State of Wisconsin DOA-3261 (R08/2003) s.16.75, Wis. Statutes PROPOSALS MUST BE SEALED AND ADDRESSED TO: AGENCY ADDRESS: Scott Noreuil Department of Corrections Purchasing Services P.O. Box 7991 Madison, WI 53707-7991 REQUEST FOR PROPOSAL Proposal envelope must be sealed and plainly marked in lower corner with due date and Request for Proposal SN-2303. Late proposals will be rejected. Proposals MUST be date and time stamped by the soliciting purchasing office on or before the date and time that the proposal is due. Proposals dated and time stamped in another office will be rejected. Receipt of a proposal by the mail system does not constitute receipt of a proposal by the purchasing office. Any proposal which is inadvertently opened as a result of not being properly and clearly marked is subject to rejection. Proposals must be submitted separately, i.e., not included with sample packages or other proposals. Proposal 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. Proposer should contact person named below for an appointment to view the proposal record. Proposals shall be firm for acceptance for one hundred and sixty (160) days from date of proposal opening, unless otherwise noted. The attached terms and conditions apply to any subsequent award. Proposals MUST be in this office no later than THIS IS NOT AN ORDER PROPOSER (Name and Address) Public Opening May 19, 2010 TIME 3:00PM CT No Public Opening Name (Contact for further information) PLEASE COMPLETE: Name:______________________________________ Address:____________________________________ Scott Noreuil Phone Date 608-240-5588 April 13, 2010 Quote Price and Delivery FOB ____________________________________ DESTINATION AND INSTALLED Description SOLICITATION FOR REQUEST FOR PROPOSAL TO PROVIDE ACTIVE AND PASSIVE CLIENT GPS ELECTRONIC MONITORING AND TRACKING SYSTEM. You are invited to submit a proposal for the provision of GPS electronic, Radio Frequency and Alcohol monitoring and tracking system to include hardware, software, technical support, maintenance and field monitoring equipment. This service will allow the State of Wisconsin’s Department of Corrections to enhance its comprehensive electronic supervision of clients. Questions regarding this RFP should be submitted per the calendar of events in Section 1.7. Collect calls, emailed proposals and faxed proposals will not be accepted. Proposals received after the proposal due date will not be evaluated and will remain sealed or be returned to the proposer. Payment Terms: Net 30 Delivery Time: per specifications 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. 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 proposal 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 proposal; that this proposal has been independently arrived at without collusion with any other proposer, competitor or potential competitor; that this proposal has not been knowingly disclosed prior to the opening of proposals to any other proposer 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 Proposal and all terms of our proposal. Name of Authorized Company Representative (Type or Print) Title Signature of Above Date Phone Fax Federal Employer Identification No. Social Security No. This form can be made available in accessible formats upon request to qualified individuals with disabilities. RFP SN-2303 GPS Electronic Monitoring and Tracking System Due: May 19, 2010 Page 2 of 41 TABLE OF CONTENTS Page 1.0 GENERAL INFORMATION ..................................................................................………………...4 1.1 1.2 1.3 1.4 1.5 1.6 1.7 1.8 1.9 2.0 PREPARING AND SUBMITTING A PROPOSAL………………………………………………………9 2.1 2.2 2.3 2.4 2.5 2.6 2.7 2.8 3.0 Introduction and background……………………………………………………………………………...4 Scope of project…………………………………………………………………………………………….4 Procuring and Contracted Agency………………………………………………………………………..6 Definitions…………………………………………………………………………………………………...6 Clarification and/or Revisions to the Requirements and Specifications……………………………….7 Proposer Conference……………………………………………………………………………………….8 Calendar of Events………………………………………………………………………………………….8 Contract Term…………………………………………………………………………………………….....8 Vendornet Registration……………………………………………………………………………………..8 General Instructions…………………………………………………………………………………………9 Incurring Costs……………………………………………………………………………………………….9 Submitting the Proposal…………………………………………………………………………………….9 Proposal Organization and Format…………………………………………………………………….....10 Multiple Proposals…………………………………………………………………………………………..11 Oral Presentations and Site Visits…………………………………………………………………………11 Demonstrations/ Field Testing……………………………………………………………………………..11 Withdrawal of Proposals …………………………………………………………………………………...11 PROPOSAL SELECTION AND AWARD PROCESS………………………………………………....11 3.1 3.2 3.3 3.4 3.5 3.6 3.7 Preliminary Evaluation……………………………………………………………………………………..11 Proposal Scoring…………………………………………………………………………………………...12 Proposal Evaluation Criteria……………………………………………………………………………….12 Final Evaluation and Right to Reject Proposals…………………………….