WiMAX Wireless Broadband Service and Radio equipment for Police Vehicles

Similar documents
COVER PAGE. Bid Proposal # Ready Mix Concrete

CITY OF PROSSER REQUEST FOR PROPOSAL. To Provide. On Call Electrical Services. Located at: TH STREET PROSSER, WASHINGTON 99350

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

STATE OF FLORIDA FLORIDA DEPARTMENT OF LAW ENFORCEMENT

FLORIDA DEPARTMENT OF LAW ENFORCEMENT

REQUEST FOR PROPOSALS RFP SEASONAL ARTIFICIAL ICE SKATING RINK

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

ATTENTION ALL BIDDERS

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

REQUEST FOR PROPOSALS Galax Water Treatment Plant and Galax Wastewater Treatment Facility Control System Integration Service Term Contract

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

B. CONTRACTUAL ISSUES

LIVINGSTON PARISH COUNCIL. Request for Qualifications for. Professional Services for the Livingston Parish Road Overlay Project

Legal Services for Representation to Indigent Parents RFP Laramie County

BERKELEY COUNTY SHERIFF S DEPARTMENT BERKELEY COUNTY, WEST VIRGINIA

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

INSTRUCTIONS TO BIDDERS Medical Center

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

Office of the Director of Procurement Issued: Monday, October 23, Proposals Due by 12:00 NOON, EST on Wednesday, November 15, 2017 to:

Lower Rio Grande Valley Development Council. Invitation to Bid (ITB): Tools and Maintenance Shop Equipment. office.

COLLEGE SERVICES GUIDELINES AND PROCEDURES MANUAL REVISED MARCH 10, 2011

REQUEST FOR QUOTES FOR MAINTENANCE SPARE PARTS FOR THE CITY OF COMMERCE

LETTER OF INTEREST NOTICE FOR RAPID RE-HOUSING PROGRAM

Novato Fire District Board of Directors Finance Committee Meeting Agenda July 19, 2016

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

McCRACKEN COUNTY BOARD OF EDUCATION

REQUEST FOR BID # DEDICATED INTERNET ACCESS SERVICE 100M

REQUEST FOR PROPOSAL For Annual Independent Audit Services. Due Date & Time WEDNESDAY March 7, 2018 at 1:00PM

City of Mexico Beach Replacement of Fire Department Roofing Shingles

COUNTY OF LOUISA, VIRGINIA

ENTERPRISE STATE COMMUNITY COLLEGE


NOTICE OF REQUEST FOR PROPOSALS FOR ARCHITECTURAL AND RELATED SERVICES. This is a REQUEST FOR PROPOSAL by UMATILLA SCHOOL DISTRICT

APPLICATION FOR PUBLIC SERVICE PROGRAMS

ATTENTION ALL BIDDERS

ATTENTION ALL BIDDERS

Diesel Engine Replacement for. Gillig Low Floor Buses

REQUEST FOR PROPOSALS For Blanket Agreement to supply of coffins Boxes RFP #: 14/S/HAAD/PT/2012

INVITATION TO BID. Bids shall be submitted on the forms provided, properly signed and returned in a sealed Opaque envelope clearly marked with the:

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

SUPERIOR COURT OF CALIFORNIA COUNTY OF SAN MATEO REQUEST FOR BID CUSTOM CASE FILE FOLDERS RFB NUMBER

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

CHARLESTON COUNTY PARK AND RECREATION COMMISSION Invitation for Bid

MARCH 27, 2019 INVITATION FOR BIDS

The Consultant selected by the IDA will perform the following services:

BAILMENT AGREEMENT FOR EQUIPMENT, TOOLING, CAPITAL AND PACKAGING Minth Purchasing Policy and WI Terms and Conditions of Bailment

ATTENTION ALL BIDDERS

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

H SUBSTITUTE HOUSE BILL State of Washington 58th Legislature 2004 Regular Session

JOINT BOARD OF CONTROL INVITATION FOR BID IFB #JBOC

RETRO REFLECTIVE GLASS BEADS

INDEPENDENT SALES AGENCY TERMS AND CONDITIONS

Capital Area Council of Governments REQUEST FOR PROPOSALS For Capital Area Emergency Communications District (CAECD)

The PTC reserves the right to reject any or all bids. PTC may terminate any resulting contract upon a thirty (30) day written notice.

