State of Wisconsin Wis. Statutes s.16.75 DOA-3070 (R08/2003) BIDS MUST BE SEALED AND ADDRESSED TO: AGENCY ADDRESS: Department of Administration Consolidated Agency Purchasing Services 101 E Wilson Street, 6h Floor Madison WI 53703 If using PO Box, P.O. Box 7867, 53707-7867 REQUEST FOR BID #EC1150387 Bid envelope must be sealed and plainly marked in lower corner with due date and Request for Bid number. Late bids will be rejected. Bids MUST be date and time stamped by the soliciting purchasing office on or before the date and time that the bid is due. Bids dated and time stamped in another office will be rejected. Receipt of a bid by the mail system does not constitute receipt of a bid by the purchasing office. Any bid which is inadvertently opened as a result of not being properly and clearly marked is subject to rejection. Bids must be submitted separately, i.e., not included with sample packages or other bids. Bid openings are public unless otherwise specified. Records will be available for public inspection after issuance of the notice of intent to award or the award of the contract. Bidder should contact person named below for an appointment to view the bid record. Bids shall be firm for acceptance for sixty (60) days from date of bid opening, unless otherwise noted. The attached terms and conditions apply to any subsequent award. Bids MUST be date and time stamped no later than: THIS IS NOT AN ORDER BIDDER (Name and Address) April 11, 2011 Bidder fill in name and address here Name (Contact for further information) 2:00 PM CT Brenda Derge Phone Date 608-266-8613 March 11, 2011 Quote Price and Delivery FOB Destination, Freight Prepaid and Allowed Fax bids are not accepted Description REQUEST FOR BID Educational Communications Board (ECB) Alarm and Control System FAXED BIDS OR EMAIL BIDS NOT ACCEPTED Include the bidder name and address at upper left of this form. We claim minority bidder preference [Wis. Stats. s. 16.75(3m)]. Under Wisconsin Statutes, a 5% preference may be granted to CERTIFIED Minority Business Enterprises. Bidder must be certified by the Wisconsin Department of Commerce. If you have questions concerning the certification process, contact the Wisconsin Department of Commerce, 5th Floor, 201 W. Washington Ave., Madison, Wisconsin 53702, (608) 267-9550. Does Not Apply to Printing Bids. We claim certified disabled veteran-owned business preference. Under Wisconsin Statutes, a 5% preference may be granted to CERTIFIED disabled veteran-owned business. Bidder must be certified by the Wisconsin Department of Commerce. If you have questions concerning the certification process, contact the Wisconsin Department of Commerce, 5th Floor, 201 W. Washington Ave., Madison, Wisconsin 53702, We are a work center certified under Wis. Stats. s. 16.752 employing persons with severe disabilities. Questions concerning the certification process should be addressed to the Work Center Program, State Bureau of Procurement, 6th Floor, 101 E. Wilson St., Madison, Wisconsin 53702, (608) 266-2605. Wis. Stats. s. 16.754 directs the state to purchase materials which are manufactured to the greatest extent in the United States when all other factors are substantially equal. Materials covered in our bid were manufactured in whole or in substantial part within the United States, or the majority of the component parts thereof were manufactured in whole or in substantial part in the United States. Yes No Unknown In signing this bid we also certify that we have not, either directly or indirectly, entered into any agreement or participated in any collusion or otherwise taken any action in restraint of free competition; that no attempt has been made to induce any other person or firm to submit or not to submit a bid; that this bid has been independently arrived at without collusion with any other bidder, competitor or potential competitor; that this bid has not been knowingly disclosed prior to the opening of bids to any other bidder or competitor; that the above statement is accurate under penalty of perjury. We will comply with all terms, conditions and specifications required by the state in this Request for Bid and all terms of our bid. Name of Authorized Company Representative (Type or Print) Title Signature of Above Date Phone ( ) Fax ( ) E-mail This form can be made available in accessible formats upon request to qualified individuals with disabilities. STATE OF WISCONSIN REQUEST FOR BID (RFB) #EC1150387 Educational Communications Board (ECB) Alarm and Control System TABLE OF CONTENTS 1.0 2.0 3.0 4.0 5.0 6.0 7.0 8.0 9.0 INTRODUCTION AND PURPOSE BIDDER QUALIFICATIONS BID PROCESS, PROCEDURES AND INSTRUCTIONS BID REVIEW, ACCEPTANCE AND AWARD GENERAL AND TECHNICAL SPECIFICATION REQUIREMENTS PERFORMANCE AND SUPPORT REQUIREMENTS COST INFORMATION COST SHEET – Attachment A REQUIRED FORMS TERMS AND CONDITIONS - SPECIAL, STANDARD AND SUPPLEMENTAL TERMS AND CONDITIONS Attachments to RFB Document: Request for Bid Form (DOA-3070), completed and signed Vendor Information (DOA-3477) Vendor Reference (DOA-3478) Designation of Confidential & Proprietary Information (DOA-3027) Attachment A: Cost Sheet Attachment B: Bidder Qualification Sheet 1.0 INTRODUCTION AND PURPOSE 1.1 DESCRIPTION AND PURPOSE OF THE REQUEST FOR BIDS The State of Wisconsin, Consolidated Agency Purchasing Services (CAPS) on behalf of the Wisconsin Educational Communications Board (ECB), request bids for the purchase of equipment for a statewide alarm and control system and intends to use the results of this process to award a contract. The State does not guarantee to purchase any specific quantity or dollar amount. Bids that require a minimum number of commodities to be ordered will be rejected. The purpose of this bid is to purchase equipment to replace the existing statewide alarm and control system currently in service. The alarm and control system monitors and controls equipment and facilities associated with Wisconsin Public Radio and Wisconsin Public