STATE OF ALASKA RFP NUMBER 2514H002 AMENDMENT NUMBER ONE

Similar documents
REQUEST FOR PROPOSAL MEDICAL MARIJUANA INVENTORY TRACKING SOFTWARE SYSTEM

Request for Quotation (RFQ) Solicitation Overview

Ohio Appalachian Collaborative Professional and Project-Based Learning Platform Request for Proposal

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama REQUEST FOR PROPOSALS RFP WEBSITE DEVELOPMENT AND REDESIGN

Architectural Services

FLORIDA DEPARTMENT OF TRANSPORTATION

REQUEST FOR PROPOSAL RFP Name of Project/Project Title. Background Information. Issue Date: 01/12/2017 Proposal Due Date: 2/16/2017

Ontario School District 8C

DEPARTMENT OF PROCUREMENT SERVICES - CITY OF CHICAGO. April 22, 2011 ADDENDUM NO. 1 REQUEST FOR PROPOSAL ( RFP ) FOR

ADMINISTRATIVE REVIEWS AND TRAINING (ART) GRANTS PROGRAM Proposal Response Guidance

REQUEST FOR PROPOSALS. NOTICE IS HEREBY GIVEN that the City of Forest Park, Georgia, is accepting sealed proposals for:

Automated Passport Control (APC) Kiosks

EFFICIENCY MAINE TRUST REQUEST FOR PROPOSALS FOR TECHNICAL SERVICES TO DEVELOP A SPREADSHEET TOOL

City of Puyallup City-Owned Fiber Infrastructure Evaluation Project

OUTAGAMIE COUNTY REQUEST FOR PROPOSAL FOR TRACT BOOK SCANNING AND HOSTING FOR REGISTER OF DEEDS

ST. JOSEPH COUNTY, INDIANA REQUEST FOR PROPOSALS ST. JOSEPH COUNTY ELECTION BOARD ELECTRONIC POLL-BOOKS. RELEASED January 19, 2016

CHARLES COUNTY GOVERNMENT RFP NO SPACE ANALYSIS STUDY FOR GOVERNMENT SERVICES

Commonwealth of Pennsylvania

Attachment A Contractor Reference Form

INFORMATION TECHNOLOGY ASSESSMENT & PLANNING CONSULTANT REQUEST FOR PROPOSALS (RFP)

REQUEST FOR PROPOSAL FOR Web Hosting. Anniston City Schools. FRP Number FY2012 Web Hosting

REQUEST FOR PROPOSAL (RFP) FOR THE DESIGN, DEVELOPMENT, AND IMPLEMENTATION OF CITY ECONOMIC DEVELOPMENT WEBSITE

REQUEST FOR PROPOSALS Noise Monitoring and Flight Tracking System and Noise Monitor Service and Maintenance

Medicaid EHR Incentive Program Electronic Submission of Clinical Quality Measures Request for Information (RFI) RFI # DHCAA

Gemini Instrument Feasibility Studies RFP No

OUTAGAMIE COUNTY REQUEST FOR PROPOSAL FOR. ScanPro Microfilm Scanner

EQUIPMENT PURCHASE ORDER ADDENDUM BETWEEN UNIVERSITY OF NORTH CAROLINA HOSPITALS AND. Purchase Order Number

Request for Qualifications. Professional Design and Construction Services as a Design-Builder. For. Delhi Township Fire Station

DEKALB COUNTY GOVERNMENT REQUEST FOR PROPOSAL WEBSITE RE DESIGN

TEXAS GENERAL LAND OFFICE COMMUNITY DEVELOPMENT & REVITALIZATION PROCUREMENT GUIDANCE FOR SUBRECIPIENTS UNDER 2 CFR PART 200 (UNIFORM RULES)

Request for Proposal: Wireless Access Points

Internet WAN RFP. Request for Proposal for Internet WAN. Colquitt County Schools. Issuance of RFP 02/25/2015

REQUEST FOR PROPOSALS No

New England Telehealth Consortium

PURCHASING DEPARTMENT

- Thank you for participating in the viewing of the Texas General Land Office s Community Development and Revitalization Program s, or GLO-CDR video

New England Telehealth Consortium

COMPANY CONSULTING Terms of Reference Development of an Open Innovation Portal for UTFSM FSM1402 Science-Based Innovation FSM1402AT8 I.

