STATE OF FLORIDA FLORIDA DEPARTMENT OF LAW ENFORCEMENT. Cellular Tower Software. June 19, 2014, no later than 3:00 PM EST

Similar documents
STATE OF FLORIDA FLORIDA DEPARTMENT OF LAW ENFORCEMENT

FLORIDA DEPARTMENT OF LAW ENFORCEMENT

SUBMIT REPLY TO: Department of Law Enforcement Office of General Services 2331 Phillips Road Tallahassee, FL Telephone Number: (850)

Acknowledgement Form FLORIDA DEPARTMENT OF LAW ENFORCEMENT INVITATION TO BID SUBMIT REPLY TO:

SUBMIT REPLY TO: Department of Law Enforcement Office of General Services 2331 Phillips Road Tallahassee, FL Telephone Number: (850)

State of Florida Department of Transportation. APRISA XE 960 MHz Radios

State of Florida Department of Transportation

STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION PURCHASE ORDER TERMS & CONDITIONS

INVITATION TO BID FOR FIRE SPRINKLER SYSTEM INSPECTIONS ITB NO: DMS-14/ THE STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES

FLORIDA DEPARTMENT OF TRANSPORTATION


The intent of this bid is to purchase soccer uniforms to be issued by the Parks & Recreation Department to youth soccer program participants.

AMENDMENT 3 CONTRACT RENEWAL TO Alternate Contract Source Agreement: ACS Commercial Off-the-Shelf Software

Invitation For Bid. Filters, Brake Drums & Brake Shoes IFB B

ITB-CD Re-Bid Term Contract for Code Enforcement Mowing and General Clean Up Services. Required Submittal Packet. Revised per Addendum 2

OSWEGO COUNTY PURCHASING DEPARTMENT. Purchasing Director Purchasing Clerk Purchasing Clerk

FLORIDA DEPARTMENT OF HEALTH (DOH) DOH17-016

Bids Due: March 16, 2018

DATE: June 7,

COUNTY OF OSWEGO PURCHASING DEPARTMENT

INVITATION TO BID FOR AIR FILTERS ITB NO: DMS-15/ THE STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES

INVITATION TO BID. Kenai Peninsula Borough Personal Property Tax Account Number:

CITY OF ROANOKE, VIRGINIA REQUEST FOR PROPOSAL FOR EXECUTIVE SEARCH SERVICES RFP NUMBER OPENING DATE: JULY 23, 2009 OPENING TIME 2:00 P.M.

Request for Proposals (RFP) for Court Reporting Services. RFP No: OAG 14/15-3 The State of Florida Office of the Attorney General

INSTRUCTIONS TO BIDDERS Medical Center

FLORIDA DEPARTMENT OF HEALTH (DOH) DOH

2:00PM PHONE NUMBER: FREE NUMBER: FAX NUMBER: ADDRESS: FEID NO.:

INVITATION TO BID. FURNISHING AND DELIVERING GASOLINE AND DIESEL FUEL Requisition No. PW

State of Florida PUR 1001 General Instructions to Respondents

INVITATION FOR BID KITCHEN EQUIPMENT - POS. BID DUE: Tuesday, November 20, 2018 at 10:30 a.m.

CIRCUIT COURT CLERK S OFFICE CONVERSION OF LAND RECORD INDEXING, IMAGING, AND PLAT RECORDS (SCANNING, INDEXING & SOFTWARE TO FACILITATE IMPROVED

REQUEST FOR PROPOSAL Enterprise Asset Management System

TITLE PAGE STATE OF FLORIDA INVITATION TO BID DOH Printing of DOH 1628 Laboratory Request Forms

RETRO REFLECTIVE GLASS BEADS

Diesel Engine Replacement for. Gillig Low Floor Buses

TERMS AND CONDITIONS OF THE INVITATION TO BID

INVITATION TO BID MAIL DATE: 06/20/2013

RFQ-CD Re-Bid Wildfire Underbrush Mowing. Required Submittal Packet

LEGAL AD. Invitation to Bid Bid No For the purchase of 1 new Motor Grader

ITB-PW Concrete psi with Fiber Mesh. Required Submittals

Request for Qualifications RFQ #

ABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS

Invitation to Bid (ITB) For Lawn Care Services ITB No: DMS 14/ The State of Florida Department of Management Services

Tulsa Community College

REQUEST FOR PROPOSAL Police Department Roof System Renovation

REQUEST FOR PROPOSALS RFP SEASONAL ARTIFICIAL ICE SKATING RINK

STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION MFMP CONTRACT TERMS AND CONDITIONS

INVITATION FOR BID Annual Water Meter Purchase

FLORIDA DEPARTMENT of CORRECTIONS

Attachment O Standard Draft Contract STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES MEDIUM AND HEAVY DUTY TRUCKS

DMS Catalog Class No.:

Iowa Public Employees Retirement System Request for Proposal Design and Construction Contract Administration Services

Architectural Design Services for Project No African Hyena Housing Exhibit RFP# EN P File #095 Bid date 2:00 P.M.