Television. This bid includes depot repair, telephone support, and software upgrades. This bid does not require any installation services. The resulting bid contract will be available for use by other State Agencies. When purchasing off this contract, ECB will utilize the Division of State Facilities project #10G1M or other funding sources. No other State Agency will use the Division of State Facilities project #10G1M. 1.2 BACKGROUND The ECB is a state agency committed to ensuring that public radio and television programs and services are made available throughout Wisconsin, and that these programs and services reflect and respond to the educational and cultural needs of the state's residents. The ECB plans, develops, constructs and operates statewide public radio, public television, and educational telecommunication systems. Wisconsin Public Radio and Wisconsin Public Television are services of the ECB and the University of Wisconsin-Extension. 1.3 CURRENT OPERATIONS DESCRIPTION ECB currently operates an alarm and control system to monitor and control its Radio and Television transmitters, the associated equipment, and tower lights. The alarm and control system also does facility monitoring of items such as building temperature and power systems. The current system is based on a combination of industrial computers at smaller sites and uses servers at larger sites and at the Network Operations Center located in Madison, Wisconsin. The current system uses a mix of a Wide Area Network and dial-up point-to-point protocol for its internal communications, and utilizes Modbus components for status, metering, and control interfaces. The alarm and control system controls six television transmitters, 30 radio transmitters, and six television translators. ECB operates the networks in a Central Casting model. Central Casting, in this bid, means Television origination for all stations is from one Master Control Facility in Madison, Wisconsin. Radio origination is primarily from Madison, Wisconsin studio facilities, with occasional programming origination from statewide bureau locations. ECB desires to replace the existing system due to hardware obsolescence, poor reliability, and to reduce the ongoing staff efforts required to keep the system operational. ECB is seeking a replacement system that can be cost-effectively deployed by midsummer 2011. 1.4 CONTRACT TERM AND RENEWAL This RFB document, the awarded bidder’s response, and the purchase order shall become the contract unless a separate contract is executed. The contract will be awarded for one year with the option to renew 60 calendar days prior to the end of the contract for two additional one-year terms by mutual written agreement between ECB and the Contractor. 1.5 DEFINITIONS AND ACRONYMS “Agency” means Wisconsin Educational Communications Board “Bidder” means a vendor submitting a response to this Request for Bid “CST” means Central Standard Time “Contractor” means Successful bidder awarded the contract “Department” means Wisconsin Educational Communications Board “Depot Repair” means the Contractor facilitates repair on the Contractor’s premises “DTMF” means Dual Tone Multi Frequency “DVB” means Disabled Veteran-Owned Business “DOA” means Department of Administration “EAS” means Emergency Alert System “ECB” means Wisconsin Educational Communications Board “EIA” means Electronic Industries Alliance “FCC” means Federal Communications Commission “FOB” means Free on Board “GPI” means General Purpose ground closure Interface “IEC” means International Electrotechnical Commission “kV” means kilovolts “Macros” means a set of instructions that is represented in an abbreviated format. It is complex control functions. “Market-based” means a localized status overview display and the software provides a drill down capacity to look at a site contained within a market “MBE” means Minority Business Enterprise “MHz” means Megahertz “Modbus” means Modbus over TCP/IP protocol. It is the Internet common transport protocol and is a set of layered protocols, providing a data transport mechanism between machines utilizing the Modbus. Combining the versatile and scaleable physical network (Ethernet) with a universal networking standard (TCP/IP) and using open Modbus gives an open, accessible network for exchange of process data. “OEM” means Original Equipment Manufacturer “POTS” means Plain Old Telephone Service “RF” means Radio Frequency “RFB” means Request for Bid “SMS” means Short Message Service text communications “SNMP” means simple network management protocol “State” means State of Wisconsin “State Agency” means State of Wisconsin Agencies or any of the University of Wisconsin Campuses “TCP/IP” means Transmission Control Protocol / Internet Protocol “USPS” means United States Postal Services “Vendor” means a company that is providing a response to the solicitation “VDC” means Voltage Direct Current 2.0 BIDDER QUALIFICATIONS To be eligible for an award, bidder must be qualified and able to provide the following as required at the time of bid or the bid response will not be considered. Bidder response shall be documented on Attachment B and Bidder must provide required supporting documentation. 