Request for Proposals (RFP) for Professional Design and Engineering Services

Social Media Management System

INSTRUCTIONS FOR RESPONSE TO REQUEST FOR BEST VALUE PROPOSALS (RFP) #852P020

GUILFORD COUNTY PARTNERSHIP FOR CHILDREN REQUEST FOR PROPOSALS

All proposals must be received by August 30, 2016 at 2:00 PM EST

Metropolitan Washington Airports Authority. Request for Qualifications Information. Architectural / Engineering Design Services.

OWENS VALLEY CAREER DEVELOPMENT CENTER

Request for Proposal for Digitizing Document Services and Document Management Solution RFP-DOCMANAGESOLUTION1

Incorporated Research Institutions for Seismology. Request for Proposal. IRIS Data Management System Data Product Development.

REQUEST FOR PROPOSAL for Wide Area Network Design, Configuration and Installation

ANNE ARUNDEL COUNTY, MARYLAND Annapolis, Maryland ADDENDUM NO. 3 MAY 18, TO ALL OFFERORS: Please see the following for the above-mentioned RFP:

New England Telehealth Consortium

Scope of Services The City is seeking consulting services for the following tasks:

New England Telehealth Consortium

ATTACHMENT B. 1. Intent to Bid/Bidder Contact Information Form. 2. Executive Summary. 3. Proposal Characteristics and Term Sheet

P.O. Box 2266 Woodbridge, Virginia Fax (703) December 21, RFP SA 0417 Website Services. Addendum #1

THE HOUSING AUTHORITY OF THE CITY OF DURHAM REQUEST FOR PROPOSALS SECURITY CAMERA AND MONITORED PANIC BUTTON SYSTEM INSTALLATION RFP #17-015

The District is looking for the architectural firm to provide the following (not listed in order of preference):

Digital Copier Equipment and Service Program

RE: Request for Proposal Number GCHP081517

LEGAL NOTICE Request for Proposal for Services

U.S. - PAKISTAN PARTNERSHIP FOR AGRICULTURAL MARKET DEVELOPMENT

CITY OF ROSWELL REQUEST FOR PROPOSALS RFP NUMBER C MOBILE DATA TERMINALS/RUGGEDIZED LAPTOPS

REQUEST FOR PROPOSALS: INFORMATION COMMUNICATION TECHNOLOGY SERVICES

REQUEST FOR PROPOSAL FOR. Document Management System for a Tribal Governmental Organization PROPOSAL NO. FY2012/041

Request for Proposal RFP # , Managed Network Services

APPLICATION FOR THE E911 RURAL COUNTY GRANT PROGRAM

Request for Proposal. Boone Community School District. Copier Equipment Service

Allegany County, MD Request for Proposal: Printing Services for Destination Guide

Metropolitan Washington Airports Authority. Request for Qualifications Information RFQI 1-11-C097

PROPOSAL INSTRUCTIONS

Request for Proposals. Northeast Florida Local Government Fiscal Analysis Tool Development

REQUEST FOR PROPOSALS (RFP) THE VERMONT SELF-ADVOCACY PROJECT

REQUEST FOR PROPOSALS SERVICES FOR. [Federal Media Network Training] Prepared by. IOM Somalia. [Somalia Stabilization Initiative - SSI]

REQUEST FOR PROPOSAL

CITY AND COUNTY OF SAN FRANCISCO DEPARTMENT OF ELECTIONS

REQUEST FOR INFORMATION (RFI)

The School Board of Polk County, Florida. Selection Process for Continuing Contract for Architectural & Engineering Services

EFFICIENCY MAINE TRUST REQUEST FOR PROPOSALS FOR CALL CENTER SERVICES RFP EM Date Issued: March 15, 2018

Georgia Lottery Corporation ("GLC") PROPOSAL. PROPOSAL SIGNATURE AND CERTIFICATION (Authorized representative must sign and return with proposal)

CITY OF PITTSBURGH Office of Management & Budget

MISSISSIPPI STATE UNIVERSITY. Request for Proposals (RFP) Emergency Notification for Mississippi State University

Request for Proposal No. RFP Consultant Services. for. Building Condition Assessment. Submittal Deadline: Date: March 1, Time: 10:00 a.m.