Saddles for Sale RFSB # N

CODE ENFORCEMENT MAGISTRATE RFP

1992 GMC Sonoma 2WD Truck with Utility Cap for Sale on the campus of Potomac State College RFSB # V

NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT REQUEST FOR PROPOSALS ("RFP") DISTRICT INSPECTOR GENERAL/INTERNAL AUDIT SERVICES RFP #12-002

Location & Subject Matter Substance of Change Proposed Changes

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES

ADDENDUM ACKNOWLEDGEMENT FORM DC ITB A D D E N D U M # 1

Bid #15-15 Goodyear Tires

2 each $ Total Bidder to specify Make/Model/Year of Mower (Z-Turn) 1 each $ Total Bidder to specify Make/Model/Year of Mower (1600 Turbo)

FLORIDA ADMINISTRATIVE CODE (FAC) CHAPTERS 61B-15 through -25, and 61B-45, -50, -76, -78, and -83

REQUEST FOR PROPOSALS For the Installation and Maintenance of a Backup and Disaster Recovery System

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES NORTHEAST FLORIDA STATE HOSPITAL INVITATION TO BID. Installation of Fiber Optic Cable

DOCUMENT INSTRUCTIONS TO BIDDERS

DIVISION PROCUREMENT CONTRACTS FOR GOODS AND SERVICES DIVISION PROCUREMENT CONTRACTS FOR GOODS AND SERVICES GENERALLY; EXCEPTIONS

REQUEST FOR BID # TIRE DISPOSAL SERVICES

Register, 2014 Commerce, Community, and Ec. Dev.

Request For Proposals Hwy 124 E ADA Door Opener Hallsville City Hall

CONTRACT AWARD. Period of Contract: August 1, 2011 through July 31, 2012 (With the option to renew for four additional 12-month periods)

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID

Request for Proposal. RFP # Non-Profit, Sports Photography

LED Lighting. 3.3 Bidder shall furnish the required information typed or written in ink.

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET - P.O. BOX 191 MANCHESTER, CONNECTICUT

CITY OF SOUTH BAY INVITATION TO BIDS ON CITY OWNED SURPLUS REAL ESTATE. BID No

Invitation for Bid Caustic Soda 50% T. F. Green Airport, Warwick, RI

INVITATION TO BID ISSUE DATE: Nov. 16, 2017 BID REQUESTED:

REQUEST FOR BID # DEDICATED INTERNET ACCESS SERVICE 100M

Request for Proposal. INDEPENDENT CONTRACTOR ATTORNEY ACE CODE ENFORCEMENT Ref #121817RFPSOL LUZERNE COUNTY PENNSYLVANIA

RFP ATTACHMENT I: ACKNOWLEDGEMENT OF RFP TERMS AND CONDITIONS

COVER PAGE. Bid Proposal # Ready Mix Concrete

PART III GENERAL INFORMATION, INSTRUCTIONS AND CONDITIONS FOR BIDDERS

City of Covington CCE Project No Roadway Improvement and Overlay Program August 1, 2012 SECTION INSTRUCTIONS TO BIDDERS

SECTION A - INSTRUCTIONS

REQUEST FOR BID # JAIL WATER SOFTENER SYSTEM

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES NORTHEAST FLORIDA STATE HOSPITAL

REQUEST FOR QUOTATION SUBMIT BID TO PURCHASING DIVISION SHAWNEE COUNTY COURTHOUSE Room 201 Topeka, Kansas 66603

Firm Submitting Bid INVITATION TO BID. DEADLINE FOR QUESTIONS: May 2, 2018 TIME: 5:00 PM. SUBMISSION DUE DATE: May 9, 2018 TIME: 2:00PM EST

INVITATION TO BID ISSUE DATE: March 21, 2017

REQUEST FOR STATEMENT OF QUALIFICATIONS (SOQ) FLORIDA DEPARTMENT OF AGRICULTURE AND CONSUMER SERVICES DIVISION OF ADMINISTRATION

March 26, 2004, 1:45 p.m. Rule Development Workshop Florida Department of Management Services

Addendum No.: 1. Bid No Veterans Resource Center Remodel, Relocation, DSA Requirements. Issued June 22, 2018

LEGAL NOTICE REQUEST FOR BID SEALED BID For. Reinforcing Steel for Freymuth Road Box Culvert. For

Request for Bids (RFB) Fire Extinguisher Services (Service/Price Agreement)

Instructions to Proposers & Contractors (ITPC): RFP

E-RATE CONSULTING AGREEMENT

REQUEST FOR PROPOSALS NO FOR GENERAL CORPORATE LEGAL SERVICES

BERKELEY COUNTY SHERIFF S DEPARTMENT BERKELEY COUNTY, WEST VIRGINIA

PARTICIPATING ADDENDUM NASPO ValuePoint Body Armor Products Administered by the State of Colorado (hereinafter Lead State )

Transcription:

STATE OF FLORIDA FLORIDA DEPARTMENT OF LAW ENFORCEMENT Solicitation Number: Bid Title: Cellular Tower Software Commodity Code: 252-925, 725-360 Date Due and Time: June 19, 2014, no later than 3:00 PM EST Florida Department of Law Enforcement Office of General Services 2331 Phillips Road Tallahassee, Florida 32308 It is the Bidder s responsibility to monitor the Vendor Bid System (VBS) for any changes to this solicitation. To receive information on FDLE solicitations 24 hours a day, 7 days a week, register with the Vendor Bid System at: http://myflorida.com/apps/vbs/vbs_www.main_menu. For additional information on the solicitation process, you may telephone the Office of General Services at (850) 410-7300. FDLE is committed to the fundamental values of: SERVICE INTEGRITY RESPECT QUALITY 1 of 22