…………………………...13 Award and Final Offers……………………………………………………………………………………..13 Notification and Intent to Award……………………………………………………………………………13 Appeals Process…………………………………………………………………………………………….14 4.0 MANDATORY REQUIREMENTS………………………………………………………………………14-17 5.0 GENERAL REQUIREMENTS…………………………………………………………………………….17 5.1 5.2 5.3 5.4 5.5 5.6 6.0 Company Profile……………………………………………………………………………………………..17 Organization Capabilities…………………………………………………………………………………...17 Staff Qualifications…………………………………………………………………………………………..17 Proposer References………………………………………………………………………………………..18 Independent Certification…………………………………………………………………………………...18 Organization Information…………………………………………………………………………………....18 TECHNICAL REQUIREMENTS……………………………………………………………………….…18 6.1 6.2 6.3 6.4 6.5 6.6 6.7 6.8 6.9 6.10 6.11 6.12 6.13 6.14 Support Services…………………………………………………………………………………………….19 Spare Parts, Tools. Supplies and Inventory……………………………………………………………...19 Billing Services……………………………………………………………………………………………....20 Warranty and Manuals……………………………………………………………………………………...20 Monitoring Host System…………………………………………………………………………………….20 Monitoring Host System Software……………………………………………………………………..…..20 Home Monitoring Receivers………………………………………………………………………………...21 Field Monitoring Transmitters……………………………………………………………………………….22 Portable Field Tracking Devices…………………………………………………………………………....22 Remote Alcohol Testing……………………………………………………………………………………..22 Access to System Info and Reports………………………………………………………………………..23 Global Positioning Satellite Monitoring…………………………………………………………………….23 GPS System Software/Interface…………………………………………………………………………....24 Base Receiver/Charging Unit……………………………………………………………………………….25 RFP: SN-2303 GPS Client Monitoring and Tracking 6.15 6.16 6.17 6.18 Due: May 19, 2010 Page 3 of 41 Field Monitoring Transmitters……………………………………………………………………………….25 Training Requirements system and Administration……………………………………………………....25 Training Requirements Field Monitoring…………………………………………………………………...26 Spare Parts, Tools, Supplies and Inventory……………………………………………………………….26 7.0 COST PROPOSAL………………………………………………………………………………………26-27 8.0 SPECIAL CONTRACT TERMS AND CONDITIONS……………………………………………………27 8.1 8.2 8.3 8.4 8.5 8.6 8.7 8.8 8.9 Liquidated Damages…………………………………………………………………………………………27 Prime Contractor……………………………………………………………………………………………..27 Minority Business Subcontractor…………………………………………………………………………...27 Termination……………………………………………………………………………………………………28 Execute Contract to Constitute Entire Agreement………………………………………………………..29 Certification for Collection of Sales and Use Tax………………………………………………………...29 Insurance Responsibility…………………………………………………………………………………….29 Hold Harmless………………………………………………………………………………………………..29 Third Party Crime Coverage For Employees……………………………………………………………..29 9.0 STANDARD TERMS AND CONDITIONS…………………………………………………………….30-34 10.0 REQUIRED FORMS……………………………………………………………………………………….35 ATTACHMENTS Exhibit A Exhibit B Exhibit C Exhibit D Exhibit E Exhibit F Exhibit G Solicitation MANDATORY REQUIREMENTS GPS Cost Sheet GPS Software Rider GPS Hardware Rider GPS Hardware Maintenance Rider WI Act 431 and Senate Bill 40 RFP: SN-2303 GPS Client Monitoring and Tracking Due: May 19, 2010 Page 4 of 41 1.0 GENERAL INFORMATION 1.1 Introduction and background The purpose of this proposal is to provide interested parties with information to enable them to prepare and submit a proposal for the provision of a complete DOC hosted electronic monitoring and tracking system. The system will be located within a DOC data center located in Madison Wisconsin and must include: all radio frequency hardware and software, GPS browser based tracking system, technical support, maintenance, field monitoring equipment such as alcohol monitoring and installation services. This service will allow the State of Wisconsin to continue to conduct comprehensive electronic supervision of Wisconsin Department of Corrections clients. The State of Wisconsin as represented by Department of Corrections (DOC) may use the results of this solicitation to award a contract for the provision of a comprehensive monitoring and tracking system to supervise clients. 1.2 Scope of the project 1.2.1 Current Description The State of Wisconsin Department of Corrections, Division of Community Corrections-Monitoring Center (DCC-MC) is responsible for maintaining comprehensive electronic supervision services. Currently the State of Wisconsin uses equipment and support services furnished by BI Inc., of Boulder Colorado to supervise 2,000 Clients throughout the State of Wisconsin. GPS Tracking services are provided by BI Inc., and ProTech Inc., of Odessa, Fla., for approximately 290 Sex Offenders. These services include active radio frequency monitoring, remote alcohol surveillance, and Geo-position surveillance or “Tracking”. DCC-MC expects that the chosen proposer will provide the Agency's Electronic Monitoring Center with a host system that is complete and ready to go live without the addition of any significant parts or pieces. The State of Wisconsin’s preference is to obtain the services and equipment from a single provider under a single contract. However, the State reserves the right to