Request for Proposals (RFP)

Request for Proposal (RFP)

There Are Three Basic Steps to Complete the Grant Award Process

WEB-BASED TRAINING RFI NO.: DMS 09/10-022

SECTION 5310 APPLICATION GUIDELINES FOR 2018 PROJECTS:

REQUEST FOR PROPOSALS For Design Services for New Fire Station

Energy Efficiency Programs Process and Impact Evaluation

OUTAGAMIE COUNTY REQUEST FOR PROPOSAL FOR CISCO SMARTNET SERVICE AGREEMENTS FOR MIS DEPARTMENT

BUYING GOODS AND SERVICES

DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY (DC WATER) REQUEST FOR QUOTE RFQ 18-PR-DIT-27

INVITATION TO NEOGOTIATE ISSUED DATE ITN #

Request for Proposals (RFP)

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSAL. Colorado Telehealth Network. Healthcare Connect Fund Net Connect Project. Requested by

EXHIBIT A. SCOPE OF SERVICES For EMERGENCY MANAGEMENT SERVICES. Revised 3/10/15

REQUEST FOR PROPOSAL After Hours Answering Services

CITY OF PITTSBURGH Office of Management & Budget

INVITATION TO BID (Request for Proposal)

WAM v2 Upgrade Readiness Assessment & Pre-Implementation Plan

Transcription:

RETURN THIS AMENDMENT TO THE ISSUING OFFICE AT: Department of Transportation & Public Facilities Statewide Contracting & Procurement P.O. Box 112500 (3132 Channel Drive, Room 310) Juneau, Alaska 99801-7898 Error! Switch argument not specified. THIS IS NOT AN ORDER DATE AMENDMENT ISSUED: May 13, 2014 RFP TITLE: Rural Airport Badging System RFP OPENING DATE AND TIME: June 6, 2014 at 2:00 PM This amendment serves to extend the proposal due date to June 6, 2014 at 2:00 PM Alaska Time. This amendment also serves to provide answers to questions posed during the pre-proposal conference held on May 1, 2014. This amendment also serves to amend the RFP document and Attachment 9 Cost Proposal. Amended versions of these documents are posted with this amendment. Changes to both documents are notated by bold red text and a red line running along the left margin of the page. 1. Question: Please confirm the method of proposal delivery. Proposals must be submitted in hard copy with one original and 3 copies. Hard copies should be accompanied by electronic copies of both the technical and cost proposals in PDF and Excel formats. 2. Question: Are questions allowed outside of the pre-proposal conference? Yes, questions may be sent to the procurement officer via email or telephone at any time. Questions via telephone must be confirmed in writing. 3. Question: Please clarify the requirement listed in section 1.05 concerning travel costs. How does this relate to section 5.07.5? Section 1.05 requires that offerors include travel costs in their price proposals. Section 5.07.5 requests that offerors provide a sample travel plan in their technical proposal. The sample travel plan included in the technical proposal should not include cost data. Offerors should include travel cost data in the space provided in the cost proposal template. All travel incurred on this program will be reimbursed at cost. Page 1 of 5