SOLICITATION INTRODUCTION The 10 Most Critical Things to Keep in Mind When Responding to a Solicitation for the Florida Department of Law Enforcement 1. Read the entire document. Note critical items such as: mandatory requirements; sample(s) required; supplies/services required; submittal dates; number of copies required for submittal; funding amount and source; contract requirements (i.e., contract performance security, insurance requirements, performance and/or reporting requirements, etc.). 2. Note the Procurement Officer's name, address, phone numbers and e-mail address. This is the only person you are allowed to communicate with regarding the solicitation and is an excellent source of information for any questions you may have. 3. Attend the pre-bid conference. (If applicable) 4. Take advantage of the question and answer period. Submit your questions to the Procurement Officer by the due date listed in the Calendar of Events and view the answers given in the formal addenda issued for the Solicitation. All addenda issued for a solicitation are posted on the Vendor Bid System s website (http://vbs.dms.state.fl.us/vbs/search.criteria_form) and will include all questions asked and answered concerning the solicitation. 5. Follow the format required in the solicitation when preparing your response. Provide point-by-point responses to the required sections in a clear and concise manner. 6. Provide complete answers/descriptions. Read and answer all questions and requirements. Don t assume the Department or evaluation committee will know what your company capabilities are or what items/services you can provide, even if you have previously contracted with the Department. The bids are evaluated based solely on the information and materials provided in your response. 7. Use the forms provided, i.e., Solicitation cover sheet, Price forms, etc. 8. Check the Vendor Bid System website for solicitation addenda. Before submitting your response, check the Vendor Bid System website to see whether any addenda were issued for the solicitation. Some addenda require that you sign and return them with the bid. 9. Review and read the Solicitation document again to make sure that you have addressed all requirements. Your original response and the requested copies must be identical and be complete. The copies are provided to the evaluator/evaluation committee members and will be used to score your response. 10. Submit your response on time. Note all dates and times listed in the Calendar of Events and within the document, and be sure to submit all required items on time. Faxed, emailed or late bid responses are never accepted. 2 of 22

Contents SECTION 1 INTRODUCTORY AND GENERAL INFORMATION 5 1.0 INTRODUCTION... 5 1.1 GENERAL CONTRACT CONDITIONS (PUR 1000)... 5 1.2 GENERAL INSTRUCTIONS TO BIDDERS (PUR 1001)... 5 1.3 TERMS AND CONDITIONS... 5 1.4 PROCUREMENT OFFICER... 6 1.5 CALENDAR OF EVENTS... 7 SECTION 2 - SPECIAL CONDITIONS 8 2.0 ADDITIONAL REQUIREMENTS... 8 2.1 MYFLORIDAMARKETPLACE (MFMP) REGISTRATION... 8 2.2 MFMP TRANSACTION FEE... 8 2.3 UNAUTHORIZED ALIENS... 9 2.4 E-VERIFY... 9 2.5 MANDATORY REQUIREMENT... 9 2.6 HEADING AND SECTION REFERENCES... 9 2.7 NON-DISCRIMINATION... 10 2.8 FLORIDA DEPARTMENT OF FINANCIAL SERVICES (DFS) W-9 INITIATIVE... 10 2.9 SOLICITATION INFORMATION... 10 2.10 ADDENDA... 10 2.11 BIDDER INQUIRIES... 10 2.12 POSTING OF TABULATIONS... 11 2.13 DISCUSSIONS... 11 2.14 IDENTICAL TIE BIDS... 11 2.15 CERTIFICATION OF A DRUG-FREE WORKPLACE... 12 2.16 SUBMISSION OF MANDATORY FORMS... 12 2.17 LEGAL REQUIREMENTS... 12 2.18 ACCESSIBILITY FOR DISABLED PERSONS... 12 2.19 CONTRACTUAL MANDATORY... 12 2.20 FIRM RESPONSE... 13 2.21 IN-STATE PREFERENCE... 13 2.22 ADVERTISING... 13 SECTION 3 - SPECIFICATIONS 14 3.0 STATEMENT OF PURPOSE... 14 3.1 SPECIFICATIONS... 14 3.1.1 DESCRIPTION OF SERVICES AND DELIVERABLES... 14 3.1.2 REQUIREMENTS OF EQUIVELANT SYSTEM... 15 SECTION 4 - INVOICING AND PAYMENT 16 4.0 INVOICING AND PAYMENT... 16 3 of 22

SECTION 5 - BID FORMAT INSTRUCTIONS 17 5.0 ITB PACKAGING AND SUBMISSION REQUIREMENTS... 17 5.1 BID EVALUATION AND AWARD... 17 5.2 BASIS OF AWARD... 18 ATTACHMENT A COST SHEET 19 ATTACHMENT B DRUG FREE WORKPLACE CERTIFICATE 20 ATTACHMENT C IN-STATE PREFERENCE FORM 21 ATTACHMENT D ITB CHECKLIST 22 4 of 22