2.1 2.2 2.3 2.4 2.5 2.6 2.7 Bidder must be in the business of providing the commodities in this bid and must have done so for the past 5 years. Bidder must be an authorized distributor or dealer of the original equipment manufacturer with service and repair capabilities for the equipment. Provide documentation to show the authorization. Online product documentation and manuals must be available via the internet through the duration of this contract including any renewals. The link to this documentation must be provided at the time of the bid. The Bidder must have a proven record of providing equipment used to monitor tower light performance in accordance with FCC regulations. Bidder must not have had a similar contract terminated in the last 5 years for reasons such as notice to stop performance due to the vendor’s non-performance or poor performance and the issue of performance was either (a) not litigated due to inaction on the part of the vendor, or (b) litigated, and such litigation determined that the vendor was in default. Bidder must include the following documented test results: Documentation of IEC 61000-4-2 (12kV impulse) compliance for all equipment to be installed at Radio and / or Television transmitter sites. Documentation of IEC 61000-4-3 (RF immunity) compliance for all equipment to be installed at Radio and / or Television transmitter sites. Bidder shall indicate if any of the equipment requires proprietary tools for installation. Before the award of any Contract, the procurement specialist and the agency shall be satisfied that the bidder has sufficient qualified resources available for performing the work described in this bid. It is the bidder’s responsibility to acquaint the procurement specialist with these qualifications by submitting appropriate documentation or through the references. 3.0 BID PROCESS, PROCEDURES AND INSTRUCTIONS 3.1 VENDORNET REGISTRATION Only vendors registered with the State of Wisconsin’s VendorNet will receive future official notice for this service/commodity. The State of Wisconsin’s purchasing information and vendor notification service is available to all businesses and organizations that want to sell to the state. Anyone may access VendorNet on the Internet at http://vendornet.state.wi.us to get information on state purchasing practices and policies, goods and services that the state buys, and tips on selling to the state. 3.2 CORRESPONDENCE, CLARIFICATIONS AND QUESTIONS Bidders are expected to raise any questions, exceptions, or additions they have concerning the RFB document by March 22, 2011, 2:00 PM CT. If a vendor discovers any significant ambiguity, error, conflict, discrepancy, omission, or other deficiency in this RFB, the vendor should immediately notify the below named individual of such error and request modification or clarification of the RFB document. Send all communications to [email protected] . In the event that it becomes necessary to provide additional clarifying data or information, or to revise any part of this RFB, supplements or revisions will be posted on VendorNet. Any contact with State employees or administrative appointees concerning this RFB is prohibited, except as authorized by the procurement specialist during the period from date of release of the RFB until the notice to contract is released. 3.3 CALENDAR OF EVENTS DATE March 11, 2011 March 22, 2011, 2:00 PM CT March 24, 2011 April 11, 2011, 2:00 PM CT EVENT Date of Issue of the RFB Date Questions Due Estimated Date for responses to questions posted on VendorNet Bids Due from Bidders Office hours are 8:00 am – 4:00 pm, Monday through Friday except when the building is closed on State Holidays. 3.4 REASONABLE ACCOMMODATIONS The State will provide reasonable accommodations, including the provision of informational material in an alternative format, for qualified individuals with disabilities upon request. If the vendor needs accommodations at a bid opening, contact Brenda Derge at (608) 266-8613 (voice). 3.5 SUBMITTING A BID Bidders must submit one (1) clearly labeled original and one (1) copy identical copy, of all materials required for acceptance of their bid by the deadline shown on the Request for Bid (DOA-3070) form. These materials must be delivered to: POSTAL ADDRESS COMMON CARRIER ADDRESS Brenda Derge, Procurement Specialist Department of Administration State Bureau of Procurement PO Box 7867 Madison WI 53707-7867 Brenda Derge, Procurement Specialist Department of Administration State Bureau of Procurement 101 East Wilson Street, 6th Floor Madison WI 53703 Bid must be received in the above office and time-stamped by the State Purchasing Office indicated in the RFB prior to the stated opening time. Bids not so stamped will be considered late. Receipt of a bid by the State mail system does not constitute receipt of a bid by the State Purchasing Office, for purposes of this Request for Bid. All bids must be packaged and sealed in a box or envelope. Each bid shall show the following information on the outside of the package: Bidder’s Name Bidder’s Address Educational Communications Board (ECB) Alarm and Control System RFB #EC1150387 Bid Due Date and Time Attention: Brenda Derge Bidders who do not follow all instructions contained in this document will have their bid rejected. 3.6 FAXED BID Faxed bids will not be accepted. 3.7 E-MAILED BID E-mailed bids will not be accepted. 3.8 FORMAT OF BID Bidders responding to this RFB must comply with the following format requirements: Bids should be typed and submitted on 8.5 by 11 inch paper bound securely. Bids should be organized using the example provided below. The bid sections should be clearly marked with a tab noting the contents. Tab Signed Request for Bid Sheet (Form DOA-3070) Include the signed Request for Bid sheet with the bid required for submittal of a bid. Bids submitted in response to this RFB must be signed by the person in the vendor's organization who is responsible for the decision as to the prices being offered in the bid or by a person who has been authorized in writing to act as agent for the person responsible for the decision on prices. Tab State of Wisconsin Terms and Conditions (Form DOA-3054) These standard and supplemental terms and conditions shall govern this bid and subsequent award. Bidders must accept these terms and conditions or submit point-by-point exceptions along with proposed alternative or additional language for each point, including any vendor contracts. Submission of any standard vendor contracts as a substitute for language in the terms and conditions is not a sufficient response to this requirement and may result in a rejection of the vendor’s bid. The State reserves the right to negotiate contractual terms and conditions other than those in the State