COUNTY OF OSWEGO PURCHASING DEPARTMENT

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

OSWEGO COUNTY PURCHASING DEPARTMENT. Purchasing Director Purchasing Clerk Purchasing Clerk

PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA Phone: Fax:

Ordinances of the City of Ocoee, Florida, is hereby amended to read as follows:

Request for Proposal for Temporary Staffing Services #001. DATE: June 11, 2018

ORDINANCE BE IT ORDAINED BY THE BOARD OF COUNTY COMMISSIONERS OF POLK COUNTY, FLORIDA THAT:

Request for Professional Services

TOWN OF HERNDON, VIRGINIA ORDINANCE DECEMBER 13, 2016

Request for Proposals: State Lobbying Services RFP-CMUA Proposals are due at 5:00 p.m., local time, Monday, January 22, 2018

City of Alexandria Purchasing Department P.O. Box 71 Alexandria, Louisiana

FAIRFAX COUNTY ECONOMIC DEVELOPMENT AUTHORITY PROCUREMENT GUIDELINE

Location & Subject Matter Substance of Change Proposed Changes

S.I. 7 of 2014 PUBLIC PROCUREMENT ACT. (Act No. 33 of 2008) PUBLIC PROCUREMENT REGULATIONS, 2014 ARRANGEMENTS OF REGULATIONS PART 1 - PRELIMINARY

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

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

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

BETHLEHEM AREA SCHOOL DISTRICT 1516 SYCAMORE STREET BETHLEHEM PA REQUEST FOR BIDS TIRES & SERVICE School Year BIDS DUE: JUNE 4, 2018

STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION STATE HIGHWAY LIGHTING, MAINTENANCE, AND COMPENSATION AGREEMENT

CITY OF ANDERSON PROCUREMENT CODE

Kane County Local Rule

GARNISHMENT PROCEDURES FOR LITIGANTS NOT REPRESENTED BY AN ATTORNEY EARNINGS GARNISHMENT

NOTICE TO VENDORS CONTRACT NO IB

E-RATE CONSULTING AGREEMENT

General Conditions for Non-Construction Contracts Section I (With or without Maintenance Work)

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

FLORIDA DEPARTMENT OF TRANSPORTATION

SECTION A - INSTRUCTIONS

REQUEST FOR BID # TIRE DISPOSAL SERVICES

ALBRO COURT HOUSING CO-OPERATIVE INVITATION TO TENDER (ITT) # BATHROOMS

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

Masconomet Regional School District Audit Services Request for Quote

PORTLAND STATE UNIVERSITY REQUEST FOR QUOTATIONS #21841 Avaya Telephone Sets

General Conditions for Non-Construction Contracts Section I (With or without Maintenance Work)

THE CITY OF NEW YORK DEPARTMENT OF INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS

RFP ATTACHMENT I: ACKNOWLEDGEMENT OF RFP TERMS AND CONDITIONS

NAVAJO NATION DEPARTMENT OF JUSTICE REQUEST FOR PROPOSALS

Office of the Director of Procurement Issued: Friday, May 20, Proposals Due by 12:00 NOON, EST on Tuesday, June 7, 2016 to:

BIDDER MUST ATTEND MEETING IN ORDER FOR BID TO BE CONSIDERED

LEGAL NOTICE - RFP WANTED. Automated Refuse Container Lids, For 300 Gallon Capacity Containers GENERAL INFORMATION AND INSTRUCTIONS

Invitation to Bid Instructions to Bidders Bid Specifications Bid Proposal Bid Sheet Contract Checklist

Section: FN (Finance) Effective Date: July 1, 2011

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

BID INVITATION. Bid Invitation

APPENDIX F PUBLIC PRIVATE PARTNERSHIP PROCUREMENT PROCEDURES

III. For which Fiscal Year (FY) is this recommendation being made: Estimated Start Date Estimated Completion Date

Transcription:

REQUEST FOR PROPOSALS FOR WiMAX Wireless Broadband Service and Radio equipment for Police Vehicles FOR THE City of Anderson Police Department Contact: Jim Bolt / Wi-Max City of Anderson Police Department 401 South Main Street Anderson, SC 29624-2301 (864)844-6064 E-mail : jbolt@cityofandersonsc.com (Note: The preferred method of contact is email) I. Statement of Need The specific type of equipment and services that the City of Anderson Police Department seeks to purchase under this RFP is WiMAX in-car radios and WiMAX broadband services for the three fiscal years from July 1, 2008 June 30, 2011. The City of Anderson Police Department (the agency) has a need for technology enhancements including but not limited to wireless broadband service for communications, security camera systems and data entry. The purpose of establishing a WiMAX Wireless Broadband Service is to develop a uniformed approach to communications, security camera management and data entry on a homeland security / Public Safety radio spectrum. This will assist the department in connectivity to SLED and NCIC data. This system makes this possible by utilizing S7 military encryption, which gives this department the required security. The WiMAX broadband services gives the agency the needed broadband signal for communications, security camera systems as well as data entry on a public safety secure radio spectrum. WiMAX in-car radios are necessary in order to receive a WiMAX broadband signal on the public safety radio spectrum for communications and data entry with the required encryption for SLED and NCIC data. As used in this Request for Proposal (RFP), the terms and phrases City of Anderson Police Department, Agency and Department refer to the City of Anderson Police Department located in Anderson, South Carolina at 401 South Main Street with zip code 29624, unless otherwise noted. The City of Anderson Police Department is a division of the City of Anderson, Incorporated. Potential bidders are encouraged to read all pages of the request for proposal. Any questions concerning this proposal should be addressed to the contact person named above. Request for Proposals for Wi-Max Equipment & Services (June 25, 2008) Page 1 of 6

II. Specifications A. Required format for bid 1. Vendors must submit bids in required format as described in final section of this RFP. 2. The first page must be the entire bid summarized with the bottom line price for everything clearly noted on the bid with no ambiguity. a. The next section must be Section II, notated as required. b. References should follow Section II. c. All other materials & documentation should follow the references & be cross-referenced with section II or other parts of the bid. 3. Proposal must be submitted on vendor s official company letterhead. a. The letterhead must include both the street address of the vendor and the mailing address. 4. All other formatting requirements that are specified under the section titled Required format for Proposal must be followed. B. Bid must be for all equipment, services and machines combined. Partial business will not be awarded. C. Vendors must include this section (Section II) immediately after page 1 of their bid. Do not re-create or retype this section. There are page breaks before and after this section so that it can be printed separately from the rest of the RFP. Vendors can copy these pages after printing them but the words and formatting must not be altered in any fashion. If problems and/or mistakes are noted in the processing of these specifications, make the necessary notations in the left margin(s) next to the respective point(s). 1. Each numbered and lettered item such as A, B, C, 1, 2, 3, a, b, c, (1), (2), (3), (a), (b), (c) etc, and every heading, point or sub-point in this section should be marked immediately to the left of the heading, number, letter, point or sub-point with the words Yes if the product complies with that particular spec. 2. If the bidder does not comply and/or if the bidder is unsure, the heading, point or sub-point should be marked No. 3. Each of the bid specification sheet pages must then be stamped or otherwise titled in ink at the top/center of the page immediately under the header with the Vendor s name as listed on the letterhead and signed in blue ink and dated in the top right-hand corner by the authorized company representative who signed page 1. 4. Any part of this section (heading, number, letter, point or sub-point) left unmarked (with either a Yes or a No ) or if it is unclear to which heading, number, letter, point or sub-point to which a Yes or No refers, will be considered as not meeting that particular spec. D. The vendor who appears to have the successful bid will be required to provide an extensive and complete package listing all the capabilities of the product and/or services to the City of Anderson Police Department. A complete on-site demo at the City of Anderson Police Department and/or a location convenient to the City of Anderson Police Department will also be a requirement prior to the award of a contract. 1. If a vendor s package-listing all the capabilities of the product and/or services appear less than satisfactory to the City of Anderson Police Department, the agency will move down the list to the next bidder. Request for Proposals for Wi-Max Equipment & Services (June 25, 2008) Page 2 of 6