SECTION 1 INTRODUCTORY AND GENERAL INFORMATION 1.0 INTRODUCTION The State of Florida s Department of Law Enforcement, hereinafter called the FDLE, Department, Customer, or Purchaser intends to obtain competitive sealed bids for JDSU Cellular Tower Radio Frequency Propogation Mapping software, hardware, maintenance and training. With the Buyer s prior approval, the Bidder may provide any product that meets or exceeds the applicable specifications. The Buyer shall determine whether a product is acceptable as an equivalent. Delivery F.O.B. Destination, as well as on-site training, will be required. The Bidder will coordinate all training with FDLE s Project Manager. 1.1 GENERAL CONTRACT CONDITIONS (PUR 1000) http://dms.myflorida.com/index.php/content/download/2933/11777/version/6/file/1000.pdf The State of Florida General Terms and Conditions (PUR 1000) are hereby referenced and incorporated in their entirety into this ITB. This section explains the General Contract Conditions (PUR 1000) of the solicitation process. This is a downloadable document. Please download and save this document to your computer for further review. Potential Bidders are encouraged to carefully review all materials contained herein and prepare responses accordingly. There is no need to return this document to FDLE. 1.2 GENERAL INSTRUCTIONS TO BIDDERS (PUR 1001) http://dms.myflorida.com/index.php/content/download/2934/11780/version/6/file/1001.pdf The State of Florida General Instructions to Bidders (PUR 1001) are hereby referenced and incorporated in their entirety into this ITB. This section explains the General Instructions to Bidders (PUR 1001) of the solicitation process. This is a downloadable document. Please download and save this document to your computer for further review. Potential Bidders are encouraged to carefully review all materials contained herein and prepare responses accordingly. There is no need to return this document to FDLE. 1.3 TERMS AND CONDITIONS The Buyer objects to and shall not consider any additional terms or conditions submitted by a Bidder, including any appearing in documents attached as part of a Bidder s response. In submitting its response, a Bidder agrees that any additional terms or conditions, whether submitted intentionally or inadvertently, shall have no force or effect. Failure to comply with terms and conditions, including those specifying information that must be submitted with a response, shall be grounds for rejecting a response. The purchase order resulting from this ITB contains all the terms and conditions agreed upon by the parties. No oral agreements or representations shall be valid or binding upon FDLE or the vendor unless expressly contained herein or by a written amendment or addendum to this Bid. 5 of 22

1.4 PROCUREMENT OFFICER The Procurement Officer, acting on the behalf of the Department, is the sole point of contact outside of official conferences and meetings, with regard to all procurement matters relating to this solicitation, from the date of release of the solicitation until the Department s Notice of Intended Award or Decision is posted. All questions and requests for clarification outside the above referenced meetings are to be directed to: Bill Spencer, Purchasing Specialist Florida Dept. of Law Enforcement Office of General Services / Room C-1032 2331 Phillips Road Tallahassee, Florida 32308 Telephone: (850) 410-7318 (direct) Telephone: (850) 410-7300 (operator) E-mail: billspencer@fdle.state.fl.us Florida Statute Section 287.057(23) requires that Bidders to this solicitation or persons acting on their behalf may not contact, between the release of the solicitation and the end of the 72-hour period following the agency posting the notice of intended award, excluding Saturdays, Sundays, and state holidays, any employee or officer of the executive or legislative branch concerning any aspect of this solicitation, except in writing to the procurement officer or as provided in the solicitation documents. Violation of this provision may be grounds for rejecting a response. Any questions arising from this solicitation must be forwarded, in writing, to the Procurement Officer identified above. The Department s written response to those inquires will be posted on the Florida Vendor Bid System at http://vbs.dms.state.fl.us/vbs/search.criteria_form under the above referenced solicitation number. It is the responsibility of all potential Bidders to monitor this site for any changing information prior to submitting their bid. NOTE: FAILURE TO INCLUDE ANY INFORMATION OR DOCUMENTATION REQUESTED WITHIN THIS ITB MAY LEAD TO REJECTION OF THE ITB FOR NON- RESPONSIVENESS. IF YOU ARE UNSURE OF THE REQUIRED INFORMATION OR DOCUMENTATION, ASK FDLE. DO NOT MAKE ASSUMPTIONS. 6 of 22

1.5 CALENDAR OF EVENTS The following time schedule will be strictly adhered to in all actions relative to this solicitation, unless modified by the Department by written addendum to this solicitation. DATE 06/04/14 06/10/14 06/13/14 06/19/14 06/23/14 EVENT Release ITB via State/DMS Vendor Bid System (VBS) Mandatory Advertisement Period All Bidders questions must be submitted to the Procurement Officer billspencer@fdle.state.fl.us no later than 4:00 P.M., EST FDLE s response to Bidders written questions due & posted on the VBS Bidders responses to ITB due to FDLE. Public opening and announcement of Bidders who have submitted bids Time/Location: 3:00 P.M., EST @ FDLE s Headquarters Building, 2331 Phillips Road, Tallahassee, Florida 32308 FDLE s Intended ITB Award Award posting to be on the VBS system for a mandatory 72 hours 7 of 22

