ambulance service, ambulance corps or life squad. EPC Evolved Packet Core or Core is the IP-based core network defined by 3GPP in Rel-8 standards for use by LTE and other access technologies. The goal of EPC is to provide simplified all-IP core network architecture to efficiently give access to various services. EPS Evolved Packet System or 700 MHz PSI-BWN - Both LTE and EPC are also collectively called Evolved Packet System or EPS EV-DO Evolution-Data Optimized A 3G digital service provided by CDMA cellular carriers.In the U.S. EV-DO works on EV-DO cellphones as well as laptops and portable devices that have EV-DO modems. Part of the CDMA2000 standards, EV-DO users have experienced data rates up to 800 Kbps typically with more latency than DSL and cable service. EV-DO is also known as "1xEV-DO." FAA Federal Aviation Administration is an agency of the United States Department of Transportation with authority to regulate and oversee all aspects of civil aviation in the U.S FCC Federal Communications Commission is an independent United States government Agency. The FCC was established by the Communications Act of 1934 and is charged with regulating interstate and international communications by radio, television, wire, satellite and cable. The FCC's jurisdiction covers the 50 states, the District of Columbia, and U.S. possessions. FEMA Federal Emergency Management Agency coordinates the federal government's role in preparing for, preventing, mitigating the effects of, responding to, and recovering from all domestic disasters, whether natural or man-made, including acts of terror. GERAN GSM Radion Access Network consists of Base Transceiver Stations and Base Station Controllers. Its purpose is to manage the radio link between mobile phones and a telecommunication core network. This access network provides access to both Circuit switched (CS) and Packet switched (PS) core networks. GSM Global System for Mobile Communications is a digital mobile telephone system that is widely used in Europe and other parts of the world. GSM uses a variation of Time Division Multiple Access (TDMA) and is the most widely used of the three digital wireless telephone technologies (TDMA, GSM, and CDMA). GSM digitizes and compresses data, then sends it down a channel with two other streams of user data, each in its own time slot. It operates at either the 900 MHz or 1,800 MHz frequency band Gx - Reference point between a PCRF and a PCEF Gy - Online charging reference point between a PCEF and an OCS Gz - Offline charging reference point between a PCEF and a CGF LTE Long Term Evolution The next-generation 4G technology for both GSM and CDMA cellular carriers. Approved in 2008 with download speeds up to 173 Mbps, LTE was defined by the 3G Partnership Project in the 3GPP Release 8 specification.
14
MME Mobility Management Entity is the key control-node for the LTE access-network. It is responsible for idle mode UE (User Equipment) tracking and paging procedure including retransmissions. NTIA National Telecommunications Information Administration is an agency of the United States Department of Commerce that serves as the President's principal adviser on telecommunications policies pertaining to the United States' economic and technological advancement and to regulation of the telecommunications industry. OEM Office of Emergency Management is an agency at the state and local and federal levels that hold responsibility of comprehensively planning for and responding to all manner of disasters, whether man-made or natural. PDN-GW Packet Data Network Gateway is a device that provides connectivity from user to services. RAN Radio Access Network is part of a mobile Telecommunication system. It implements a radio access technology. Conceptually, it sits between the Mobile phone, and the core network (CN). The mobile phone is varyingly known as user equipment (UE), terminal equipment, mobile station (MS). Rx - Reference point between the PCRF and an AF. S1-MME - Reference point for the control plane protocol between E-UTRAN and MME. S1-U - Reference point between E-UTRAN and S-GW for the per bearer user plane tunnelling and inter eNodeB path switching during handover. S5 - It provides user plane tunnelling and tunnel management between Serving GW and PDN GW. It is used for S-GW relocation due to UE mobility and in case the S-GW needs to connect to a non collocated PDN GW for the required PDN connectivity. S6a - This interface is defined between MME and HSS for authentication and authorization. S8 Visited SGW to Home PGW S9 - Indicates the roaming variant of the S7 reference point for the enforcement in the VPLMN of dynamic control policies from the HPLMN. S10 Reference point between MMEs for MME relocation and MME to MME information transfer. S11 - Reference point between MME and S-GW. SGi - Reference point between the PDN Gateway and the packet data network. Packet data network may be an operator external public or private packet data network or an intra operator packet data network, e.g. for provision of IMS services. This reference point corresponds to Gi and Wi functionalities and supports any 3GPP and non-3GPP access systems. SOW Site on Wheels is a mobile cell site that consists of a cellular antenna tower and electronic radio transceiver equipment on a truck or trailer, designed to be part of a cellular network UASI Urban Area Security Iniative program established through the Office of Homeland Security that focuses on enhancing regional preparedness in major metropolitan areas
15
UE User Equipment is any device used directly by an end-user to communicate. It can be a hand-held telephone, a laptop computer equipped with mobile broadband adapter, or any other device. It connects to the base station ("Node B", or 3G Base Transceiver Station) as specified in the ETSI and 3GPP 25-series of specifications. It roughly corresponds to the mobile station in GSM systems. UTRAN Universal Terristrial Radio Access Network is a collective term for the Node B's and Radio Network Controllers which make up the UMTS radio access network. This communications network, commonly referred to as 3G (for 3rd Generation Wireless Mobile Communication Technology) Uu LTE air interface used for the radio transmission between base station and mobile units in a wireless network. It is the wireless counterpart of the physical layer 1 in the OSI model VoIP Voice Over IP is one of a family of internet technologies, communication protocols, and transmission technologies for delivery of voice communications and multimedia sessions over Internet Protocol (IP) networks, such as the Internet. X2 eNodeB to eNodeB
16
3) Radio Access Networks, built by other Northeast and Atlantic States. Upon System acceptance, the contractor shall provide maintenance and operation services as requested by the State. The State, after the first five (5) years of maintenance and operation services will decide if further renewals of the maintenance and operation services are required. Upon notification to the Contractor no later than three months before the end of a maintenance and operation period purchased under this contract, the State may elect not to purchase an additional maintenance and operation renewal and therefore allow the contract to expire. The contract shall not run longer than the term contained in Section 5.2 not including the allowable extensions.
Within one week of contract start-up, the Contractor shall update the proposed contract schedule and submit it to the State Contract Manager for approval. The contractor shall continually update the contract schedule over the term of the contract. Any changes to the schedule must be approved by the State Contract Manager. Upon recognizing that the contract schedule cannot be met, the Contractor shall immediately notify the State Contract Manager of the issue. The contractor shall detail why the schedule cannot be met, what the impact of the delay is, and what remedial action will necessary to get the contract back on schedule. At a minimum, the 700 MHZ PSI-BWN schedule shall include the following activities and milestones. Activity No. Overall 1. 2. 3. 4. 5. 6. 7. 8. Per Phase 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. Contract execution Phase 1, 2, and 3 site assessments (review/analysis of sites previously assessed by 3rd party), acquisitions/purchase options (if any) Construction Permits Process (if any) Network (LTE RAN/CN) deployment Backhaul Evaluation and deployment Acceptance test Phase acceptance milestones System acceptance milestone Activity Description
Notice to proceed Detailed design review process Submittals Detailed design plan Contract release (purchase order) Site installations complete (all sites site development, antenna supporting structures, equipment shelters) Site inspections complete (all sites-site development, antenna supporting structures, equipment shelters Backhaul installation milestone 700 MHz LTE RAN/EPC equipment installation milestone 700 MHz LTE/EPC equipment integration milestone Phase acceptance milestone
The State reserves the right to update a software version at the States expense for delivered system component(s) although the system meets the technical requirements outlined in this RFP.
Disasater Recovery Plan (DRP) The Contractor shall update the DRP submitted as part of its bid response to this RFP. The revised DRP must be submitted to the State for final approval.
20
3.4.2.4 The LTE/EPC shall be capable of supporting and inter-working with Packet Switched services provided on 3GPP Rel-7 and earlier networks. The Evolved Packet System shall be capable of inter-working with Circuit Switched services provided on Rel-7 and earlier networks. 3.4.2.5 The LTE/EPC shall support, voice, video, messaging, data file exchange. 3.4.2.6 The Contractor shall engineer, furnish and install an interoperable 700 MHz LTE, infrastructure compliant with 3GPP standard at least Release 8, December 2009 version (upgradable to 3GPP Release 9 standards). The LTE solution shall provide a variety of mobility functionality within and across different access systems. The following mobility scenarios shall be supported: 3.4.2.6.1 Mobility/roaming scenarios include: intra-system Mobility; home-routed roaming using S8 for bearer traffic; roaming to 3G/HSPA; roaming to EVDOeHRPD. Handover scenarios include inter-sector handover within eNodeB; inter-eNodeB handover via S1 (with data forwarding); inter-eNodeB handover via X2; inter-system handover with MME/SGW relocation (PDN-GW anchored IP address with service continuity); intersystem handoverLTE to GERAN/UTRAN inter-Radio Access Technology (RAT); intersystem handover -LTE to eHRPD inter-radio access technology. Roaming with support for the local breakout model shall be supported. LTE interfaces that are necessary to support the applications and roaming capabilities are specified in 3GPP specifications TS 23.402 and TS 22.278. 3.4.2.6.2 LTE/EPC system shall also support outbound and inbound roaming subscribers on other regional LTE systems (either operated by other US States for Public Safety, or commercial network operators). 3.4.2.6.3 In addition, roaming and handoff to other non 3GPP/3GPP2 and legacy networks, including WiFi, WiMAX, P25 to ensure service continuity. 3.4.2.7 The mobility scenarios, as noted above, shall be supported depending on available devices. Contractor may classify devices into different tiers based on the functions and capabilities offered by device. A high level classification of devices based on device usage is as follows: Tier-1 Devices: Intended use by Emergency Management Personnel. Tier-2 Devices: Intended use by 1st Responders. Tier-3 Devices: Intended use by hospital personnel. Tier-4 Devices: Intended use by everybody else. 3.4.2.8 Security of the 700 MHZ PSI-BWN System is a primary concern to the State. The Contractor must build security and encryption features into its System based on mandatory as well as some optional features for LTE/EPC System specified in 3GPP TS 33.401. Encryption shall be based on Advanced Encryption Standard (AES, FIPS-PUB-197) with state of the art keys. Contractor shall document how its system meets the Advanced Encryption Standard including detail on how information that traverses the System shall be kept secure. Contractor must describe how it shall work with the State to address security threats, and remote virus attacks including access to tools and reports that will aid in monitoring and tracing security threats.