contract with more than one proposer, if it is not possible for one proposer to meet all of the DCC-MC performance standards. The Wisconsin Department of Corrections currently owns, operates and maintains a BI Inc., Guard Active Radio Frequency (RF) monitoring system. The Department owns all of its equipment including: a Host Computer Systems, which has been designed for redundancy and disaster recovery for two thousand three hundred sixty five (2,365) BI Home Monitoring Units and Transmitters, four hundred fifty five (455) BI 9300 remote alcohol surveillance units and one hundred and one (101) BI 9200 scanners. The Radio Frequency electronic monitoring system monitors an average daily population of 2000 clients. The Department leases BI’s geo-positioning equipment, installation and services for approximately 290 clients. The current system is also capable of servicing 25-50 concurrent DOC users. The DCC-MC employs a “Command Post” model of operation. It resides at a central location to monitor any type of alert notifications and has high speed internet access. Information regarding clients’ status and movements are relayed from the Center’s monitoring system to operators who determine an appropriate response. Depending upon the circumstances of the situation, and time of day, responses may range from merely faxing information to a Probation and Parole Agent to intervening by the Probation and Parole Agent or ordering custody of a client. Hardware, such as DOC personal computers for receipt of alert notifications, is not to be considered a part of this RFP. The Department has a network of computers already in place with the capability to access current monitoring systems. The DCC-MC’s staff enrolls new clients, processes alerts from the system, enters schedule changes for clients, and generates reports. Probation and Parole Agents also have the ability to enter schedule changes for clients. Currently, by the provisions of Wisconsin State Statute 302.425, other governmental authorities in the State can contract with DCC-MC for electronic monitoring services. Approximately forty counties have contracted with the DCC-MC for these services RFP: SN-2303 GPS Client Monitoring and Tracking 1.2.2 Due: May 19, 2010 Page 5 of 41 Objectives The intent of this RFP is to lease a DOC hosted monitoring system through rent that utilizes Radio Frequency (RF), Remote Alcohol Sensing and GPS tracking equipment to provide 24 hour, 7 days per week monitoring of designated clients for the purpose of providing increased supervision. The Department of Corrections preference is to have one system for RF monitoring, alcohol monitoring and GPS tracking of clients. 2005 Wisconsin Act 431 (Exhibit G) and 2007 Wisconsin Act 20 created Wis. State Statue 301.48 and requires the Department to place certain sex offenders on lifetime GPS tracking upon their release from prison (parole, extended supervision, maximum discharge); or upon being placed on probation for a serious child sex offense (Level 1 child sex offense or Level 2 child sex offense); or, upon being granted supervised release; or being discharged from a s. 971 or s. 980 commitment. Current projections indicate that by approximately December 31, 2010, 666 clients will receive GPS monitoring services. The 2009 enactment of Wisconsin Act 28 directs the early release of certain clients. It is projected that 304 clients will be released to community supervision by the end of the first calendar quarter of 2010. If Wisconsin Act 431 or Act 28 is amended the projections in number of clients will vary accordingly. The DCC-MC has a significant investment in its present system. Any response should include either A) continued support and maintenance of the present RF system with integration of tracking and continued upgrade to state of the art equipment for the host system and field equipment; to include or; B) replacement of the present system with an alternate new system meeting the standards outlined in this proposal. The Department is open to new technology as long as those technologies can meet minimum specifications noted herein. If an alternate new system is offered, all alert alarms or indicators must be transmitted, in accordance with Wisconsin Act 431 or other policies developed by the Department. Additionally, provisions for the disposal of the present system and equipment either through integration with the proposed system or giving fair market value through either buy out, credit or other means must be provided (Exhibit C). It is the Departments preference to have one comprehensive RF and GPS tracking system. Note: Proposal language specific to software, hardware and hardware maintenance written into this proposal will supercede software and hardware riders, Exhibits D-F. 1.2.3 Performance Standards A. The proposer must supply and maintain a central “state of the art” host computer system with upgrades throughout the life of the contract. B. A monitoring system that will provide active radio frequency monitoring and tracking to work with a client population of 2000 with ability to easily increase