SECTION 2 - SPECIAL CONDITIONS 2.0 ADDITIONAL REQUIREMENTS The State of Florida General Terms and Conditions (PUR 1000) and the General Instructions to Bidders (PUR 1001) are hereby referenced and incorporated in their entirety into this ITB. FDLE's Special Conditions modifies and shall take precedence over the State of Florida Form PUR 1001, General Instructions to Bidders. The Florida Department of Law Enforcement currently does not utilize the State of Florida's MyFloridaMarketPlace (MFMP) e-procurement system for competitive solicitations such as this ITB. Bidders are to manually submit their responses to this ITB to FDLE. Specific references to MFMP usage for this ITB stated in paragraphs 3 and 5 of the State of Florida Form PUR 1001, General Instructions to Bidders, are not applicable. 2.1 MYFLORIDAMARKETPLACE (MFMP) REGISTRATION F.A.C. 60A-1.030 MyFloridaMarketPlace Vendor Registration. Each vendor desiring to sell commodities or contractual services as defined in Section 287.012, F.S., to the State through the on-line procurement system is prequalified to do so and shall register in the MFMP system, unless exempted under subsection 60A-1.030(3), F.A.C. Information about the registration process is available, and registration may be completed, at the MFMP website (link under Business on the State portal at www.myflorida.com). Interested persons lacking internet access may request assistance from the MyFloridaMarketPlace Customer Service at (866) FLA-EPRO (866/ 352-3776) or from State Purchasing, 4050 Esplanade Drive, Suite 300, Tallahassee, Florida 32399. A vendor not currently registered in the MFMP system shall do so within 5 days after posting of intent to award. 2.2 MFMP TRANSACTION FEE The State of Florida, through the Department of Management Services, has instituted MyFloridaMarketPlace, a statewide eprocurement system. Pursuant to Section 287.057(22), all payments shall be assessed a Transaction Fee of one percent (1.0%), which the vendor shall pay to the State. For payments within the State accounting system (FLAIR or its successor), the Transaction Fee shall, when possible, be automatically deducted from payments to the vendor. If automatic deduction is not possible, the vendor shall pay the Transaction Fee pursuant to subsection 60A-1.031(2), F.A.C. By submission of these reports and corresponding payments, vendor certifies their correctness. All such reports and payments shall be subject to audit by the State or its designee. 8 of 22

The vendor shall receive a credit for any Transaction Fee paid by the vendor for the purchase of any item(s) if such item(s) are returned to the vendor through no fault, act, or omission of the vendor. Notwithstanding the foregoing, a Transaction Fee is nonrefundable when an item is rejected, returned, or declined, due to the vendor s failure to perform or comply with specifications or requirements of the agreement. Failure to comply with these requirements shall constitute grounds for declaring the vendor in default and recovering reprocurement costs from the vendor in addition to all outstanding fees. 2.3 UNAUTHORIZED ALIENS The employment of unauthorized aliens by any vendor is considered a violation of Section 274A(e) of the Immigration and Nationality Act. If the vendor knowingly employs unauthorized aliens, such violation shall be cause for unilateral cancellation of the bid. 2.4 E-VERIFY The successful Bidder is required to utilize the U.S. Department of Homeland Security s E-Verify system to verify the employment eligibility of all persons employed during the work term by the vendor to perform employment duties within Florida and all persons (including subcontractors) assigned by the vendor to perform work pursuant to the bid with the Department. Refer to http://www.uscis.gov/e-verify for more information. 2.5 MANDATORY REQUIREMENT The Department has established certain requirements with respect to bids to be submitted by Bidders. The use of "shall", "must" or "will" (except to indicate simple futurity) in this Invitation to Bid (ITB) indicates a requirement or condition from which a material deviation may not be waived by the Department. A deviation is material if, in the Department s sole discretion, the deficient response is not in substantial accord with the ITB requirements, provides an advantage to one Bidder over other Bidders, has a potentially significant effect on the quantity or quality of items bid, or on the cost to the Department. Material deviations cannot be waived. The words "should" or "may" in this ITB indicate desirable attributes or conditions, but are permissive in nature. Deviation from, or omission of, such a desirable feature, will not in itself cause rejection of a bid. 2.6 HEADING AND SECTION REFERENCES Section headings in this Agreement are inserted only for convenience and are not to be construed as a limitation of the scope of the particular section to which the heading refers. 9 of 22

2.7 NON-DISCRIMINATION In the performance of such services, the vendor agrees not to discriminate against any employee or applicant for employment on grounds of race, creed, color, sex, age, national origin, or disability. 2.8 FLORIDA DEPARTMENT OF FINANCIAL SERVICES (DFS) W-9 INITIATIVE The Florida Department of Financial Services (DFS) requires all vendors that do business with the state to submit an electronic Substitute Form W-9. Vendors must submit their W-9 forms electronically at https://flvendor.myfloridacfo.com to receive payments from the state. Contact the DFS Customer Service Desk at (850) 413-5519 or FLW9@myfloridacfo.com with any questions. 2.9 SOLICITATION INFORMATION All questions pertaining to this solicitation document should be addressed to Bill Spencer, e-mail address, billspencer@fdle.state.fl.us. It shall be the responsibility of each Bidder to raise any questions prior to ITB opening concerning the specifications or solicitation procedures as written and submit questions to the Department in accordance with the Calendar of Events. The written interpretation of the appropriate representative of the Florida Department of Law Enforcement shall prevail. 2.10 ADDENDA The FDLE reserves the right to modify this ITB. All addenda to this ITB will be in writing with content and number of pages described to all Bidders. Any addenda or answers to written questions supplied by the FDLE to participating Bidders may include an Addenda Acknowledgement Form. This form shall be signed by an authorized representative of the Bidder s organization. All addenda will be provided via the State Department of Management Services Vendor Bid System (VBS) at website: http://myflorida.com/apps/vbs/vbs_www.main_menu It is the sole responsibility of the Bidder to monitor the VBS for any addenda issued in reference to this ITB. 2.11 BIDDER INQUIRIES The Bidder will examine the ITB to determine if the State's requirements are clearly stated. If there are requirements which restrict competition, Bidders may request specification changes. Requests must identify and describe the difficulty meeting specifications, provide detailed justification, and provide the recommended changes. 10 of 22