21
Contractor must detail security measures to protect physical System components (functional entities, routers/switches, buildings, etc). 3.4.2.9 The LTE/EPC shall allow for local breakout as defined in 3GPP TS 22.278. 3.4.2.10 To avoid unnecessary background scan by the UE and to facilitate service continuity by the UE it shall be possible for the LTE/EPC to provide the UE with access network information pertaining to locally supported non-3GPP access technologies. 3.4.2.11 LTE/EPC shall support all nine Quality of Service Class Identifiers (QCI) defined in 3GPP Release 8, with corresponding performance and latency requirements as detailed in 3GPP TS 22.278. 3.4.2.12 LTE/EPC shall efficiently support 3GPP defined supplementary services pertinent to public safety. This also includes supporting a variety of traffic models including user-touser, user-to-group, user to server, machine to machine and traffic models generated by ubiquitous services for public safety. LTE system shall support many types of user-to-user traffic, ranging from short and bursty frequent transactions (such as automatic vehicle location updates) to high speed, high duration video calls. Multicasting of information to multiple users shall be achieved at the application layer through broadcast servers or conference bridging infrastructure. 3.4.2.13 The LTE/EPC shall be able to handle different types of IP traffic, such as realtime (e.g. VoIP), non-real time traffic (e.g. Web browsing), and mission critical traffic (e.g. Mobile-Commerce applications). 3.4.2.14 Service continuity of subscriber IP sessions shall be supported during UE handovers from one IP access network to another IP access network, regardless of whether the new IP access network supports the same version of IP as the old IP access network. 3.4.2.15 The LTE/EPC shall support both IPv4 and IPv6 connectivity. IPv4 only, IPv6 only, and dual mode (IPv4/IPv6) terminals should be supported. Interworking between terminals, servers and access systems supporting different versions of IP shall be possible. Mobility between access systems supporting different IP versions shall be supported with minimal network/terminal impacts. 3.4.2.16 The LTE/EPC System shall provide for efficient usage of system resources, especially of radio resources through both signaling and transport optimization (e.g. overhead, terminal power, radio resources, mobility state, signaling load). 3.4.2.17 The LTE System shall meet the Public Warning System (PWS)/Tsunami Warning System (ETWS) requirements in compliance with 3GPP TS 22.168, TS 22.268 or later releases (where ETWS will become part of PWS). 3.4.2.18 LTE (RAN) shall support peak data rates in the available public safety band (the 10 MHz of spectrum.) 3.4.2.19 Priority Channel Assignment - The System shall be equipped with a minimum of eight (8) priority levels, as specified by ITU. Available channels shall be assigned to queued subscribers on a first-in, first-out basis by queued priority. 3.4.2.20 The LTE/EPC shall support various charging models supported by 3GPP system and contained in 3GPP TS22.115.
22
3.4.2.21 Additional System Requirements 3.4.2.21.1 95% Area Coverage Reliability (ACR) 3.4.2.21.2 Support of homogenous and heterogeneous handovers for seamless roaming heterogeneous networks. 3.4.2.21.3 The Contractor shall make use of existing towers specified in Exhibit (A and B) (Exhibit B available only after signing confidentiality agreement). Contractor may use additional sites/towers as necessary to achieve minimum coverage requirements. 3.4.2.21.4 Full compatibility with features and functions as described by P-25 and published in EIA/TIA 102 documents, and migration path from existing LMR/P-25 to LTE. 3.4.2.21.5 Full compliance with Federal Communications Commission (FCC) rules, regulations and requirements of LTE Spectrum for public safety networks. The selected Contractor shall work closely with the Regional Planning Committee (RPC). The Contractor shall prepare all frequency coordination and license applications for signature by the State. 3.4.2.21.6 LTE/EPC Network monitoring, diagnostics, O&M and control, to be compliant with 3GPP LTE Rel-8, or later. 3.4.2.21.7 Full compliance with current and future 3GPP and FCC Interoperability rules. 3.4.2.21.8 Based on Release 8, the following Interface requirements must be supported: Uu - LTE air interface S6a Visited MME to Home HSS S8 - Visited SGW to Home PGW S9 - Visited PCRF to Home PCRF for dynamic policy arbitration S10 - MME to MME support for Category 1 handover support X2 - eNodeB to eNodeB S1-u - between eNodeB and SGW S1 - MME between eNodeB and MME S5 - between SGW and PGW S6a - between MME and HSS S11 - between MME and SGW SGi - between PGW and external PDN Gx - between PGW and PCRF (for QoS policy, filter policy and charging rules) Rx - between PCRF and AF located in a PDN Gy/Gz - offline/online charging interfaces 3.4.2.21.9 Modular expandability to accommodate user population growth as well as geographical Network growth to cover entire State of New Jersey, and Northeast States, that may fall under Northeast Sates Alliance as envisioned by the State. 3.4.2.21.10 Coverage Requirements - Coverage shall be 95% coverage reliability with a 768 Kbps in the downlink and 256 Kbps uplink at the cell edge for each tower site. Coverage predictions shall be based on the Oakamura-Hata model, band class 14, both 5 MHz and 10 MHz channels and fully compliant to 3GPP TS 36.101 V9.3.0. The System must provide the minimum data rates base on a sector loading of 70% throughout the entire System. 3.4.2.21.11 System Capacity - In general, the System shall be equipped to support all public safety subscribers plus 150% future growth in subscription for NJ UASI Region as well as for the entire State of New Jersey. Initial stake holders will be, Department of Public Safety, Police Department, Office of Emergency
23
Management, Hospitals etc. Initially the system shall support at least 20,000 subscribers. 3.4.2.21.12 System Redundancy/Fault Tolerance - The LTE/EPC system shall provide redundancy in the form of fault tolerance. For fault tolernance, the equipment shall be capable of self-testing and self healing, and shall automatically execute restart procedures if a malfunction is detected. 3.4.2.21.13 Uninterruptible Power Supplies (UPS) - UPS shall be furnished and installed for all control and fixed site equipment. The UPS shall provide continuous power to all communication equipment during the time interval between loss of commercial power source, detection, and start of back-up generators. The UPS at each site shall also provide line surge and over voltage protection for all communication equipment. The UPS shall operate a minimum of 10 minutes (at full AC load).
Contractor and installed at a secondary location in Woodbridge Township. Each network management system shall be an integral part of the System and shall provide system supervisors access to databases for data entry and retrieval, record keeping, adjustment of the system operating parameters, system usage, performance and efficiency parameters. The network management computer system(s) shall be standard equipment utilizing industry standard operating systems (e.g. Unix, Linux, or Microsoft), and application software to provide the required functionality.
3.4.4.2 FUNCTIONALITY
The network management system shall be equipped for multiple user terminal control and multiple user sessions. User terminals shall be installed at the primary Control Center and at the secondary location. The network management system shall provide the capability to allow an operator to create, change, and delete managed objects such as adding sites, user groups/CUGs, and updating subscriber programming to include encryption keys. The network management system be capable of downloading software updates and/or changes. The network management system shall provide the following features and functions: 3.4.4.2.1 Password Protection - each terminal operator shall receive a separate password. In addition to the login password, certain functions shall be password protected, such as regrouping and deactivating Mobile Devices over the air. 3.4.4.2.2 User Interface- the management system shall provide user friendly user interface. 3.4.4.2.3 Access to Equipment Parameters the authorized operators shall have access to equipment parameters from any user terminal. 3.4.4.2.4 Maintain Mobile Device Profiles - authorized operators shall have access to subscriber databases to review and/or modify subscribers parameters, applications, services and features. 3.4.4.2.5 Set Individual and CUG Priority Levels - authorized operators shall have the ability to set and modify the priority levels for individuals and groups. 3.4.4.2.6 Activate/Deactivate Mobile Devices Over the Air - authorized operators shall have the ability of OTA to activate/deactivate any Mobile Device from transmitting and receiving. 3.4.4.2.7 System Activity Reports - authorized operators shall be able to request system activity reports and have them printed at the local printer. 3.4.4.2.8 Monitor and Log Mobile Device Activity system shall be capable of monitoring and reporting site, call type, caller ID, called ID, call time, and call duration, and consequently billing/charging 3.4.4.2.9 Fault Management (Alarms and Diagnostics) - system shall be capable of monitoring and reporting failures for site links, system controllers, transmitters, receivers, power, etc. upon occurrence. The system shall maintain a historical record of failures.