or scale up to 3000 or more clients. C. Geo-Positioning or Tracking (Passive, Active and On-Demand) technology via satellite and other means for acquiring the location and movements both in real time and with bread crumbs of the clients previous movements. D. A system with the ability to use portable scanners for off-line monitoring of clients and verification of Passive GPS monitored client locations in an unobtrusive manner. E. The ability to provide tamper-proof remote alcohol usage monitoring. F. Central computer system accessible by 25-50 concurrent DOC users throughout the state of Wisconsin for client information retrieval and scheduling purposes. G. The system must be operated from a centrally located host computer system within the State Of Wisconsin and operate in a manner that will accommodate a "Central Command Post Model". H. Alerts must be received and processed by Department of Correction Monitoring Center employees. I. The system must be capable of sending GPS monitoring alerts to multiple entities and sending data for review to the Department of Corrections Monitoring Center Corrections Communication Operators as well as Probation and Parole Agents and Local Law Enforcement. RFP: SN-2303 GPS Client Monitoring and Tracking J. Due: May 19, 2010 Page 6 of 41 The system must have provisions for redundancy and disaster recovery with a rapid response time. K. The system must accommodate both cellular and landline communications media. L. RF type monitoring or other technology to address the issues of dithering and imprecise location associated with GPS monitoring while the client is at home. M. The system must have an on-board process to track and store points when GPS unit is out of contact with the cell signal. N. The system must be able to provide exclusion zones with settings capable of a perimeter of 100 to 250 feet. O. Contracted services must include the installation, removal and technical maintenance of all GPS devices utilizing local DOC staff on-site in Wisconsin. Training to be provided by proposer. P. A maximum 2% out of box failure rate on all equipment. Failure to meet this requirement may be cause for contract cancellation or the implementation of liquidation damages (Section 8.1). Q. Proposer’s product or device for GPS applications shall have alert alternatives for clients that are disabled i.e. deaf clients. NOTE: See hardware and software riders, Exhibits D thru F. 1.3 Procuring and Contracting Agency This Request for Proposal (RFP) is issued by the Wisconsin Department of Corrections, which is the sole point of contact for the State of Wisconsin during the selection process. The person responsible for managing the procurement process is Scott Noreuil, Purchasing Agent Program Supervisor Department of Corrections, Purchasing Section 3099 E. Washington Avenue, P.O. Box 7991 Madison, WI 53707-7991 Telephone: 608-240-5588, Fax # 608-240-3342 Email Address: [email protected] The contract resulting from this RFP will be administered by the Wisconsin Department of Corrections. The DOC contract administrator will be Doug Milsap. 1.4 Definitions The following definitions are used through the RFP. Agency/Department/DOC means the Wisconsin Department of Corrections. Active Monitoring means an electronic monitoring system that in its simplest form tests for radio signals from a body worn transmitter to test for the presence or absence of the wearer. Passive Monitoring a monitoring system, electronic or otherwise, that periodically checks for the instant presence or absence of a client. It may be as simple as going to the client's home to check for their presence or absence or as complex as a computer placed call to the clients residence to check for presence or absence using some biometric means to ensure that the appropriate person is answering. Client means a client within DOC (offender) or clients from another State of Wisconsin Agency. Contractor means proposer awarded the contract. Command Post Model means the central office point that has the ability to receive, analyze, process and disseminate information to proper authorities and individuals following established department policies and procedures. DCC-MC means Division of Community Corrections Monitoring Center. RFP: SN-2303 GPS Client Monitoring and Tracking Due: May 19, 2010 Page 7 of 41 Exclusion Zone means a zone in which a person who is tracked using a global positioning system tracking device is prohibited from entering except for purposes of traveling through it to get to another destination. GSM means Global Systems for Mobile communication systems Global Positioning Satellite System (GPS) Tracking means tracking using a system that actively monitors and identifies a person’s location and timely reports or records the person’s presence near or at a crime scene or in an exclusion zone or the person’s departure from an inclusion zone. Global positioning system tracking includes comparable technology. Active GPS Tracking means a system that combines GPS position information with cellular and/or landline communications to provide full