Change requests or protests of the specifications must be received by the State no later than the 72 hour protest period. The State will determine what, if any, changes to the ITB will be acceptable. If required, the State will issue an addendum reflecting the acceptable changes. Written interpretations of the appropriate representative of FDLE will prevail. While oral responses will be given in good faith and are intended to be accurate, the Department is not bound by any non-written interpretation or guidance offered to the Bidders. FDLE s responses to questions will be compiled into a single written document and posted on the Vendor Bid System (VBS). 2.12 POSTING OF TABULATIONS Solicitation tabulations will be posted electronically as Agency Decisions on the Department of Management Services Vendor Bid System at website: http://myflorida.com/apps/vbs/vbs_www.main_menu as a Public Notice. The Agency Decisions may be viewed and will remain posted for a period of 72 hours. Failure to file a protest within the time prescribed in Section 120.57(3), Florida Statutes, shall constitute a waiver of proceedings under Chapter 120, Florida Statutes. 2.13 DISCUSSIONS No negotiations, decisions or actions shall be initiated or executed by the Bidder as a result of any discussions with any state employee prior to opening of solicitation. Prior to opening of solicitation, Bidders are not to divulge bid costs to any employee or representative of the State. Further, bids submitted to the Department will remain unopened until the time for opening bids at the Department s Office of General Services. During this period, any discussion by the Bidder with any employee or authorized representative of the Department involving cost information will result in rejection of said Bidder s response. Only those communications which are in writing or electronically submitted from the FDLE s Office of General Services, may be considered as a duly authorized expression on behalf of the FDLE. Also, only communications from Bidders, which are in writing and signed or electronically submitted, will be recognized by the FDLE as duly authorized expressions on behalf of the Bidder. 2.14 IDENTICAL TIE BIDS When evaluating Bidder responses to solicitations where there is identical pricing or scoring from multiple Bidders, the Department shall determine the order of award in accordance with Rule 60A-1.011 FAC. 11 of 22

2.15 CERTIFICATION OF A DRUG-FREE WORKPLACE In the event of a tie bid, preference must be given to Bidders submitting a certification with their response to this ITB certifying they have a drug-free workplace in accordance with Section 287.087, Florida Statutes. (Attachment B) 2.16 SUBMISSION OF MANDATORY FORMS The Cost Sheet (Attachment A) shall be completed and signed by a representative who is authorized to contractually bind the Bidder for submission to this solicitation and returned with the Bidder s response. The vendor is required to fill out and sign the attached IN STATE PREFERENCE FORM (Attachment C) and return it with their submission. The Drug Free Workplace Certificate (Attachment B) is not a required form, but may be used in case of a tie bid and it is recommended that it be completed and submitted. Any addenda supplied by the State to participating Bidders may include an Addenda Acknowledgment Form. The form(s) shall be signed by an authorized representative, dated, and returned with the Bidder s response. 2.17 LEGAL REQUIREMENTS Applicable provisions of all Federal, State, County and local laws and administrative procedures, regulations, or rules shall govern the development, submittal, and evaluation of all bids received in response hereto and shall govern any and all claims and disputes which may arise between Bidder s submitting a bid hereto and the Department. Lack of knowledge of the law or applicable administrative procedures, regulations or rules by any Bidder shall not constitute a cognizable defense against their effect. 2.18 ACCESSIBILITY FOR DISABLED PERSONS Any person with a qualified disability shall not be denied equal access and effective communication regarding any ITB documents or the attendance at any related meeting or ITB opening. If accommodations are needed because of a disability, please contact the FDLE Purchasing Office at (850) 410-7300. 2.19 CONTRACTUAL MANDATORY A Bidder s response to this ITB shall be considered as the Bidder s formal offer. The issuance of Purchase Order(s) for the purchase of the commodities shall constitute the Department's written acceptance of the successful bid and the Purchase Order(s) will be 12 of 22

forwarded to the successful Bidder. 2.20 FIRM RESPONSE The Buyer may make an award within sixty (60) days after the date of the opening, during which period responses shall remain firm and shall not be withdrawn. If award is not made within sixty (60) days, the response shall remain firm until either the Buyer issues a purchase order or the Buyer receives from the respondent written notice that the response is withdrawn. Any response that expresses a shorter duration may, in the Buyer's sole discretion, be accepted or rejected. 2.21 IN-STATE PREFERENCE Pursuant to Section 287.084, Florida Statutes, relating to the Florida-based business preference, a competitive solicitation in which the lowest quotation is submitted by a vendor whose principal place of business is located outside the state of Florida and that state where the vendor s principal place of business is located does not grant a preference in competitive solicitation to vendors having a principal place of business in that state, the preference to the lowest responsible and responsive vendor having a principal place of business in this state shall be 5 percent. The vendor is required to fill out and sign the attached IN STATE PREFERENCE FORM (Attachment D) and return it with their submission. 2.22 ADVERTISING Subject to Chapters 119 and 943.686, Florida Statutes, the Bidder shall not publicly disseminate any information concerning the purchase without prior written approval from the Department, including, but not limited to mentioning the purchase in a press release or other promotional material, identifying the Department or the State as a reference, or otherwise linking the Bidder s name and either a description of the purchase or the name of the State or the Department in any material published, either in print or electronically, to any entity that is not a party to the purchase. 13 of 22