25
3.4.4.2.10 Accounting/Performance Management - System shall be capable of providing historical and statistical information for call data (types and duration) and site activity (calls, call types, busies, etc.).
Contractor shall engineer traffic plan to ensure network does not have choke points. Contractor shall engineer network to ensure that the Backhaul has diverse redundant paths attained cost-effectively. It shall be up to the Contractor to identify any coverage holes that require additional towers to be located or new towers to be constructed. In addition the Contractor shall identify any fiber optic facilities that may need to be placed to connect towers where microwave may not be feasible.
3.5.2.4 RELIABILITY
The contractor shall design the RAN/EPC backhaul for scheduled downtime. 99.9999% availability including
3.5.2.5 REDUNDANCY
The key entities in LTE/EPC, backhaul, alternate routing power systems, and their automated kick in (in case of fault) shall be provided in sufficient redundancy to ensure 99.999% reliability.
3.6 EQUIPMENT
Software updates shall be possible and new releases shall be backwards compatible. All equipment shall be equipped with non-volatile memory that allows features and capabilities to be programmable and reprogrammable.
the antenna structure. Materials used to display the ASR Number must be weather-resistant and of sufficient size to be easily seen at the base of the tower. Within five (5) days after completion of the tower, the Contractor shall file with the FAA and FCC notifying them that the construction of the tower is complete.
All Antenna systems shall comply with relevant 3GPP specifications and be installed per manufacturers direction. All antenna systems shall be effectively grounded and provide surge protection to all equipment.
operated 100 ft. tower, antenna system, and all necessary interconnection cables. Each unit shall also be equipped with all necessary electronics and antenna systems to establish a microwave hop to connect the SOW to the EPC.
of R-18. Shelters shall be completely air, dust, water tight, and shall be designed so that moisture cannot penetrate pores, seams, or around door and openings. The shelter shall not deteriorate, chip, or dent under weather conditions of rain, hail, or sleet. The equipment shelter exterior finish shall be washed aggregate material with a finish color selected by the State. Interior walls and ceilings shall be furnished with one-half (1/2) inch plywood, covered with white embossed fiberglass reinforced plastic panels. Panels shall be installed in strict accordance with the manufacturers directions. Installation shall include vinyl molding joint treatment, and the use of white fasteners. The shelter floors shall be covered with twelve (12) inch by twelve (12) inch by one-eighth (1/8) inch commercial floor tile. Floor covering and base trim shall be installed in strict accordance with the manufacturers direction.
3.7.5 DOORS
Equipment shelter shall be equipped with a thirty-six (36) inch by eighty-four (84) inched sized door. The doors shall have a bullet resistance rating. Furthermore each door shall as a minimum be equipped with a continuous hinge the entire length of the door, neoprene weather strip, high security locking cylinder latch set, mortised dead bolt. All doors, frames, and frame components shall be painted and rustproof.
Generator Low Oil Pressure Alarm Generator Coolant Temp. Alarm Generator Over Crank Alarm Generator Low Fuel Alarm UPS Run Alarm UPS Failure Alarm Dehydrator Failure Alarm Tower Light Failure Alarms
31
A grounding system for the equipment shelter and associated equipment shall be as specified below: Equipment Grounding All metallic structures, enclosures, raceways, junction boxes, outlet boxes, cabinets, distribution panels, door frame, equipment racks, and other conductive items shall be grounded to the internal ground in compliance to State and local Codes.
3.7.15 FENCING
At existing sites, the Contractor shall inspect all existing fencing, halo, and grounding to determine which are acceptable for use with the proposed system. If any of the above mentioned is deemed unacceptable after the inspection, the Contractor shall furnish and install new perimeter security fence as required to enclose the base of the tower, equipment shelter, generator, LPG tank and any other associated equipment with a clearance between the fence and enclosed object of at least five (5) feet. For sites that require modifications or additions to the existing fence, the Contractor shall match new fencing with the existing height and type. Installation shall be performed by experienced fence erectors. Warning signs using the international symbol of electrical shock hazard shall be furnished and installed on the exterior of all sides of the main perimeter fence and the gate. Additionally, signs shall be furnished and installed that state "No Trespassing" in English. The signs shall be impervious to weathering, and be mounted to avoid ease of removal by vandals.
The Contractor shall install, at sites that require it, an access road from the public ingress road to the site security fence. The proposed access road shall have a minimum twelve (12) feet in width, 6 compact base, minimum 4 MSHD&T 23A crushed limestone mix with Amoco woven geotextile fabric underlayment on top of the 6 compact base. 1. Installation of necessary culverts/ditches on both sides of access road for erosion protection. Seed all areas requiring erosion protection. 2. Installation of a parking & turnaround area located adjacent to the gate at the perimeter site security fence.
interoperability testing of the LTE interfaces to determine its roaming capabilities and make sure that these capabilities are sufficient. Coverage Testing for each site Multimedia (Voice, Video, Data)-uplink/downlink
3.8.5 ACCEPTANCE
Successful Functional and Operational Tests Coverage Analysis/Report Successful Subscriber Implementation
3.8.9 PUNCHLISTS
The Project Punchlist shall be a record of all items that did not meet the terms and conditions of this contract and requires corrective action or resolution. This information shall be kept as a paper record and a database record to allow for sorting and reporting the items as required. All Punchlist items shall be addressed until each item has been resolved. An item gets recorded as a Punchlist item when the State Contract manager decides a test is a Fail. Control of this decision rests with the State Contract Manager. Resolution of Punchlist items shall be addressed by priority as indicated by an Exception Procedure Code. The Punchlist shall contain: 1. 2. 3. 4. 5. 6. An item identifier, The date of the Punchlist, Site where there was an Exception or Fail, A test plan reference, The associated Test Checklist, A description of the Exception/Fail,
35
7. The Exception Procedure Code that categorizes the State exception to properly prioritize the efforts to resolve the item, 8. The equipment, feature or facility involved, 9. A completion date, 10. Resolution comments. As a cover sheet the Punchlist shall have signature blocks for the Contractors Project Manager and the State Contract Manager for execution related to final closeout of the Punchlist.
Factory Tests Milestone: Successful completion of Factory Tests for the Digital microwave multiplex, alarm and control equipment that is assembled, racked, stacked, and spliced/wired to demonstrate the equipment is operational as specified by the contract. Installation Milestone: Microwave(multiplex, alarm and control) equipment delivered, inventoried, and powered at an Installation Site. Integration Milestone: Successful completion of Field Specification Tests for the Equipment. Phase Acceptance Milestone: Successful completion of Field Functional/Operational for the Backhaul equipment and Field Functional, Operational and Specifications Tests for alarm and control equipment.
3.8.12.3 Facilities Site Development Milestones Site Development Installation Milestone: Completion of clearing, rough grading, and installation of access road, tower, and shelter foundations. (for New installation and bringing up to the par, for existing installations) Site Development Integration Milestone: Completion of final aggregate surfacing, all fencing and site grounding. Phase Acceptance Milestone: Successful completion of Field Functional/Operational for Backhaul, and RAN equipment and Field Functional, Operational and Specifications Tests for alarm and control equipment.
3.8.12.4 Antenna Supporting Structures Antenna Supporting Structures Installation Milestone: Tower foundations installed and tower erection complete. (for New installation and bringing up to the par, for existing installations) Antenna Supporting Structures Integration Milestone: Tower inspection complete and Backhaul and 700 MHz antenna systems installed. Phase Acceptance Milestone: Successful completion of Field Functional/Operational for Backhaul and RAN equipment and Field Functional, Operational and Specifications Tests for alarm and control equipment.
3.8.12.5 Equipment Shelters Equipment Shelters Installation Milestone: Prefabricated building off loaded and placed on to foundations. (assessment of existing facilities) Equipment Shelters Integration Milestone: Prefabricated building systems, grounding and lighting protection system, and emergency power systems installed and inspected. (for New installation and bringing up to the par, for existing installations) Phase Acceptance Milestone: Successful completion of Field Functional/Operational for Backhaul and RAN equipment and Field Functional, Operational and Specifications Tests for alarm and control equipment.
3.8.12.6 System Acceptance Milestone: Successful completion of Final Acceptance Tests for the 700 MHZ PSI-BWN System.
3.9 WARRANTY
37
The Contractor shall provide Warranty and Post Warranty services for the 700 MHZ PSI-BWN system offered. These services shall be categorized as the following: Maintenance and Inspection Program2 Year Warranty Period (M&IP2WP); Operations Program2 Year Warranty Period (OP2YWP); Maintenance and Inspection ProgramPost Warranty Period (M&IPPWP); and Operations ProgramPost Warranty Period (OPPWP). If requested by the State, the renewal option for years 9 through 11 shall include a hardware refresh for Core network components.