of Wisconsin Contract when it is in the best interest of the State to do so. Tab Attachment A: Cost Sheet Provide the completed and signed cost information on the Cost Sheet (Attachment A). All costs for furnishing the product(s) and/or service(s) included in the bid in accordance with the terms and conditions in this RFB must be included. Provide the list of the make/model numbers and the ordering/optioning codes for all equipment bid. 4.0 Tab Attachment B: Bidder Qualifications Sheet Provide the completed and signed Attachment B. Include any required documentation for Attachment B in this section. Tab Required Forms and Additional Information Bidder shall provide a copy of the warranty or warranties. Vendor Information (DOA-3477) Designation of Confidential & Proprietary Information (DOA-3027) Vendor Reference (DOA-3478) Bidder must include in its bid response a completed Vendor Reference Form, which is attached, listing at least three (3) bidders with whom the bidder has done business similar to that required by this solicitation within the last three (3) years. For each client/customer/buyer/ organization listed, the bidder must include the company name, address, contact person and telephone number along with a brief description of the product/service, which was the basis for the business relationship. The ECB will determine which, if any references to contact to assess the quality of the product/service. Include all additional information that will be essential to an understanding of the bid. This might include diagrams, excerpts from manuals, or other explanatory documentation that would clarify and/or substantiate the bid document. 3.9 MULTIPLE BIDS Multiple bids from a vendor will be permissible; however each bid must conform fully to the requirements for bid submission. Each such bid must be separately submitted and labeled as Bid #1, Bid #2, etc. on each page included in the response. 3.10 INCURRING COSTS The State of Wisconsin is not liable for any cost incurred by a vendor in the process of responding to this RFB. 3.11 NEWS RELEASES News releases pertaining to the RFB or to the acceptance, rejection, or evaluation of bids shall not be made without the prior written approval of the State. BID REVIEW, ACCEPTANCE AND AWARD 4.1 METHOD OF BID Bidder must complete the Cost Sheet on Attachment A. All costs for furnishing the product are included in the bid in accordance with the terms and conditions in this RFB. Bidders shall list of the make/model numbers and the ordering/optioning codes for all equipment bid. Within the list, clearly note which equipment is bid for each line on Attachment A. Section 2 on Attachment A must be completed, but will not be used in the bid award. 4.2 METHOD OF AWARD Award shall be made on the basis of the lowest responsive and responsible bidder submitting the lowest total cost on Attachment A, column C, line 6. The State reserves the right to make no award. Responses received without pricing will be rejected. In the event of bidder error in calculation, unit price shall prevail. Bids that require that the State shall guarantee a specific quantity or dollar amount will be disqualified. 4.3 BID OPENING Bids will be opened on April 11, 2011, 2:00 PM CT at 101 E. Wilson St., 6th Floor. Names of the bidders may be read aloud at that time. 4.4 BID REVIEW AND ACCEPTANCE Bids will be reviewed to verify that bidders meet all specified requirements in this RFB. Bidders that are unable to comply with specifications contained in this RFB will be rejected by the State. The State shall be the sole judge as to compliance with the instructions contained in this RFB. 4.5 MINORITY PREFERENCE The State of Wisconsin is committed to the promotion of minority business in the State’s purchasing program and a goal of placing 5% of its total purchasing dollars with certified minority businesses. Authority for this program is found in ss. 15.10(2), 16.75(4), 16.75(5) and 560.03(2), Wisconsin Statutes. The contracting agency is committed to the promotion of minority business in the State’s purchasing program. Bids from certified Minority Business Enterprises may have points weighted by a factor of 1.05 to provide a five percent (5%) preference to these businesses. 5.0 4.6 CERTIFIED DISABLED VETERAN-OWNED BUSINESSES The State Bureau of Procurement and all agencies may make awards to the certified disabled veteran-owned business submitting the lowest qualified bid when that qualified bid is not more than 5% higher than the apparent low bid. Awards will be made to the certified disabled veteran-owned business submitting lowest qualified bid. The State Bureau of Procurement DVB Program manager will review and approve in writing any decision not to award to the lowest qualified bid. 4.7 NOTIFICATION OF AWARD All bidders who respond to this RFB with a bid shall be notified in writing of the State's contract award as a result of this RFB. GENERAL AND TECHNICAL SPECIFICATION REQUIREMENTS Conditions of bid that include the word “must”, “shall”, or “will” describe a mandatory requirement. Failure to meet a mandatory requirement shall disqualify the bid. If no bidder is able to comply with a given specification or condition of bid, the State reserves the right to delete that specification or condition of bid. 5.1 Hardware Configuration Equipment The equipment bid: A. Must be built upon a dedicated task-specific hardware platform. B. Must not have a fan. C. Must include all hardware to facilitate rack-mounting in EIA standard 19” relay racks. D. Must not have a hard drive. E. Must provide native support of Modbus protocol over Ethernet. F. Must provide automatic internal clock setting to an external time reference over POTS modem connection. G. Must provide internal clock with a stability of at least +- 10 seconds per month on medium and large sized units. 