2. If a vendor s demonstration of the products, equipment, services and capabilities appears less than satisfactory to the City of Anderson Police Department, the agency will move down the list to the next bidder. 3. The agency will make the final decision as to which package is deemed finally acceptable. E. The vendor must install and maintain all Wi-MAX radio signal transmission equipment required for citywide broadband internet access with no recurring charges to the City of Anderson Police Department. 1. The equipment will be installed upon the City of Anderson s existing seven (7) water towers throughout the city. 2. The vendor will allow unrestricted network access for wireless security cameras at no recurring cost. F. The vendor will provide and install the specialized radio equipment to access mobile WiMAX broadband in the agency s police vehicles. G. Delivery/Installation: 1. Vendor will deliver the product(s) to the City of Anderson Police Department, 401 South Main Street, Anderson, South Carolina 29624-2301 or any other location as deemed appropriate by the agency. 2. The shipping and delivery costs must be included in the absolute bottom line price on page 1 of the proposal. 3. Vendor will be responsible for all future annual maintenance costs associated with the product H. References 1. The bid must contain a listing other law enforcement agencies that have purchased the same or similar product from the vendor. The reference sheet must contain the agency names, contact names and contact numbers of persons who can verify the information. Place that sheet immediately after section II. I. Maintenance: 1. The vendor provides all maintenance and upkeep of machines and equipment as part of the contractual agreement with no fees or service charges incurred by the agency. 2. Service calls a. Service calls to repair broken equipment and/or replenish equipment must be executed within 24 hours. J. If a vendor s services are discontinued, the agency will move down the list to the next vendor as ranked subsequent to this RFP for the remainder of the contract period. K. The initial contract will be for 3 fiscal years, however the contract can be terminated after that period by either party with 30 days written notice. Email will suffice as a medium for notification. L. Liability M. The vendor s company assumes all liability for injuries or damages incurred from the use of the company s machines and/or equipment. Request for Proposals for Wi-Max Equipment & Services (June 25, 2008) Page 3 of 6

N. Opening of bids to be considered a public gathering. 1. The bid opening session will be a public event. 2. Although for logistical purposes, or purposes of convenience, a private and/or semi-private area of the City of Anderson Police Department may be selected and/or utilized for bid openings, bidders must understand and agree that for purposes of applicable state law, the opening of the bids will be considered a public gathering and all state laws that apply to public gatherings will apply. O. If selected, the vendor s bid will be subject to public review. Request for Proposals for Wi-Max Equipment & Services (June 25, 2008) Page 4 of 6

III. Evaluation of Proposals Interested vendors are requested to submit their proposals to the address listed below. The Agency will evaluate all proposals and determine which, if any, meet the stated needs. The Agency will make such determination and carefully consider the amount of the bid, but all vendors are hereby notified that the Agency is NOT REQUIRED to choose the highest bidder if it appears that the vendor does not have the ability to deliver the requested products and services in a timely manner or does not meet all of the requested specifications. IV. Prohibition of Gratuities It shall be unethical for any person to offer, or give, or agree to give any current or former Department employee, or for any current or former Department employee to solicit, demand, accept, or agree to accept from another person, a gratuity or an offer of employment in connection with any decision, approval, disapproval, recommendation, or preparation of any part of a purchase request, influencing the content of any specification or procurement standard, rendering of advice, investigation, auditing or in any other advisory capacity in any proceeding or application, request for ruling, determination, claim or controversy, or other particular matter, pertaining to any program requirement or a contract or subcontract, or to any solicitation or proposal thereafter. V. Proposals will be Judged by the Following Criteria: Bid Amount Responsiveness to this RFP. Adherence to requirements as listed in this RFP. Perceived ability of the proposal to meet the Agency s needs. The Agency s prior experience with similar type projects from the vendor. The vendor s prior experience with similar type projects with the City of Anderson and/or other cities. Error rates as reported by other law enforcement agencies that use the vendor s service & equipment. Demonstrated ability to meet project schedules. VI. Sealed Bids In order to be considered, a proposal must be submitted to the official identified below not later than 12:00 noon on Wednesday, June 25, 2008. The actual/physical bids must be in-hand by that time. Postmarks do not count. Bids will be opened on Thursday, June 26, 2008, at 10:00 AM in the roll call room of the City of Anderson Police Department at 401 South Main Street in Anderson, SC. Persons wishing to record an audio or audio/visual of the proceedings must bring their own equipment. Proposals received after the specified time will not be considered. This solicitation does not commit the Anderson Police Department to award a contract, pay any costs incurred in the preparation of a proposal, or to procure or contract for any goods or services. The agency reserves the right to accept or reject any or all proposals received as a result of this request, to negotiate with qualified vendors, or to cancel in part or in its entirety this proposal if doing so is in the best interests of the agency. While the bid amount is a determinate, the quality and comprehensiveness of a proposal shall weigh in the selection process. Subsequent to review, when a decision is made, the winning bidder will be listed on the agency s website. Additional Requirement: Prior to any purchase, the entire bid process must be reviewed, accepted and approved by the City of Anderson Police Department and the agency s governing body (city council).. VII. Bidder s Right to Appeal the Award Vendor(s) who are not selected may appeal the award. Appeals must be received within three business days of the public posting of the award. Appeals must be addressed to the official designated at the end of this RFP. The appeal must state, in detail, the reasons for the appeal and be supported by reasoning that is quantifiable based upon this Request for Proposal(s). Request for Proposals for Wi-Max Equipment & Services (June 25, 2008) Page 5 of 6