3.10 TRAINING
38
3.10.1 GENERAL
The Contractor shall develop a comprehensive training program in designated segments for instruction in the use and maintenance of the communications system for users of the States 700 MHZ PSI-BWN system. The Contractor shall train the personnel designated by the State in a manner sufficient to allow the personnel to operate, maintain, and manage the system equipment in an efficient manner and make informed decisions about the system.
3.10.6 SCHEDULING
The State will have sole responsibility for scheduling of the personnel to attend classes, and the times and locations of the classes. The State will determine the time and location of each class and notify the Contractor twenty (20) days prior to the initial scheduled date of the training class and ten (10) days prior to subsequent classes.
39
3.10.7 ACCOUNTABILITY
The Contractor shall keep records of classes including duration of class, type of class, training instructor, and names of students attending. The State reserves the right to audit the classes at any time.
Training shall be provided to the service users (subscribers) on Special Call Features, Use of Menu and functions.
3.10.8.2 Systems Operation and Management Training
Training in the operation, management and control of all system components shall be provided as requested by the State.
Subject matter to be addressed in training shall include, but not be limited to: EPC Operation LTE System Coverage IP Multimedia Subsystem System Diagnostics System Subscription and Programming System Maintenance
3.11 PAYMENT
The Contract may invoice the State upon acceptance by the State Contract Manager for each of the following four (4) major milestones: 1. Completion of Phase 1: Hudson and Bergen Counties implemented including all equipment, testing and training. 2. Completion of Phase 2: Union and Middlesex Counties implemented including all equipment, testing and training. 3. Completion of Phase 3: Morris, Passaic, and Essex Counties implemented including all equipment, testing and training.
40
4. Completion of the Core System: 3GPP LTE/SAE compliant Core Network with full operational functionality across the entire UASI region implemented including all equipment, testing and training. Maintenance costs will be paid as ordered on a per year basis at the start of each year. Operations costs will be paid on a monthly basis based on the cost for the period ordered.
41
The forms discussed herein and required for submission of a bid proposal in response to this RFP are available on the web at http://www.state.nj.us/treasury/purchase/bid/summary/<bid#>.shtml unless noted otherwise.
4.3 EBID VS NON-EBID SUBMISSION INSTRUCTION 4.3.1 EBID SUBMISSION OF BID PROPOSAL
If the bidder is submitting an eBid, hard copy submission is not required. Instructions detailing how to enroll in and submit an eBid are available on the web at http://www.state.nj.us/treasury/purchase/index.shtml. Should the bidder choose to submit both an eBid and a hard copy of the bidder's proposal, the eBid proposal will prevail in the event of a discrepancy between the electronic and paper versions.
42
Copies are necessary in the evaluation of the bid proposal and for record retention purposes. A bidder failing to provide the requested number of copies will be charged the cost incurred by the State in producing the requested number of copies. It is suggested that the bidder make and retain a copy of its bid proposal.
As defined at N.J.A.C. 17:13-1.2, "Small Business" means a business that has its principal place of business in the State of New Jersey, is independently owned and operated, and has no more than 100 full-time employees. The program places small business into the following categories: (i) those with gross revenues not exceeding $500,000; (ii) those with gross revenues not exceeding $5 million; and (iii) those with gross revenues that do not exceed $12 million, or the applicable federal revenue standards established at 13 CFR 121.201, whichever is higher. While companies registered as having revenues below $500,000 can bid on any contract, those earning more than the $500,000 and $5 million amounts will not be permitted to bid on contracts designated for revenue classifications below their respective levels. Inasmuch as this is a full or partial set-aside contract, the bidder should provide, as part of its response to this solicitation, proof of its current registration as a qualifying small business with the New Jersey Division of Minority and Women Business Development. Application and registration requirements are presented on the web at http://www.state.nj.us/treasury/revenue/busregcert.shtml, or by contacting that agency during business hours as indicated below. NEW JERSEY DEPARTMENT OF THE TREASURY DIVISION OF REVENUE MINORITY AND WOMEN BUSINESS DEVELOPMENT UNIT 33 WEST STATE STREET FIFTH FLOOR PO BOX 026, TRENTON, NJ 08625-0026 TELEPHONE: 609-292-2146 FAX #: 609-292-8764 ** IF THE BIDDER IS AN INCUMBENT CONTRACTOR AND/OR HAS PREVIOUSLY REGISTERED OR BEEN CERTIFIED UNDER THE FORMER SBE/MBE/WBE PROGRAM, THE BIDDER SHOULD ENSURE IT IS REGISTERED ON THE DAY OF BID RECEIPT AND OPENING WITH THE DIVISION OF MINORITY AND WOMEN BUSINESS DEVELOPMENT UNDER THE SMALL BUSINESS PROGRAM TO BE ELIGIBLE FOR AWARD. IN ORDER TO EXPEDITE THE SMALL BUSINESS REGISTRATION PROCESS FOR THIS PROCUREMENT, THE BIDDER MAY FAX A COPY OF RFP PAGE ONE (1) REFLECTING THE BID SUBMISSION DUE DATE ALONG WITH THE COMPLETED SMALL BUSINESS REGISTRATION FORM TO THE NEW JERSEY DIVISION OF MINORITY AND WOMEN BUSINESS DEVELOPMENT TO THE FAX NUMBER ABOVE. 4.4.1.4.1 Small Business Subcontracting Set-Aside Contracts: This is a contract with set-aside subcontracting goals for New Jersey Small Business Enterprises. 4.4.1.5 SUBCONTRACTor Set-Aside FORMs All bidders shall complete the Notice of Intent to Subcontract Form to advise the State as to whether or not a subcontractor will be utilized to provide any goods or services under the contract. If this is a small business subcontracting set-aside contract, refer to Section 4.4.1.4.1, then the bidder must comply with the Procedures for Small Business Participation as Subcontractors set forth in the Subcontractor Set-Aside Forms. Further, if the bidder intends to utilize a subcontractor, then the Subcontractor Utilization Form must be completed and submitted with the bid proposal. Bidders seeking eligible small businesses should contact the New Jersey Division of Minority and Women Business Development at (609) 292-2146.
44
Should the bidder propose to utilize a subcontractor(s) to fulfill any of its obligations, the bidder shall be responsible for the subcontractors(s): (a) performance; (b) compliance with all of the terms and conditions of the contract; and (c) compliance with the requirements of all applicable laws. N.J.A.C. 17:13-4 mandates that if the bidder proposes to utilize a subcontractor, the bidder must make a good faith effort to meet the set-aside subcontracting targets of awarding a total of twenty-five percent (25%) of the value of the contract to New Jersey-based, New Jersey Division of Minority and Women Business Development registered small businesses, with a minimum of five (5) percent awarded to each of the three categories set forth below, and the balance of ten (10) percent spread across the three annual gross revenue categories: Category I $1 to $500,000; Category II $500,001 to $5,000,000; Category III $5,000,001 to $12,000,000 or the applicable federal revenue standards established at 13 CFR 121.201, whichever is higher. Should the bidder choose to use subcontractors and fail to meet the small business subcontracting targets set forth above, the bidder must submit documentation demonstrating its good faith effort to meet the targets with its bid proposal or within seven (7) business days upon request. 4.4.1.6 BID BOND Not applicable to this procurement.
4.4.2 FORMS REQUIRED BEFORE CONTRACT AWARD AND THAT SHOULD BE SUBMITTED WITH THE BID PROPOSAL
4.4.2.1 MacBride Principles Certification NOTE: Under new Division of Purchase and Property procedures, a bidders/offerors completion and submission of a MacBride Principles form is not requested or required. Instead, by signing the RFP Signatory Page, or by entering its PIN if submitting an e-Bid proposal, the bidder/offeror is automatically certifying its commitment and compliance to the MacBride principles. Therefore, since certification is pre-supposed, a bidder/offeror electing not to certify to the MacBride Principles must, in addition to signing the RFP Signatory Page, include, as part of its proposal, a clear and forthright declaration of its non-certification. For information concerning the revised procedures and provisions, see the MacBride Principles - Certification segment of the section of this RFP titled Special Contractual Terms and Conditions. 4.4.2.2 BUSINESS REGISTRATION In accordance with N.J.S.A. 52:32-44.1(b) (revised by L. 2009, c. 315, January 18, 2010), a bidder and its named subcontractors must have a valid Business Registration Certificate (BRC) issued by the Department of Treasury, Division of Revenue prior to the award of a contract. To facilitate the bid proposal evaluation and contract award process, the bidder should submit a copy of its valid BRC and those of any named subcontractors with its bid proposal. Any bidder, inclusive of any named subcontractors, who does not have a valid business registration at the time of bid opening or whose BRC was revoked prior to the submission of the bid proposal should proceed immediately to register its business or seek re-instatement of a revoked BRC. Bidders are cautioned that it may require a significant amount of time to secure the re-instatement of a revoked BRC. The process can require actions by both the Division of Revenue and the Division of Taxation. For this reason, a bidders early attention to this
45
requirement is highly recommended. The bidder and its named subcontractors may register with the Division of Revenue, obtain a copy of an existing BRC or obtain information necessary to seek re-instatement of a revoked BRC online at http://www.state.nj.us/treasury/revenue/busregcert.shtml. A bidder otherwise identified by the Purchase Bureau as a responsive and responsible bidder, inclusive of any named subcontractors, but that was not business registered at the time of submission of its bid proposal must be so registered and in possession of a valid BRC by a deadline to be specified in writing by the Purchase Bureau. A bidders failure to comply with this requirement by the deadline specified by the Purchase Bureau will be deemed ineligible for contract award. Under any circumstance, the Purchase Bureau will rely upon information available from computerized systems maintained by the State as a basis to verify independently compliance with the requirement for business registration. A bidder receiving a contract award as a result of this procurement and any subcontractors named by that bidder will be required to maintain a valid business registration with the Division of Revenue for the duration of the executed contract, inclusive of any contract extensions.