5.2 Operating Environment The equipment bid: A. Must operate in a temperature range from 32°F to 115°F. B. Must operate in up to 100% humidity (non-condensing). C. Must operate in a dusty environment. D. Must be IEC 61000-4-2 (12kV impulse) compliance. E. Must be IEC 61000-4-3 (RF immunity) compliance. F. Must use readily available connectors for all inputs /outputs. 5.3 Operating System A. The Macros / logic 1. Must be programmable, with the capability to perform complex control functions (macros) upon predetermined conditions, including metering setpoints and status/command states and changes. 2. Must have a graphical interface for macro creation and editing. 3. Must not require knowledge of Java or XML to utilize the full capabilities of the unit. 4. Must have ability to edit macros remotely over TCP/IP. 5. Must have ability to store macros to USB storage device. 6. If macro editing requires the software application to be installed on a personal computer, that software must be compatible with Microsoft XP and Microsoft Windows 7. B. Status 1. All inputs must be programmable to monitor both contact closure and logic level equipment status. 2. All inputs must be programmable to use either logic 1 or 0 as a status condition. All inputs must be programmable to use either ground closure or open circuit as a status condition. 3. Status point inputs must be able to be derived on-board and via Modbus attachment. 4. Status point inputs must be opto-coupled. 5. Must provide programmable alarm delay actions and reporting. 6. Must provide programmable alarm severity levels. 7. Must provide programmable call lists for each alarm. 8. Must provide programmable call lists for each level of alarm severity. 9. Must be able to mute alarm notification based on logic with input from control activation. As an example, if a transmitter is shut down for sign off at the end of the broadcast day, the subsequent alarms must not activate callout notification. 10. Must provide user-programmable means to mute alarm notification based on accurately-timed events derived from an integral clock. C. The Control Interface 1. Must be able to interface with external equipment via contact closure and open collector-type activation. 2. Control outputs must be programmable via graphical user interface to take automated actions based upon predetermined status, control, metering, and timed parameters. 3. All control output activity must be logged internally to the alarm and control system. 4. The log of control activity must be searchable with software tools internal to the system. 5. Must provide user-programmable means to activate control channels based on accurately-timed events derived from an integral clock. D. The Metering Inputs 1. Must be able to monitor voltages up to +/-40 VDC. 2. Must be able to scale voltage to power. 3. Must have graphical interface for metering calibration. 4. Must be able to derive multiple alarm points and alarm severity from metering thresholds. 5. Must be able to operate metering points as audio metering. 6. Must be able to operate metering inputs as audio silence detectors. 7. Must provide user-programmable means to mute alarm notification based on accurately-timed events derived from an integral clock. E. The Audio Monitoring 1. Must have ability to provide audio monitoring to technical staff accessing the unit using a dial-up telephone circuit. 2. Must have ability for user to switch between different audio sources being monitored via DTMF control over a dial up connection. 3. Must have ability to stream audio over Ethernet for remote monitoring. F. The EAS Interface 1. The equipment must be delivered with a pre-programmed serial interface for attachment to existing installed SAGE EAS equipment. 2. The equipment must be easily set up to deliver EAS log reports via e-mail distribution. This feature must be a part of the base software and be fully integrated prior to delivery G. Site equipment 1. Small Site (Quantity of 16 small sites total) The sizes listed below are minimum acceptable configurations. a. 8 status inputs for each site b. 8 control contact closure points for each site c. 8 metering inputs for each site d. 1 audio inputs for each site e. Capable of adding up to 256 user configurable modbus status inputs using non-OEM hardware f. Capable of adding up to 72 additional modbus relay output contacts using non-OEM hardware g. Capable of adding up to 128 additional modbus analog metering inputs using non-OEM hardware 2. Medium Site (Quantity of 16 medium sites total) The sizes listed below are minimum acceptable configurations. a. 16 status inputs for each site b. 16 control contact closure points for each site c. 8 metering inputs for each site d. 4 audio inputs for each site e. Capable of adding up to 256 user configurable modbus status inputs using non-OEM hardware f. Capable of adding up to 72 additional modbus relay output contacts using non-OEM hardware g. Capable of adding up to 128 additional modbus analog metering inputs using non-OEM hardware h. Must provide capacity to connect to equipment utilizing SNMP over Ethernet 3. Large Site (Quantity of 10 large sites total) The sizes listed below are minimum acceptable configurations. a. 32 status inputs for each site b. 32 control contact closure points for each site c. 16 metering inputs for each site d. 8 audio inputs for each site e. Capable of adding up to 256 user configurable modbus status inputs using non-OEM hardware f. Capable of adding up to 72 additional modbus relay output contacts using non-OEM hardware g. Capable of adding up to 128 additional modbus analog metering inputs using non-OEM hardware h. Must provide capacity to connect to equipment utilizing SNMP over Ethernet H. The Network Management Software 1. Must provide statewide system and localized (market-based) status overview displays. 2. Must provide market-based contact closure for major alarms at ECB’s network operations center. The method of display will be by taking a contact closure from the alarm system and attaching it to tally inputs on ECB’s monitor wall processor. 