4. Question: STATE OF ALASKA RFP NUMBER 2514H002 What is the current badge holder population per airport? Northern Region Central Region Southeast Region Airport Population Airport Population Airport Population BRW 193 ADK 39 PSG 64 OTZ 161 DLG 191 WRG 39 CDV 100 AKN 128 SIT 171 SCC 323 ADQ 236 GST 58 OME 228 BET 261 YAK 69 VDZ 100* * Currently the VDZ location does not have a badging program, however it is estimated the badge holder population will be no more than 100. 5. Question: Is there an intent to standardize the Live Scan software and hardware at all airports? What is the current level of access control at the airports? Please provide an inventory of livescan and cross match version with software and scanner versions. Beyond standardizing at the brand level (crossmatch) there is will not be a standardization of the scanner and specific software version in relation to this contract future replacement of livescan systems through attrition may result in a greater level of standardization. Most airports do not have PACS installed. Those few that do are of a non-standard varied type and shall not be integrated into this project. Future PACS installations will represent the standard PACS and will be integrated into this project. The Southeast Region, Adak, and Valdez airports currently do not have livescan systems. Implementation of a livescan system in these locations is not currently planned however if the State implements a livescan system at these locations it is intended for it to be of a version compatible with RABS integration. Livescan versions at the airports equipped with livescan are as follows: Central Region: All locations except ADK Crossmatch ID 500 software version 1.0.0.1 Northern Region: BRW** ID500 software version AAAE_6.7.5.2_3.9.8_01.00.06_041707_0837 OTZ Crossmatch Guardian software version 6.5.1.5 CDV Crossmatch ID 500 software version AAAE_6.7.5.2_3.9.8_01.00.06_041707_0837 SCC** Crossmatch ID 500 software version AAAE_6.7.5.2_3.9.8_01.00.06_041707_0837 OME Crossmatch ID 500 software version AAAE_6.7.5.2_3.9.8_01.00.06_041707_0837 Northern Region Office Crossmatch Guardian software version 6.9.2.65 **BRW and SCC currently have a Crossmatch Guardian system on order to replace the ID500. 6. Question: Why are the alternate locations not part of the base contract? Inclusion on the alternate location list as well as execution of any alternate locations is at the sole discretion of the State. 7. Question: Is Ted Stevens International Airport a possible location for this contract? No Page 2 of 5

8. Question: How stringent are the software and hardware requirements detailed in section 5.03? Do these requirements change if the system is hosted or non-hosted? The DOT&PF IT software standards are included as Attachment #5 of the RFP. If a DOT&PF-Hosted system is provided, it must meet the DOT&PF IT standards shown in this attachment, or the proposal will be found to be non-responsive. If a Vendor-Hosted system is proposed the vendor must state how they will support any part of the system proposed that does not meet the DOT&PF IT software standards in Attachment #5, as DOT&PF IT will only support the software, platforms and products shown in Attachment #5. 9. Question: Why is the Fairbanks International Airport (FAI) on the list of alternate locations? Inclusion of FAI as a possible alternate location is at the sole discretion of the state. 10. Question: Please provide additional clarification on which requested items are proposal deliverables and which are contract deliverables. The following list serves to assist offerors in addressing proposal deliverables requested by the RABS RFP. This list is not comprehensive and there may be additional proposal deliverables required by the RFP. Completion of this list does not guarantee a finding of responsiveness. Offerors are responsible for thoroughly reviewing the RFP to ensure that they have met all requirements and have provided all necessary information and deliverables. Line RFP Section Item Description 1 5.02.1(1) High-level Work Breakdown Structure (WBS) 2 5.02.1(2) Hardware and Software Environment Specifications Including a Consolidated Bill of Materials (Without Cost Data) 3 5.02.1(3) Proposed System Architecture Diagram 4 5.02.1(4) Change Control Management/Communication Plan 5 5.02.1(5) Project Organization Chart 6 5.02.3 Supported Makes and Models of Peripheral Hardware 7 5.05.20(5) Makes and Models for Peripheral Hardware Items 8 5.02.9 Proposed Service Level Agreement 9 5.03 and 5.05.25(1) Recommended Hardware Requirements 10 5.05.2(1) Telephone or Email Customer Support Services Detail 11 5.05.2(2) Change Management Program 12 5.05.2(3) Data Storage and Archiving Methodologies 11. Question: Will the successful offeror have access to the IRIS test environment for the purpose of testing IRIS interfacing? The IRIS system is still in development and the test environment has not currently been released. It is anticipated that, when released, the test environment will be available to the successful offeror contingent upon to-bedeveloped guidelines for access. Page 3 of 5