SECTION 3 - SPECIFICATIONS 3.0 STATEMENT OF PURPOSE The Department requests competitive sealed bids for the purchase of JDSU Cellular Tower Radio Frequency (RF) Propagation Mapping Software, one RF Measurement Receiver (delivery F.O.B. Destination), maintenance coverage and on-site technical training. An equivalent system may be bid if it meets all of the stated requirements. 3.1 SPECIFICATIONS 3.1.1 DESCRIPTION OF SERVICES AND DELIVERABLES 1. One software system consisting of the following software and/or licensing shall be provided: CDMA2000 Phone Measurement Software (E6474A-101) UMTS Phone Measurement Software License (E6474A-300) LTE Phone Measurements License Software (E6474A-640) Receiver Addition to Phone Measurements License Software (E6474A-050) LTE Receiver Measurements License Software (E6474A-645) UMTS to HSPA+ Upgrade License Software (E6474A-327) Multiple Phone Software License (E6474A-010) Mapx Mapping Software License (E6474A-040) Gladiator Post Processing FBI Package-All Technologies Software (E6474A- PP4) 2. One each of the following hardware shall be provided: 2600TDD/2100DL/1900DL/1700DL/1700UL/850DL/800DL/700DL RF Measurement Receiver (W1314B-E19) 3. Four days of on-site technical assistance training for up to seven users to be conducted at the Tallahassee location (2331 Phillips Rd) within 45 days of receipt of deliverables (H7211B-209). 4. One year of Drive Test SUS equipment and software maintenance shall be included at no additional price. The Department shall have the option to renew both hardware and software maintenence coverage for three one-year periods at the bidder s stated price per year. 14 of 22

3.1.2 REQUIREMENTS OF EQUIVALENT SYSTEM If an equivalent system is bid, it must meet all of the following specifications: It MUST have the ability to do both active and passive surveys of the cellular equipment It MUST have the capability to be used in a portable capacity, concealed within a backpack for use in covert surveillance operations (not to exceed 24 High x 15 Wide x 14 Deep). It must have the capability to survey GSM, UMTS, CDMA, WiMAX and LTE frequencies and channels It must have an 8 band receiver, including 698-806, 780-899, 1709-1790, 1845-1995, 2100-2180, 2495-2595, and 2570-2690 MHz frequencies It must be able to support surveying the following frequency channels: LTE 700/850/1900/2100/2600 Downlink, GSM 850/1900/2100 Downlink, UMTS 850/1900/2100 Downlink and 1700 Uplink, CDMA 850/1900/2100 Downlink and AWS Band Downlink It must be able to utilize different handsets in the active survey operation It must provide support for visual representations of collected data based on signal strength and quality including map integration with COTS (Commercial off the Shelf) mapping applications, specifically Google Earth or Microsoft Map Point The RF Receiver must meet or exceed the capabilities of the RF Measurements Receiver (W1314B-E19) If any equivalent software or hardware system is bid, all specifications explaining how it meets or exceeds the above listed requirements must be provided with the bid submission. The final determination of acceptability of equivalent software or hardware will be made by the Project Manager. 15 of 22

SECTION 4 - INVOICING AND PAYMENT 4.0 INVOICING AND PAYMENT Upon acceptance by FDLE s Project Manager, the vendor may submit an itemized invoice for payment. All invoices or bills for fees or other compensation for services, expenses, or materials purchased by FDLE will be submitted with reasonable detail for a proper pre-audit and post-audit thereof, to comply with Section 287.058(1)(a), Florida Statutes. The State of Florida cannot make deposits or pay for goods and/or services in advance unless approved under rules issued by the Comptroller of Florida. Therefore, payments by the Department covering goods and/or services will be due and payable within forty (40) days after the receipt of a proper invoice and actual receipt of goods and/or services per Section 215.422(b), Florida Statutes. The Department is not authorized to pay to vendor any deposit for services to be rendered or equipment to be purchased in the future. Invoices for orders submitted by FDLE shall reference a valid purchase order number and be submitted to: Florida Department of Law Enforcement Office of Financial Management P.O. Box 1489 Tallahassee, Florida 32302 Email: fdleofa@fdle.state.fl.us 16 of 22