3. Must provide a means for gang sign-on and sign-off control of television transmitters at six locations. This control function must also be made available for connection to program playout automation through a GPI interface. 4. Must present new alarm information as the alarm occurs while a user is in any mode, including while in a configuration session. 5. Must provide for operator manual inhibit function of individual alarms. 6. Shall not require enrollment in a software services contract for full technical support. 7. Shall not require enrollment in a software services contract for future software upgrades. 8. Must have an integrated search tool for post-event cause-and-effect analysis of alarm and control actions. 9. Must use commonly available maps. 10. If this product is dependent on a database back-end, the database software must be common off-theshelf product. 11. Must support Ethernet wide area connectivity to sites. 12. Must support data over POTS connectivity to sites. 13. Must indicate loss of Ethernet connectivity to a site. 14. Must indicate loss of POTS connectivity to a site by the system automatically performing tests calls to POTS connected locations a minimum of twice daily and generating alarm notification as defined in RFB Sections 5.3.J.4, 5.3.J.5, 5.3.J.6 and 5.3.J.7. 15. Bidder to provide minimum specifications for the computer platform required for hosting the network management software. ECB shall purchase the computer via existing state contracts. I. The User Interface 1. Must present new alarm information as the alarm occurs while a user is in any attached mode via computer interface. This includes while in a configuration session. 2. Must be equipped to deliver alarm notification as a voice telephone call. 3. Must be equipped to be controlled and interrogated with DTMF over a voice telephone call. 4. Must be equipped to deliver alarm notification via SMS messaging. 5. Must be equipped to deliver alarm notification via e-mail. 6. Must be equipped to deliver alarm notification to a network management center application. 7. Must be able to use mixed communications protocols within a call list that includes voice, SMS and e-mail. 8. Must support a minimum of ten (10) different call lists. 9. The user must be able to configure the call lists by recipient, communications protocol, and alarm groupings. 10. Must be equipped to be controlled over a TCP/IP connection. 11. Must be equipped to be controlled by a network management application. 12. Must use login and password authentication for all access. 13. Must include at least three levels of user authority: Administrator, Technical staff, and Network Operations staff. 14. Must have front panel, positive “lock- out” control that mutes alarms and stops all automated control process. 15. Must have high level remote user capacity for lock out reset. 16. Must utilize https for web access. 17. Must not use Java or Flash for web access. 18. Must have ability for users to select different audio sources for monitoring over POTS circuits using DTMF control. 19. Must have method to switch different sources for Ethernet audio as part of any of the available computer interfaces. 20. Must have provisions for creating custom logs of specific events, such as tower light alarm reports and transmitter on / off times. 21. Custom log reports must be deliverable via email from medium and large site equipment. 22. Custom log reports at small sites are to be viewable remotely over a POTS modem connection 5.4 Delivery for ECB A. Delivery to: Wisconsin Educational Communications Board, 3319 W. Beltline Highway, Madison, WI 53714 B. The local ECB Site Engineer name will be provided to the contractor at the time of award. C. The equipment shall be considered in the care and custody of the Contractor until inspected and accepted by the site engineer. D. Shippers, carriers, or other delivery operatives shall be considered agents of the Contractor. The contractor shall assume full liability for loss, damage or theft of the equipment or materials during shipment. Claims for loss, damage or theft of any equipment supplied by the Contractor during shipment shall be made and satisfied by the Contractor. E. Failure to bid FOB Destination, Freight Prepaid and Allowed in bid price will disqualify the bid. F. 5.5 When ECB is ordering the equipment, ECB will install the alarm and control system. No Contractor installation is required. Delivery for Other State Agencies A. Delivery information will be provided by the ordering State Agency. B. Any delivery restrictions will be provided by the ordering State Agency. 5.6 Service Bulletins A. Contractor shall provide an email notification to ECB or State Agency of service bulletin release. B. The Contractor shall provide online access to service bulletins of modifications and improvements to the equipment software during the term of this contract. B. A list of recently issued bulletins shall be provided upon request at no additional cost. 5.7 6.0 Software Releases A. Contractor shall provide email notification to ECB or State Agency of service software patches, bug fixes, and new software releases. PERFORMANCE AND SUPPORT REQUIREMENTS Conditions of bid that include the word “must”, “shall”, or “will” describe a mandatory requirement. Failure to meet a mandatory requirement shall disqualify the bid. If no bidder is able to comply with a given specification or condition of bid, the State reserves the right to delete that specification or condition of bid. 6.1 Hardware A. The parts necessary to repair any of the equipment provided as a result of this contract shall be OEM replacement parts available for at least two years after the warranty expiration or for what is required by the law, whichever is shortest. 