Mere reiterations of RFP tasks and subtasks are strongly discouraged, as they do not provide insight into the bidder's ability to complete the contract. The bidders response to this section should be designed to convince the State that the bidders detailed plans and approach proposed to complete the Scope of Work are realistic, attainable and appropriate and that the bidders bid proposal will lead to successful contract completion. 4.4.3.2 Contract Management The bidder should describe its specific plans to manage, control and supervise the contract to ensure satisfactory contract completion according to the required schedule. The plan should include the bidder's approach to communicate with the State Contract Manager including, but not limited to, status meetings, status reports, etc.
Activity Description
Contract execution Phase 1, 2, and 3 site assessments (review/analysis of sites previously assessed by 3rd party), acquisitions/purchase options (if any) Construction Permits Process (if any) Network (LTE RAN/CN) deployment Backhaul Evaluation and deployment Acceptance test Phase acceptance milestones System acceptance milestone
10. 11.
4.4.3.4 mobilization and implementation plan Not applicable to this procurement. 4.4.3.5 Potential Problems The bidder should set forth a summary of any and all problems that the bidder anticipates during the term of the contract. For each problem identified, the bidder should provide its proposed solution.
The bidder should provide detailed resumes for each subcontractors management, supervisory and other key personnel that demonstrate knowledge, ability and experience relevant to that part of the work which the subcontractor is designated to perform.
4.4.4.4 Backup Staff The bidder should include a list of backup staff that may be called upon to assist or replace primary individuals assigned. Backup staff must be clearly identified as backup staff. In the event the bidder must hire management, supervisory and/or key personnel if awarded the contract, the bidder should include, as part of its recruitment plan, a plan to secure backup staff in the event personnel initially recruited need assistance or need to be replaced during the contract term. 4.4.4.5 Experience with Contracts of Similar Size and Scope The bidder should provide a comprehensive listing of contracts of similar size and scope that it has successfully completed, as evidence of the bidders ability to successfully complete the services required by this RFP. Emphasis should be placed on contracts that are similar in size and scope to the work required by this RFP. A description of all such contracts should be included and should show how such contracts relate to the ability of the firm to complete the services required by this RFP. For each such contract, the bidder should provide two names and telephone numbers of individuals for the other contract party. Beginning and ending dates should also be given for each contract. The bidder should provide documented experience to demonstrate that each subcontractor has successfully performed work on contracts of a similar size and scope to the work that the subcontractor is designated to perform in the bidders proposal. The bidder must provide a detailed description of services to be provided by each subcontractor. 4.4.4.6 Financial Capability of the Bidder In order to provide the State with the ability to judge the bidders financial capacity and capabilities to undertake and successfully complete the contract, the bidder should submit certified financial statements to include a balance sheet, income statement and statement of cash flow, and all applicable notes for the most recent calendar year or the bidders most recent fiscal year. If certified financial statements are not available, the bidder should provide either a reviewed or compiled statement from an independent accountant setting forth the same information required for the certified financial statements, together with a certification from the Chief Executive Officer and the Chief Financial Officer, that the financial statements and other information included in the statements fairly present in all material respects the financial condition, results of operations and cash flows of the bidder as of, and for, the periods presented in the statements. In addition, the bidder should submit a bank reference. If the information is not supplied with the bid proposal, the State may still require the bidder to submit it. If the bidder fails to comply with the request within seven (7) business days, the State may deem the proposal non-responsive. A bidder may designate specific financial information as not subject to disclosure when the bidder has a good faith legal/factual basis for such assertion. Bidder may submit specific
49
financial documents in a separate, sealed package clearly marked Confidential-Financial Information along with the Bid Proposal. The State reserves the right to make the determination to accept the assertion and shall so advise the bidder.
Operational Recovery Database protection and recovery Response times for return to service (equipment and operations) Recovery times for return to service (equipment and operations) Continuity of Operations plan (outline) Commitment by Contractor to prioritize resource allocations for the State and any Contractor limitations that may impact that commitment State Resource Requirements The Bidder shall identify the complementary State resources (personnel, equipment, storage areas, etc.) that are anticipated to support the DRP. In planning for the above, Bidder must describe how its proposed solution addresses the requirements of the New Jersey Office of Emergency Management to coordinate emergency response via LTE/EPC (Long Term Evolution/Evolved Packet Core).
existing and emerging industry standards. Areas to be presented and addressed shall include, but not be limited to, the following: Backward and forward product compatibility Planned obsolescence of the existing/legacy public safety networks and their evolution to proposed solution. Also the life-cycle of 700 MHZ LTE/EPS and its evolution to LTE Advanced as envisioned by 3GPP. System components availability, maintenance support, and software support, replacement/upgrading/updating options etc. Trends in product life cycle
4.4.10 WARRANTY
4.4.10.1 General The Bidder shall fully describe and provide Warranty and Post Warranty services for the 700 MHZ PSI-BWN system offered. These services shall be categorized as the following: Maintenance and Inspection Program2 Year Warranty Period (M&IP2WP); Operations Program2 Year Warranty Period (OP2YWP); Maintenance and Inspection ProgramPost Warranty Period (M&IPPWP); and Operations ProgramPost Warranty Period (OPPWP). Renewal option for years 9-11 shallould include hardware refresh for Core network components. 4.4.10.2 Maintenance and Inspection Program 2 Year Warranty Period (M&IP2WP) Bidder shall fully describe its M&IP2WP. The description must include details regarding network equipment operations, System equipment defects and repair, Mobile Devices, and software execution and updates and how the M&IP2WP meets the requirements of RFP Section 3.91. Bidder shall fully describe services for remedial and preventative maintenance as well as response times, resolution times, and criteria for troubleshooting and return to service of system components and critical system infrastructure. The Bidder must include information regarding data contained in its reports as well as actual sample warranty maintenance report forms. At a minimum, the following data is required: Date and time notified Date and time of arrival on site
51
Description of equipment and malfunction reported Original equipment manufacturer (OEM) Diagnosis of failure and corrective work performed Date and time failure was corrected 4.4.10.3 Operations Program 2 Year Warranty Period (OP2YWP) Bidder shall fully describe its OP2YWP that shall include details regarding system administration, help desk operations, programming and configuration management, fleet map development and maintenance, and system performance monitoring and report generation. The description should explain how the Bidder would meet the requirements in RFP Section 3.9.2. 4.4.10.4 Maintenance and Inspection Program Post Warranty Period (M&IPPWP) Bidder shall fully describe its M&IPPWP. The description must include details regarding network equipment operations, equipment break/fix and repair, and software updates. Bidder shall fully describe services for remedial and preventative maintenance as well as response times, resolution times, and criteria for troubleshooting and return to service of system components and critical system infrastructure as related to RFP Section 3.9.3. The Bidder must include information regarding data contained in its reports as well as actual sample warranty maintenance report forms. At a minimum, the following data is required: Date and time notified Date and time of arrival on site Description of equipment and malfunction reported Original equipment manufacturer (OEM) Diagnosis of failure and corrective work performed Date and time failure was corrected 4.4.10.5 Operations Program Post Warranty Period (OPPWP) The Bidder shall provide an all-inclusive Operations Program Post Warranty (OPPWP) for the equipment installed for the 700 MHZ PSI-BWN system after the expiration of the Operations Program 2 Year Warranty Period. The OPPWP shall be for one 3-Year period with three 3-Year renewable periods and one 2-Year renewable period. Bidder shall fully describe its OPPWP including how it will provide system administration, help desk operations, programming and configuration management, fleet map development and maintenance, and system performance monitoring and report generation to meet the requirements of RFP Section 3.9.4. Relevant to RFP Section 5.9, the Bidder must explain: proposed security measures to protect physical network components (functional entities, routers/switches, buildings, etc). how information that traverses the network will be kept secure. how it will work with the State to address security threats, including access to tools and reports that will aid in monitoring and tracing security threats.