12. Question: Please clarify Section 5.05.1 item 22. Is 24/7 availability required? Section 5.05.1 item 22 is hereby amended to read: RABS shall have 99.9% availability during normal working hours, 6 AM to 6 PM Alaska Time. RABS shall be available outside normal working hours, however, unscheduled downtime occurring outside normal working hours will not count against the availability requirement. Any required updates or maintenance shall be scheduled, in coordination with the DOT&PF Project Manager, to occur during non-active time periods. Where a single point of failure could disrupt operations (e.g., component failure like a badge printer) the successful offeror shall have a means to not only work around the disruption (regional office to print badges for example) but shall also have the means for rapid troubleshooting and during the vendor supported life of the system, rapid repair or replacement. Failures related to local internet disruptions shall not be counted against the availability requirement. 13. Question: Please clarify Section 5.05.22 item 1. Section 5.05.22 item 1 is hereby amended to read: The Successful Offeror will be required to provide a toll free phone number and email contact available for technical support at a minimum during the hours of 6 AM to 6 PM AKST 7 days a week. 14. Question: Please clarify Section 5.05.20 item 5(g). Is lamination intended to be dual sided? Will use of a mag stripe be required? Yes, Dual sided. Mag stripe capability is required, see RFP page 25 paragraph 1. 15. Question: Please clarify section 5.05.20 item 5. What is meant by "state approved equivalent"? Model and item numbers listed are for illustrative purposes. They are based on the operational needs of the various airport locations. Offers may propose hardware items other than those listed provided justification and explanation to support the selection of the alternatives shall be submitted as well. Alternate hardware items will be evaluated based on suitability for the operating environment. 16. Question: Please clarify if the "Peripheral Integration -vendor" listed in Section 5.05.20 item 5 is another entity outside of the offeror. This is a typo. Item 5 is titled "Peripheral Integration" the vendor being referred to is the successful offeror. Section 5.05.20 item 5 is amended to read: Peripheral Integration - The Successful Offeror shall provide peripheral hardware simultaneously: Page 4 of 5

17. Question: STATE OF ALASKA RFP NUMBER 2514H002 Please clarify how RABS should interface with CHRC. CHRCs are submitted and retrieved through established channels including the livescan system, the DAC, TSA, and FBI. Offerors are responsible for working with those external parties to understand how CHRC processing is accomplished. 18. Question: What is the purpose of having the infrastructure upgrades priced as Time and Materials? The IT infrastructure of the rural airports covered by this project is not currently known in detail. For this reason a fixed price contract for infrastructure upgrades is not currently feasible. Offerors must provide T&M rates to be used for any infrastructure upgrades authorized by the project manager. The State reserves the right to perform any necessary upgrades itself at the sole discretion of the State. 19. Question: Please clarify Attachment 9 - Cost Proposal. Attachment 9 - Cost Proposal is the required format for the offerors Cost Proposal. The Excel file consists of two tabs, Instructions and Cost Proposal. Offerors should return the completed Cost Proposal with their electronic submissions in Excel format. 20. Question: Section 1.08 seems to indicate that no questions will be accepted after 10 days prior to the proposal due date, is this correct? Section 1.08 Required Review relates to questions regarding defects, questionable material, or objectionable material in the RFP. Comments concerning these issues must be received at least ten days prior to proposal opening. A protest based on any omission, error, or the content of the solicitation will be disallowed if these faults have not been brought to the attention of the procurement officer, in writing, at least ten days before the time set for proposal opening. Questions and clarifications of a general nature not related to a deficiency of the RFP will be accepted at any time per section 1.09. In order for your bid to be considered responsive this amendment, in addition to your original proposal, must be received by the issuing office of the Division of Transportation and Public Facilities prior to the proposal due date. Neil Steininger Procurement Specialist III PHONE: (907) 465-8446 FAX: (907) 465-2024 NAME OF COMPANY SIGNATURE DATE Page 5 of 5