6.2 B. Contractor shall maintain a supply of replacement parts to ensure minimum shutdown for repairs. The replacement parts will be stored by the Contractor. Replacement parts are an exact duplicate or a new version of the same part which performs the same function and is replaceable with the part being replaced. C. If the equipment bid requires proprietary tools for installation, the proprietary tools must be itemized and included in the bid cost on Attachment A. Warranty A. The State Agency will issue a Certificate of Substantial Completion when the system as specified is successfully implemented and operating satisfactorily. The date of the Certificate shall start the 3-year initial warranty. B. The Contractor’s bid price shall include a service and maintenance contract for the initial 3 years of system operation. The Contractor shall warrant the hardware components, modules, and devices of the Alarm and Control System to be free from defects in material and workmanship under normal use and service from the date of issuance of the Certification of Substantial Completion and for the term of the service contract. The obligation under the warranties shall include the replacement of defective components and the prepaid shipping of replacement parts FOB-Destination, to the purchaser’s specific site. Wherever possible, cross shipping shall be used to minimize the downtime of any system components. 6.3 C. The manufacturer shall warranty all included software and firmware for the initial 3-year term of the service/maintenance contract. This warranty shall include no-cost bug fixes, patches and version upgrades. Manufacturer shall provide the latest software releases at the time of installation. There shall be no recurring costs for software or firmware licensing, bug fixes, patches, and repairs for the term of this contract. D. The initial service and maintenance contract shall include 24 hour by 7 day access to a Contractor customer service representative qualified to diagnose problems and suggest remedies. E. Contractor shall commit to a call back to ECB within two hours of receiving ECB’s call for assistance. F. Manufacturer shall warrant all the equipment to be free from defects in material and workmanship under normal use and service for a period of three (3) years from date of substantial completion. Warranty shall be provided to the State Agency in writing and include an explanation for filing claims. Standard published warranties shall apply to items not identified with the Manufacturer’s trademark or trade name. G. A copy of the warranty is provided with the bid submission. Service A. During this contract term and any renewals, the Contractor shall have a service department that is staffed 24 hours a day, 365 days a year to receive service calls from Contracting Agency and dispatch those calls to their staff to enable telephone support within two hours after receipt of service request. For example, the State is able to call Sunday at 3:00 AM CST and within two hours, talk to a person qualified to service and repair the proposed System. B. All service must be provided in English. C. The Contractor must provide a staff of full-time customer service representatives fully qualified to answer questions in all operational and technical areas of the manufacturer’s products and services. D. Through the duration of this contract and all renewals, all parts necessary to repair the alarm and control system shall be in stock and ship on the next business day after receiving a call from ECB or the ordering State Agency. E. At the time of Award, the Contractor must provide to the ordering State Agency a toll-free phone number and e-mail address that the State may use for requesting service, inquiring about invoices, conducing contract business and general inquiries. F. 7.0 8.0 The Contractor shall provide telephone service support for the alarm and control systems supplied. Additional support may be purchased on an annual basis by the State after the contract and any renewals have expired. COST INFORMATION 7.1 Bidders must fully complete Attachment A, cost sheet. Make sure the math is correct. In the event of bidder error in calculation, unit price shall prevail. 7.2 Prices submitted must be in U.S. dollars. 7.3 Bidders must include all costs for materials and delivery. Bid prices must include all handling, packing, freight, and insurance charges. 7.4 As a mandatory attachment to Attachment A, bidders shall provide a list of the make/model numbers and the ordering/optioning codes for all equipment bid. On the attached list, clearly note which equipment is bid for each line on Attachment A. 7.5 Alternate cost sheet formats will not be accepted. 7.6 Pricing must remain firm for the contract period, including a possible renewal. REQUIRED FORMS The following forms must be completed and submitted with the bid in accordance with the instructions given in Section 3.7, Submitting a Bid. Blank forms are attached. Request for Bid Form (DOA-3070), completed and signed Vendor Information (DOA-3477) Vendor Reference (DOA-3478) Designation of Confidential & Proprietary Information (DOA-3027) Attachment A, Cost Sheet Attachment B, Bidder Qualification Sheet 9.0 TERMS AND CONDITIONS The State of Wisconsin reserves the right to incorporate standard State contract provisions into any contract negotiated with any proposal submitted responding to this RFB (Standard Terms and Conditions (DOA-3054) and Supplemental Standard Terms and Conditions for Procurements for Services (DOA-3681)). Failure of the successful proposer to accept these obligations in a contractual agreement may result in cancellation of the award. SPECIAL TERMS AND CONDITIONS 9.1 PRIME CONTRACTOR AND MINORITY BUSINESS SUBCONTRACTORS The prime Contractor will be responsible for Contract performance when subcontractors are used. However, when subcontractors are used, they must abide by all terms and conditions of the contract. If subcontractors are to be used, the bidder must clearly explain their participation. The State of Wisconsin’s policy provides that minority owned business enterprises certified by the Wisconsin Department of Commerce, Bureau of Minority Development should have the maximum opportunity