The bidder must submit its pricing using the format set forth in the State-supplied price sheet(s) accompanying this RFP. Bidders shall follow the instructions contained in Attachment 2, Cost Submittal Instruction Document. The Bidder shall complete Tables X-1through X-24 of the price sheets. Failure to submit all information required may result in the bid being considered nonresponsive. Each bidder is required to hold its prices firm through issuance of contract.
53
5.0 SPECIAL CONTRACTUAL TERMS AND CONDITIONS 5.1 PRECEDENCE OF SPECIAL CONTRACTUAL TERMS AND CONDITIONS
The contract awarded as a result of this RFP shall consist of this RFP, addendum to this RFP, the contractor's bid proposal and the Division's Notice of Award. Unless specifically stated within this RFP, the Special Contractual Terms and Conditions of the RFP take precedence over the NJ Standard Terms and Conditions version 05/13/10 accompanying this RFP. In the event of a conflict between the provisions of this RFP, including the Special Contractual Terms and Conditions and the NJ Standard Terms and Conditions version 05/13/10, and any addendum to this RFP, the addendum shall govern. In the event of a conflict between the provisions of this RFP, including any addendum to this RFP, and the bidder's bid proposal, the RFP and/or the addendum shall govern.
responsibility for the technical adequacy of its work. The review, approval, acceptance or payment for any of the services shall not be construed as a waiver of any rights that the State may have arising out of the contractors performance of this contract.
complete ownership of all software computer programs and/or source codes developed. To the extent that any of such materials may not, by operation of the law, be a work made for hire in accordance with the terms of this Agreement, contractor or subcontractor hereby assigns to the State all right, title and interest in and to any such material, and the State shall have the right to obtain and hold in its own name and copyrights, registrations and any other proprietary rights that may be available. Should the bidder anticipate bringing pre-existing intellectual property into the project, the intellectual property must be identified in the bid proposal. Otherwise, the language in the first paragraph of this section prevails. If the bidder identifies such intellectual property ("Background IP") in its bid proposal, then the Background IP owned by the bidder on the date of the contract, as well as any modifications or adaptations thereto, remain the property of the bidder. Upon contract award, the bidder or contractor shall grant the State a non-exclusive, perpetual royalty free license to use any of the bidder/contractor's Background IP delivered to the State for the purposes contemplated by the contract.
B. Any recognized comparable security standard that the contractor then applies to its own infrastructure and is approved by the NJ Office of Information Technology (NJOIT). Industry standards such as ISO 27002, PCI Data Security Standard and ISF Standard of Good Practice. Aligns with security best practices from SANS and CISecurity. The contractor shall be subject to the same security and infrastructure review processes that are required by NJOIT and its partner Departments and Agencies. The contractor shall submit relevant documentation and participate in the System Architecture Review (SAR) process. For outsourced hosting services, the contractor must demonstrate the ability to not only secure the physical application infrastructure utilizing the above mentioned security requirements, but also control and secure physical access to the application hosting facilities, the racks supporting network infrastructure and processing server equipment, web, application and database servers. If the contractor is not supplying dedicated hardware resources to host State of New Jersey applications and data, the contractor must demonstrate its strategy to maintain application and/or stack isolation using commercially available security devices to maintain security zones, routing isolation and access control to infrastructure devices and access/security logging (AAA) within its infrastructure. The contractor shall provide a detailed system design document showing a Network Plan, Disaster Contingency Plan and Security Plan. Logical and physical diagrams are required.
2. Application Security: The contractor at a minimum shall run application vulnerability assessment scans during development and system testing. Vulnerabilities shall be remediated prior to production release. 1. All systems and applications shall be subject to Vulnerability Assessment scans on a regular basis. 3. Data Security: The contractor at a minimum shall protect and maintain the security of data in accordance with generally accepted industry practices and to the standards and practices required by NJOIT. Any Personally Identifiable Information must be protected. All data must be classified in accordance with the States Asset Classification and Control policy, 08-04-NJOIT (www.nj.gov/it/ps). Additionally, data must be disposed of in accordance with the States Information Disposal and Media Sanitation policy, 09-10-NJOIT (www.nj.gov/it/ps). Data usage, storage, and protection is subject to any applicable regulatory requirements, including those for HIPAA (Health Insurance Portability and Accountability Act), and PII (Personally Identifiable Information), Tax Information Security Guidelines for Federal, State, and Local Agencies (IRS Publication 1075), Payment Card Industry (PCI) Data Security Standard, State of New Jersey Identity Theft Prevention Act, June 2005, State of New Jersey Drivers Privacy Protection Act of 1994, Pub.L.103-322
4. Data Transmission: The contractor shall only transmit or exchange State of New Jersey data with other parties when expressly requested in writing and permitted by and in
57
accordance with requirements of the State of New Jersey. The contractor shall only transmit or exchange data with the State of New Jersey or other parties through secure means supported by current technologies. The contractor shall encrypt all data defined as personally identifiable or confidential by the State of New Jersey or applicable law, regulation or standard during any transmission or exchange of that data. 5. Data Storage: All data provided by the State of New Jersey or gathered by the contractor on behalf of the State of New Jersey must be stored, processed, and maintained solely in accordance with a project plan and system topology approved by the State Contract Manager. No State data shall be processed on or transferred to any device or storage medium including portable media, smart devices and/or USB devices, unless that device or storage medium has been approved in advance in writing by the State Project Manager. 6. Data Scope: All provisions applicable to data include data in any form of transmission or storage, including but not limited to: database files, text files, backup files, log files, XML files, and printed copies of the data. 7. Data Re-Use: All State provided data shall be used expressly and solely for the purposes enumerated in the contract. Data shall not be distributed, repurposed or shared across other applications, environments, or business units of the contractor. No State data of any kind shall be transmitted, exchanged or otherwise passed to other contractors or interested parties except on a case-by-case basis as specifically agreed to in writing by the State Contract Manager. 8. Data Breach: Unauthorized Release Notification: The contractor shall comply with all applicable State and Federal laws that require the notification of individuals in the event of unauthorized release of personally-identifiable information or other event requiring notification. In the event of a breach of any of the contractors security obligations or other event requiring notification under applicable law (Notification Event), the contractor shall assume responsibility for informing the State Contract Manager and all such individuals in accordance with applicable law and to indemnify, hold harmless and defend the State of New Jersey and its trustees, officers, and employees from and against any claims, damages, or other harm related to such Notification Event. 9. End of Agreement Data Handling: Upon termination of this Agreement the contractor shall erase, destroy, and render unreadable all contractor copies of State data according to the standards enumerated in accordance with the States Information Disposal and Media Sanitation policy, 09-10-NJOIT (www.nj.gov/it/ps) and certify in writing that these actions have been complete within 30 days of the termination of this Agreement or within 7 days of the request of an agent of the State whichever shall come first. 10. Security Audit: The contractor must allow State assigned staff full access to all operations for security inspections and audits which may include reviews of all issues addressed in description of the security approach and willingness to enter into good faith discussions to implement any changes.
The security plan shall provide for review of the contractor's operations and control system. The contractor shall have the capability to detect and report attempted unauthorized entries into the facility and system. All security requirements for the contractor apply to development, testing, production and backup systems. The contractor shall provide a summary overview of the security document and describe how it has been incorporated into a larger security program for automated data processing. In the plan, the contractor shall highlight security features of the system. In addition, the security plan shall identify and define: Regulations and security requirements how the contractor will address security requirements such as PCI, HIPAA, FISMA and etc. System, Administrative and Personnel Security - the security responsibilities of and supervision required for information owned and / or operated by the contractor. Security responsibilities include responsibilities for administration of the infrastructure, implementing or maintaining security and the protection of the confidentiality, integrity, and availability of information systems or processes. Workforce Security - the control process for hiring and terminating of contractors employees, and method used for granting and denying access to the contractors network, systems and applications. Identify and define audit controls when employment of the employee terminates. Role based security access the products and methods for role based security and access to the contractors infrastructure and access to the States infrastructure. Password Management the appropriate password management controls to meet defined regulation or security requirements. Logging / Auditing controls the contractors audit control methods and requirements. Incident Management the methods for detecting, reporting and responding to an incident, vulnerabilities and threats. Vulnerability / Security Assessment the products and methods used for scanning contractors infrastructure for vulnerabilities and remediation of the vulnerabilities. Identify and define methods used for initiating and completing security assessments. Anti-virus / malware controls the products and methods for anti-virus and malware controls that meet industry standards. It shall include policy statements that require periodic anti-viral software checks of the system to preclude infections and set forth its commitment to periodically upgrade its capability to maintain maximum effectiveness against new strains of software viruses. Firewall the products and methods for firewall control process and intrusion detection methodology. Database the products and methods for safeguarding the database(s). Server and infrastructure the products and methods for "hardening" of the hardware operating systems. Transmission - the products and methods on how its system addresses security measures regarding communication transmission, access and message validation. Data Integrity the products and methods on the integrity of all stored data and the electronic images, and the security of all files from unauthorized access. The contractor must be able to provide reports on an as-needed basis on the access or change for any file within the system.
59
5.11 ADVERTISING
The contractor shall not use the States name, logos, images, or any data or results arising from this contract as a part of any commercial advertising without first obtaining the prior written consent of the Director.