VIII. Required format for proposal a. Proposal must be submitted on your official company letterhead. The letterhead must include both the street address of the vendor and the mailing address. b. Proposal must be signed in blue ink by an individual who is authorized to bind the vendor on page 1. c. Proposal must indicate that the proposal is firm for 90 days. d. Proposal must state that the bid will be firm for the duration of the contract period after acceptance. e. Proposal must reference Wi-Max at the top of page 1. f. Page 1 must be the top page and must contain an itemized listing of all item(s) quoted and an itemized listing of all services to be provided. Page 1 must show the bottom line total bid for a year s worth of service and be divided by 12 for the recurring monthly payment amount that will be submitted to the agency. g. The proposal must include a statement on page 1 that the agency will not be charged back for any costs incurred by the vendor for any reason. h. The immediate pages after page 1 shall include all pages in section II, specifications, of this bid request. Each numbered and lettered item such as 1, 2, 3, (1), (2), (3), A, B, C, (a), (b), (c), etc, and every heading, point or sub-point in section II should be marked immediately to the left of the number, letter, heading, point or sub-point with the words Yes Comply if the bidder s product and/or service complies with that particular spec. If the bidder does not comply and/or if the bidder is unsure, it should be marked No. Each page of section II must then be stamped or otherwise titled in ink at the top/center of the page immediately under the header with the name of the bidding company as listed on the letterhead as required in VII-a and signed and dated in blue ink in the top right-hand corner by the authorized company representative who signed page 1. Any section left unmarked (with either a Yes Comply or a No ) or if it is unclear to which heading, number, letter, point or sub-point to which a Yes or No refers, will be considered as not meeting that particular spec. i. Proposals will be considered complete as submitted. j. Proposal must state that the items will be set up & operational by the start of the contract period. k. Proposal must state that vendor assumes all liability for all charges including but not limited to shipping charge(s) to & from the agency. l. Proposal must be exact and free of any and all ambiguity as related to products, service and delivery. m. Proposal must indicate the relevant Product Manufacturers. This should be included immediately after section II. The literature should cross-reference to which heading, point, sub-point, number or letter in section II it refers and notes in the margins of section II next to the particular heading, point, sub-point, number or letter should also refer to the included literature. n. Emailed and/or faxed proposals will not be accepted. Everything that the bidder wishes for the agency to consider must be included in the bid package. o. Proposals should be transmitted via FedEx, United States Postal Service, United Parcel Service, or other relevant mailing concern that ships hardcopy paperwork. Bidder can ask for a delivery receipt. However, approximately 5 days after transmitting the package, bidder should email the official listed below for confirmation that the package has arrived. p. Proposals must be submitted in a sealed envelope/container addressed to: Jim Bolt / Wi-Max City of Anderson Police Department 401 South Main Street Anderson, SC 29624-2301 Request for Proposals for Wi-Max Equipment & Services (June 25, 2008) Page 6 of 6