to participate in the performance of its contracts. The Contractor is strongly urged to use due diligence to further this policy by awarding subcontracts to minority owned business enterprises, or by using such enterprises to provide goods and services incidental to this requested service or contract, with a goal of awarding at least 5% of the award amount of this request for bid to such enterprises. A listing of certified minority businesses, as well as the services and commodities they provide, is available from the Department of Administration, Office of Minority Business Program, (608) 267-3293. The list is published on the Internet at: http://vendornet.state.wi.us 9.2 CANCELLATION AND TERMINATION The State reserves the right to cancel the Contract for any reason, by giving written notice to Contractor of such cancellation and specifying the effective date thereof, at least ten (10) days before the effective date of such cancellation. Contractor shall, in the event of such cancellation, be entitled to receive compensation for any work accepted hereunder in accordance with the State's order(s). Contractor may also be compensated for partially completed work in the event of such cancellation. The compensation for such partially completed work shall be no more than the percentage of completion of each work effort, as determined in the sole discretion of the State, times the corresponding payment for completion of such work as set forth in the State's order(s). In addition, the State reserves the right to terminate the Contract for reasons of breach of contract, by giving written notice to Contractor of such termination and specifying the effective date thereof, at least ten (10) days before the effective date of such termination. Contractor shall, in the event of such termination, be entitled to receive compensation for any work accepted hereunder in accordance with the State's order(s). Contractor shall also be compensated for partially completed work in the event of such termination. The compensation for such partially completed work shall be no more than the percentage of completion of each work effort, as determined in the sole discretion of the State, times the corresponding payment for completion of such work as set forth in the State's order(s). Failure to maintain the required Certificates of Insurance shall be cause for Contract termination. If the Contractor fails to maintain and keep in force the insurance as provided in the State of Wisconsin Standard Terms and Conditions, the State has the right to cancel and terminate the Contract without notice. Upon cancellation, termination or other expiration of the Contract, each party shall forthwith return to the other all papers, materials, and other properties of the other held by each for purposes of execution of the Contract. In addition, each party will assist the other party in the orderly termination of this Contract and the transfer of all aspects hereof, tangible or intangible, as may be necessary for the orderly, non-disruptive business continuation of each party. 9.3 MODIFICATIONS OF CONTRACT Any alterations made to the Contract must be rendered in writing and signed by both responsible parties; no changes without such signed documentation shall be valid. No alterations outside of the general scope and intent of the original Request for Bid or in excess of allowable and accepted price changes shall be made. 9.4 TAX EXEMPTIONS AND CERTIFICATION OF COLLECTION OF SALES AND USE TAX The State of Wisconsin shall not enter into a contract with a vendor, and reserves the right to cancel any existing contract, if the vendor or contractor has not met or complied with the requirements of s.77.66 Wis. Stats., and related statutes regarding certification for collection of sales and use tax. The State of Wisconsin is exempt from payment of all federal tax and Wisconsin state and local taxes on its purchase except Wisconsin excise taxes as defined in the Standard Terms and Conditions. ECB is considered an IRC 501(c) organization. 9.5 LIQUIDATED DAMAGES The contractor acknowledges that damages will be incurred by the agency for every day past the scheduled delivery date. The contractor agrees that the agency shall have the right to liquidate such damages, through deduction from the contractor's invoices, in the amount equal to the damages incurred, or by direct billing to the contractor. 9.6 PANDEMIC/DISASTER PLANNING Contractor will be expected to respond, upon request, with its plans for continuation of contracted services in the event of wide-spread contagious illness affecting providers of services or major disaster. This plan is not required with bids, but if requested, may be required from awarded Contractor(s). See Section 35.0 of the Standard Terms and Conditions titled “Force Majeure”. 9.7 SHIPMENTS, DUPLICATES AND OVERSHIPMENTS Upon written notification by the State of a duplicate or over-shipment, item must be removed at the contractor’s expense. If such goods are not removed within 30 days of written notification, the State reserves the right to dispose of them as its own property and shall not be held liable for the cost. 9.8 ORDER OF PRECEDENCE In the event of a contract award, the contents of this RFB (including all attachments), RFB addenda and revisions, the bid response from the successful bidder, and additional terms agreed to, in writing, by the Department and contractor shall become part of the contract. Failure of the successful bidder to accept these as a contractual agreement may result in a cancellation of award. The following priority for contract documents will be used if there are conflicts or disputes: 1. The Final Signed Contract with clarifications or amendments included. 2. Official Purchase Order 3. Bid response as accepted by the State of Wisconsin 4. State’s Request for Bid
* Your assessment is very important for improving the work of artificial intelligence, which forms the content of this project
advertisement