5.13.2 REMEDIES
Nothing in the contract shall be construed to be a waiver by the State of any warranty, expressed or implied, of any remedy at law or equity, except as specifically and expressly stated in a writing executed by the Director.
5.15 RETAINAGE
Not applicable to this procurement.
60
national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability, nationality or sex. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause; b) The contractor or subcontractor, where applicable will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to age, race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability, nationality or sex; c) The contractor or subcontractor where applicable, will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer, advising the labor union or workers' representative of the contractor's commitments under this act and shall post copies of the notice in conspicuous places available to employees and applicants for employment.
No additional work and/or special project may commence without the Directors written approval. In the event the contractor proceeds with additional work and/or special projects without the Directors written approval, it shall be at the contractors sole risk. The State shall be under no obligation to pay for work performed without the Directors written approval.
63
5.23 MODIFICATIONS AND CHANGES TO THE NJ STANDARD TERMS AND CONDITIONS VERSION 05/13/10 5.23.1 PATENT AND COPYRIGHT INDEMNITY
Section 2.1 of the NJ Standard Terms and Conditions version 05/13/10 is deleted and replaced with the following: 2.1 Patent and Copyright Indemnity a) The contractor shall hold and save the State of New Jersey, its officers, agents, servants and employees, harmless from liability of any nature or kind for or on account of the use of any copyrighted or uncopyrighted composition, secret process, patented or unpatented invention, article or appliance furnished or used in the performance of the contract. b) The State of New Jersey agrees: (1) to promptly notify the contractor in writing of such claim or suit; (2) that the contractor shall have control of the defense of settlement of such claim or suit; and (3) to cooperate with the contractor in the defense of such claim or suit, to the extent that the interests of the contractor and the State are consistent. c) In the event of such claim or suit, the contractor, at its option, may: (1) procure for the State of New Jersey the legal right to continue the use of the product; (2) replace or modify the product to provide a non-infringing product that is the functional equivalent; or (3) refund the purchase price less a reasonable allowance for use that is agreed to by both parties.
5.23.2 INDEMNIFICATION
Section 2.2 of the NJ Standard Terms and Conditions version 05/13/10 is deleted and replaced with the following: 2.2 Indemnification The contractor's liability to the State for actual, direct damages resulting from the contractor's performance or non-performance, or in any manner related to the contract, for any and all claims, shall be limited in the aggregate to 500 % of the value of the contract, except that such limitation of liability shall not apply to the following: 1. The contractor's obligation to indemnify the State of New Jersey and its employees from and against any claim, demand, loss, damage or expense relating to bodily injury or the death of any person or damage to real property or tangible personal property, incurred from the work or materials supplied by the contractor under the contract caused by negligence or willful misconduct of the contractor; 2. The contractor's breach of its obligations of confidentiality; and, 3. Contractor's liability with respect to copyright indemnification.
64
The contractor's indemnification obligation is not limited by but is in addition to the insurance obligations contained in Section 2.3 of the NJ Standard Terms and Conditions version 05/13/10. The contractor shall not be liable for special, consequential, or incidental damages.
Submission of purchase orders, confirmations, and/or invoices do not fulfill this contract requirement for information. Failure to report this mandated information will be a factor in future award decisions. Contractors must submit the required information in Microsoft Excel format.
65
66
67
unit prices. Discrepancies between the indicated total of multiplied unit prices and units of work and the actual total will be resolved in favor of the actual total. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the corrected sum of the column of figures.
NOTE: Bid prices will not be publicly read at bid opening. Only the name and address of each bidder will be publicly announced at bid opening.
70
7.0 CONTRACT AWARD 7.1 DOCUMENTS REQUIRED BEFORE CONTRACT AWARD 7.1.1 REQUIREMENTS OF PUBLIC LAW 2005, CHAPTER 51, N.J.S.A. 19:44A-20.13-25 (FORMERLY EXECUTIVE ORDER 134) AND EXECUTIVE ORDER 117 (2008)
In order to safeguard the integrity of State government procurement by imposing restrictions to insulate the negotiation and award of State contracts from political contributions that pose the risk of improper influence, purchase of access, or the appearance thereof, then-Governor James E. McGreevey issued Executive Order 134 on September 22, 2004. To this end, Executive Order 134 prohibited State departments, agencies and authorities from entering into contracts exceeding $17,500 with individuals or entities that made certain political contributions. Executive Order 134 was superseded by Public Law 2005, c. 51, which was signed into law on March 22, 2005 (Chapter 51). On September 24, 2008, Governor Jon S. Corzine issued Executive Order No. 117 (E.O. 117), which is designed to enhance New Jerseys efforts to protect the integrity of procurement decisions and increase the publics confidence in government. The Executive Order builds upon the provisions of Chapter 51. Pursuant to the requirements of this Legislation, the terms and conditions set forth in this section are material terms of any contract resulting from this RFP:
7.1.1.1 DEFINITIONS
For the purpose of this section, the following shall be defined as follows: a) Reportable Contributions -- contributions, including in-kind contributions, in excess of $300.00 in the aggregate per election made to or received by a candidate committee, joint candidates committee, or political committee; or per calendar year made to or received by a political party committee, legislative leadership committee, or continuing political committee. b) Business Entity means any natural or legal person, business corporation, professional services corporation, limited liability company, partnership, limited partnership, business trust, association or any other legal commercial entity organized under the laws of New Jersey or any other state or foreign jurisdiction. The definition also includes (i) if a business entity is a for-profit corporation, any officer of the corporation and any other person or business entity that owns or controls 10% or more of the stock of the corporation; (ii) if a business entity is a professional corporation, any shareholder or officer; (iii) if a business entity is a general partnership, limited partnership or limited liability partnership, any partner; (iv) if a business entity is a sole proprietorship, the proprietor; (v) if the business entity is any other form of entity organized under the laws of New Jersey or any other state or foreign jurisdiction, any principal, officer or partner thereof; (vi) any subsidiaries directly or indirectly controlled by the business entity; (vii) any political organization organized under 26 U.S.C.A. 527 that is directly or indirectly controlled by the business entity, other than a candidate committee, election fund, or political party committee; and (viii) with respect to an individual who is included within the definition of business entity, that individuals spouse or civil union partner and any child residing with that person.1
Contributions made by a spouse, civil union partner or resident child to a candidate for whom the contributor is eligible to vote or to a political party committee within whose jurisdiction the contributor resides are permitted. 71
c) Officer -- a president, vice-president with senior management responsibility, secretary, treasurer, chief executive officer, or chief financial officer of a corporation or any person routinely performing such functions for a corporation. Please note that officers of non-profit entities are excluded from this definition. d) Partner -- one of two or more natural persons or other entities, including a corporation, who or which are joint owners of and carry on a business for profit, and which business is organized under the laws of this State or any other state or foreign jurisdiction, as a general partnership, limited partnership, limited liability partnership, limited liability company, limited partnership association, or other such form of business organization.
72
c) Further, the Contractor is required, on a continuing basis, to report any contributions it makes
during the term of the contract, and any extension(s) thereof, at the time any such contribution is made. The required form and instructions, available for review on the Purchase Bureau website at http://www.state.nj.us/treasury/purchase/forms.shtml#eo134, shall be provided to the intended awardee with the Notice of Intent to Award.
A SHIFT TO PROVISION OF SERVICES OUTSIDE THE UNITED STATES DURING THE TERM OF THE CONTRACT SHALL BE DEEMED A BREACH OF CONTRACT. If, during the term of the contract, the contractor or subcontractor, who had on contract award declared that services would be performed in the United States, proceeds to shift the performance of any of the services outside the United States, the contractor shall be deemed to be in breach of its contract, which contract shall be subject to termination for cause pursuant to Section 3.5b.1 of the Standard Terms and Conditions version 05/13/10 of the RFP, unless previously approved by the Director and the Treasurer.
bond for the amount required under the contract and, on each succeeding anniversary date of the contract, provide a continuation or renewal certificate to evidence that the bond is in effect for the next year of the contract. This procedure will remain in place for each year of the contract thereafter until the termination of the contract. Failure to provide such proof on the anniversary date of the contract shall result in suspension of the contract, and possibly, termination of the contract. For performance bonds based on a percentage of the total estimated contract price, the performance bond requirement is calculated as follows. For the first year of the contract, the performance bond percentage on the RFP signatory page is applied to the estimated total contract amount for the full term of the contract. On each anniversary of the effective date of the contract, the amount of the required performance bond, unless otherwise noted, is calculated by applying the established RFP performance bond percentage to the outstanding balance of the estimated amount of the contract price to be paid to the contractor. In the event that the contract price is increased by amendment to the contract, the contractor may be required to provide, within thirty (30) days of the effective date of the amendment, performance bond coverage for the increase in contract price. The required increase in the performance bond amount is calculated by applying the established bond percentage set forth on RFP signatory page to the increase in contract price. Failure to provide such proof to the Director of this required coverage may result in the suspension of payment to the contractor until such time the contractor complies with this requirement.