SECTION 5 - BID FORMAT INSTRUCTIONS 5.0 ITB PACKAGING AND SUBMISSION REQUIREMENTS Bids shall be submitted in TWO (2) printed copies, one of which must contain an original signature of a company official with the power to bind the company. Cost submissions shall be provided in the format specified on the Cost Sheet (Attachment A). Bidders shall submit hard copy written Bids that address each of the requirements specified in this ITB. Bidder shall provide sufficient information to enable FDLE to make a fully informed decision. The ITB package must be clearly marked CELLULAR TOWER SOFTWARE and addressed as follows: FDLE / Office of General Services ATTN: Bill Spencer 2331 Phillips Road Tallahassee, FL 32308 RE: CELLULAR TOWER SOFTWARE / Opening Date & Time NOTE: If ITB package is not addressed as required above, FDLE cannot assure its timely delivery. ALL RESPONSES MUST CLEARLY IDENTIFY THE ITB NUMBER, TITLE AND OPENING DATE AND TIME. BIDS TRANSMITTED BY FACSIMILE OR EMAIL WILL NOT BE CONSIDERED. FAILURE TO INCLUDE ANY INFORMATION OR DOCUMENTATION REQUESTED WITHIN THIS ITB MAY LEAD TO REJECTION OF THE ITB FOR NON- RESPONSIVENESS. IF YOU ARE UNSURE OF THE REQUIRED INFORMATION OR DOCUMENTATION, ASK FDLE. DO NOT MAKE ASSUMPTIONS. 5.1 BID EVALUATION AND AWARD The Bidder must bid on all items as specified in the specifications and as listed on "ATTACHMENT A COST SHEET. Bids which do not meet the requirements specified in the ITB will not be considered for selection. 17 of 22

5.2 BASIS OF AWARD The award shall be made to the responsive and responsible bidder meeting all of the requirements as specified in this Invitation to Bid at the lowest grand total price. 18 of 22

ATTACHMENT A COST SHEET Item 1: One JDSU software system including one year maintenance as listed under Section 3.1.1 OR Equivalent: (Name ) $ Item 2: One RF Measurement Receiver including one year maintenance OR Equivalent: (Name ) $ Item 3: Four days of on-site system training for up to seven members $ Maintenance support after initial year (OPTIONAL) Year 1 $ Year 2 $ Year 3 $ GRAND TOTAL (final price must include delivery costs): $ BASIS OF AWARD: The award shall be made to the responsive and responsible bidder meeting all of the requirements as specified in this Invitation to Bid at the lowest grand total price. BY AFFIXING MY SIGNATURE ON THIS ITB, I HEREBY STATE THAT I HAVE READ ALL THE BID TERMS, CONDITIONS, AND SPECIFICATIONS AND AGREE TO ALL TERMS, AND CONDITIONS, PROVISIONS, AND SPECIFICATIONS; AND I CERTIFY THAT I WILL PROVIDE AND DELIVER TO THE LOCATIONS SPECIFIED IN THE BID. AUTHORIZED REPRESENTATIVE: (Signature) NAME AND TITLE: (Print) COMPANY: ADDRESS: CITY, STATE AND ZIP: PHONE: E-MAIL ADDRESS: FEDERAL EMPLOYER IDENTIFICATION NUMBER: 19 of 22

ATTACHMENT B DRUG FREE WORKPLACE CERTIFICATE IDENTICAL TIE BIDS - Preference will be given to businesses with drug free workplace programs. Whenever two or more bids which are equal with respect to price, quality, and services are received by the State or by any political subdivision for the procurement of commodities, a bid received from a business that certifies that it has implemented a drug-free workplace program will be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied Bidders have a drug-free workplace program. In order to have a drug-free workplace program, a business must: 1) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2) Inform employees about the dangers of drug abuse in the workplace, business s policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties, that may be imposed upon employees for drug abuse violations. 3) Give each employee engaged in providing the commodities that are under submission a copy of the statement specified in subsection (1). 4) In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities that are under submission, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893, Florida Statutes or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than (5) five days after such conviction. 5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee s community, by any employee who is so convicted. 6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. Bidder s Signature Name (typed or printed) Title Date 20 of 22

ATTACHMENT C IN-STATE PREFERENCE FORM ITB Title: Pursuant to Section 287.084, Florida Statutes, relating to the Florida-based business preference, effective July 1, 2012: In a competitive solicitation in which the lowest quote is submitted by a vendor whose principal place of business is located outside the state of Florida and that state where the vendor s principal place of business is located does not grant a preference in competitive solicitation to vendors having a principal place of business in that state, the preference to the lowest responsible and responsive Bidder having a principal place of business in this state shall be 5 percent. Note: The Vendor is required to complete and submit this form signed with its quote to be considered for this preference. Vendor Name: Federal Employer ID Number: This Vendor (does ) (does not ) have a principal place of business located in the state of Florida. If so, please provide an address: Note: A Vendor whose principal place of business is outside the state of Florida must accompany any writted quotation documents with a written opinion of an attorney licensed to practice law in that foreign state, as to the preferences, if any or none, granted by the law of that state to its own business entities whose principal place of business is in that foreign state in the letting of any or all public purchases. Authorized Signature: Name and Title: Date: 21 of 22

ATTACHMENT D ITB CHECKLIST For your convenience, we offer the following checklist of items that must be returned by the response deadline listed in the ITB timeline. FAILURE TO INCLUDE ANY INFORMATION OR DOCUMENTATION REQUESTED WITHIN THIS CHECKLIST MAY LEAD TO REJECTION OF THE BID FOR NON-RESPONSIVENESS. 1. Cost Proposal Sheet (Attachment A) filled out and signed. 2. In-State Preference Form (Attachment C) filled out and signed. 3. Two hard copies of ITB, one with original signature. 4. Any Addenda applicable to this bid signed. 5. If an Approved Equivalant system is bid, include all appropriate documentation/specifications to help evaluators make an informed decision. FAILURE TO INCLUDE ANY INFORMATION REQUESTED WITHIN THIS ITB MAY LEAD TO REJECTION OF THE ITB SUBMISSION FOR NON-RESPONSIVENESS. 22 of 22