75
76
9.0 Special Contract Requirements Relating to Work Funded under the American Recovery and Reinvestment Act of 2009 (ARRA)
I. Introduction The American Recovery and Reinvestment Act of 2009, Pub. L. 111-5, (ARRA) was enacted to preserve and create jobs and promote economic recovery, assist those most impacted by the recession, provide investments needed to increase economic efficiency by spurring technological advances in science and health, invest in transportation, environmental protection, and other infrastructure that will provide long-term economic benefits, and stabilize State and local government budgets, in order to minimize and avoid reductions in essential services and counterproductive State and local tax increases. This addendum (the ARRA Addendum) to the agreement (the Contract) addresses additional requirements applicable to all Contracts which are funded in whole or in part with ARRA funds. These additional requirements contained in this ARRA Addendum are subject to change based on further guidance by the applicable Federal agency which has awarded the ARRA funds to the State of New Jersey. The following terms and conditions are consistent with the mandatory requirements for agreements funded by ARRA as are known as of this date. However, the federal government has not fully developed the implementing instructions of ARRA, particularly concerning specific procedural requirements for the new reporting requirements. The Contractor (as defined below) will be provided any changes and/or additions to these requirements as they become available in an amended ARRA Addendum. The Contractor must comply with all requirements of ARRA. In the event there is any inconsistency between these ARRA requirements and the terms and conditions of the Contract, the ARRA requirements control. The Contractor agrees and assures that by accepting ARRA funds through the Contract it and its subcontractor(s) will fully comply with the requirements herein and any requirements hereafter issued by the federal government or the State of New Jersey for compliance with ARRA and other related federal and State laws. Further, it is understood that this Contract is subject to all applicable terms and conditions of ARRA. II. Definitions ARRA funds means funds expended or obligated from appropriations under the American Recovery and Reinvestment Act of 2009, Pub. L. 111-5. Contractor is defined as any person, including but not limited to, a bidder, offeror, loan recipient, grantee, or subgrantee, who has furnished or seeks to furnish goods, supplies, services, or leased space, or who has performed or seeks to perform construction activity under contract, subcontract, grant, or subgrant with the State of New Jersey, or with a person under contract, subcontract, grant, or subgrant with the State of New Jersey, any department in the Executive Branch, the State of New Jerseys independent authorities, commissions, and public institutions of higher education. The term Contractor may also include a permittee, licensee, or any agency, political subdivision, instrumentality, or independent authority of the State of New Jersey. III. General Requirements A. Flow Down Provision Contractors must include these Special Contract Requirements contained in this ARRA Addendum in every subcontract over $25,000,000 that is funded, in whole or in part, by ARRA funds, unless the subcontract is with an individual.
77
B. Segregation and Payment of Costs Contractors must segregate the obligations and expenditures related to funding under ARRA. Financial and accounting systems should be revised as necessary to segregate, track and maintain these funds apart and separate from other revenue streams. No part of ARRA funds shall be commingled with any other funds or used for a purpose other than that of making payments for costs allowable for ARRA projects. ARRA funds can be used in conjunction with other funding as necessary to complete projects, but tracking and reporting must be separate to meet the reporting requirements of ARRA and guidance issued by the federal Office of Management and Budget. Invoices must clearly indicate the portion of the requested payment that is for work paid by ARRA funds. C. Wage Rates In accordance with ARRA, 1606, the Contractor assures that it and its subcontractor(s) shall fully comply with said section in that, notwithstanding any other provision of law and in a manner consistent with other provisions of ARRA, all laborers and mechanics employed by vendors, contractors and subcontractors on projects funded directly by or assisted in whole or in part by and through the federal government, pursuant to ARRA, shall be paid wages at rates not less than those prevailing on projects of a similar character in the locality, as determined by the Secretary of Labor in accordance with subchapter IV of chapter 31 of title 40, United States Code (Davis-Bacon Act). It is understood that the Secretary of Labor has the authority and functions set forth in Reorganization Plan Numbered 14 of 1950 (64 Stat. 1267; 5 U.S.C. App.) and section 3145 of title 40, United States Code. D. Registration Requirements In accordance with ARRA, 1512(h), the Contractor and its subcontractor(s) (first-tier) shall register in the Central Contractor Registration (CCR) database at www.ccr.gov, and maintain current registration at all time during the pendency of the Contract. In order to register in CCR, a valid Dun and Bradstreet Data Universal Numbering System (DUNS) Number is required. See www.dnb.com. E. Buy American In accordance with ARRA, 1605, the Contractor assures that it and its subcontractor(s) will not use ARRA funds for a project for the construction, alteration, maintenance, or repair of a public building or public work unless all of the iron, steel and manufactured goods used in the project are produced in the United States in a manner consistent with United States obligations under international agreements. The Contractor understands that this requirement may only be waived by the applicable federal agency in limited situations, as set out in ARRA, 1605. F. Whistleblower Protection In accordance with ARRA, 1553, the Contractor assures that it and its subcontractor(s) shall fully comply with said section, including, but not limited to, assuring that their employees will not be discharged, demoted, or otherwise discriminated against as a reprisal for disclosing, including a disclosure made in the ordinary course of an employees duties, to the federal government or any representative thereof, the State of New Jersey, a
78
person with supervisory authority over the employee (or such other person working for the employer who has the authority to investigate, discover, or terminate misconduct), a court or grand jury any information that the employee reasonably believes is evidence of: 1) gross mismanagement of a contract or grant relating to ARRA; 2) a gross waste of ARRA funds; 3) a substantial and specific danger to public health or safety related to the implementation or use of ARRA funds; 4) an abuse of authority related to the implementation or use of ARRA funds; or 5) a violation of law, rule, or regulation related to the Contract (including the competition for or negotiation of the Contract), awarded or issued relating to ARRA funds. In accordance with ARRA, 1553(e), the Contractor assures that it and its subcontractor (s) shall post notice of the rights and remedies provided in ARRA, 1553. G. Prohibition on Use of ARRA Funds. No ARRA funds may be used for any casino or other gambling establishment, aquarium, zoo, golf course, or swimming pool, or any other items prohibited by ARRA. ARRA Job Posting. Contractors and subcontractors located in the State of New Jersey shall post all job openings created, in whole or in part, by ARRA funds (ARRA Job Openings), on the New Jersey Department of Labor and Workforce Development's New Jersey State Job Bank accessed at http://NJ.gov/JobCentralNJ at least fourteen (14) days before the contractor or subcontractor shall commence hiring for ARRA Job Openings. Instructions how to post a job are provided at the site. Posting is not required where the Contractor intends to fill the job opening with a present employee, a laid-off former employee, or a job candidate from a previous recruitment, where preexisting, legally binding collective bargaining agreements provide otherwise, or where an exception has been granted by the Department of Labor and Workforce Development. IV. Program Reporting Requirements Pursuant to Section 1512 of ARRA, in order for the State of New Jersey to prepare the required reports, Contractor agrees to provide the State of New Jersey the following information no later than five (5) days following the end of each calendar quarter, or more frequently as directed by the State of New Jersey: a. The total amount of ARRA funds received by Contractor during the reporting period; b. The New Jersey contract and order number as applicable; c. The amount of ARRA funds that were expended or obligated during the reporting period d. A detailed list of all projects or activities for which ARRA funds were expended or obligated, including i. the name of the project or activity; ii. a description of the project or activity; iii. an evaluation of the completion status of the project or activity (i.e. not started, less than 50% completed, 50% or more completed; fully completed.); and iv. an estimate of the number of jobs created and/or retained by the project or activity. e. For any Contracts equal to or greater than $25,000 in addition to the information above: (i) the name of the entity receiving the Contract;
79
the amount of the Contract; the transaction type; the North American Industry Classification system (NAICS) code or Catalog of Federal Domestic Assistance (CFDA) number; the location of the Contractor; the primary location in which the Contract is being performed, including the city, state, congressional district and county; the DUNS number, or name and zip code for the entity headquarters; the names and total compensation of the five most highly compensated officers of the Contractor if the Contractor received (1) $25 million or more in annual gross revenue in federal awards; and (2) 80% or more of its annual gross revenues in federal awards; and (3) if the public does not have access to information about the compensation of senior executives through periodic reports filed under section 13(a) or 15(d) of the Securities Exchange Act of 1934 or section 6104 of the Internal Revenue Code of 1986.
V. Inspection of Documents In accordance with ARRA, 902, 1514 and 1515, the Contractor assures that it and its subcontractor(s) will cooperate with any representative of the State of New Jersey, Comptroller General, or appropriate inspector general appointed under 3 or 8G of the Inspector General Act of 1978 (5 U.S.C. App.), in the examination of their records that pertain to, and involve transactions relating to this Contract, and agrees that they and their personnel can be interviewed by said entities regarding this Contract and related program. VI. Enforceability If a Contractor or one of its subcontractors fails to comply with all applicable federal and state requirements governing the use of ARRA funds, the State of New Jersey may withhold or suspend, in whole or in part, funds awarded under the program, or recover misspent funds following an audit. This provision is in addition to all other remedies for recovery of misspent funds available to the State of New Jersey under all applicable state and federal laws.
80