time tracking capability of clients. The system utilizes a US Government satellite system that provides accurate position information. An on-board cell phone or modem then sends the information to a central computer. The central computer then analyzes the situation and relays the position information and any violations to an Agent or Monitoring Center Operator. Passive GPS Monitoring or Summary Report Monitoring means using the same Government system of Satellites to acquire position information (monitors, identifies and records a person’s location) but rather than immediately relaying the information via cell phone it stores the information. When the client comes home the monitoring device is placed in a docking station and all the day’s movements are relayed by landline telephone to the Monitoring Center and/or an Agent. Immediate notifications of violations of inclusion/exclusion zones are available in some models. Host System means a centralized browser system, server, computer, communication links and software that automatically manages an electronic monitoring system. Inclusion Zone means a zone in which a person who is tracked using a global positioning system tracking device is prohibited from leaving. Lifetime Tracking means global positioning system tracking that is required for a person for the remainder of the person’s life or until lawfully terminated. Proposer/Proposer means a firm submitting a proposal in response to this RFP. Instantaneous means a notification as fast as intermediate technology will allow. RF Monitoring means radio frequency monitoring system that uses a body worn transmitter to emit signals which are detected by a receiver which in turn relays messages to a host system or central computer system regarding the presence or absence of a client wearing the transmitter or the condition of the electronic monitoring equipment. State means State of Wisconsin. State of the Art means the latest edition or versions of software and the most recent technological improvement in hardware. Transmitter is a body worn device that emits radio signals on regular basis that is detected by a receiver. 1.5 Clarification and/or Revisions to the Specifications and Requirements Any questions concerning this RFP must be submitted according to the calendar of events in Section 1.7. Scott Noreuil, Purchasing Agent Program Supervisor Department of Corrections, Purchasing Section 3099 E. Washington Avenue, P.O. Box 7991 Madison, WI 53707-7991 Telephone: 608-240-5588, Fax # 608-240-3342 Email Address: [email protected] RFP: SN-2303 GPS Client Monitoring and Tracking Due: May 19, 2010 Page 8 of 41 The DOC is not responsible for any lost or misdirected mail. Proposers are expected to raise any questions, exceptions, or additions they have concerning the RFP document at this point in the RFP process. If a proposer discovers any significant ambiguity, error, conflict, discrepancy, omission, or other deficiency in this RFP, the proposer shall immediately notify the above named individual of such error and request modification or clarification of the RFP. In the event that it becomes necessary to provide additional clarifying data or information, or to revise any part of this RFP, revisions/amendments and/or supplements will be posted on VendorNet. Each proposal shall stipulate that it is predicated upon the requirements, terms, and conditions of this RFP and any supplements or revisions thereof. Any contacts with State employees concerning this RFP is prohibited, except as authorized by the RFP procurement lead (Scott Noreuil) during the period from the date of release of the RFP until the notice of intent to award is released. 1.6 Proposer Conference There may be a proposer conference scheduled. All notifications regarding such conference will be disseminated through the State of Wisconsin VendorNet System. In the event of a proposer conference, the Department will provide reasonable accommodations, including the provision of information material in an alternative format, for qualified individuals with disabilities upon request. If you think you need accommodations at a conference, contact Scott Noreuil at 608-240-5588. 1.7 Calendar of events Listed below are specific and estimated dates and times of actions related to this Request for Proposal (RFP). The actions with specific dates must be completed as indicated unless otherwise changed by the State. In the event that the State finds it necessary to change any of the specific dates and times in the calendar of events listed below, it will do so by issuing a supplement to this RFP via a posting on VendorNet. There may or may not be a formal notification issued for changes in the estimated dates and times noted below. DATE April 13, 2010 April 23, 2010 May 5, 2010 (estimated) TBD May 19, 2010 3:00PM CT Week of June 7, 2010 (estimated) August 1, 2010 (estimated) 1.8 EVENT Date of issue of the RFP. Last day for submitting written questions. Posting of response to Proposer Questions to the RFP. Proposer Conference (if necessary) Proposals due from proposers. Oral Presentations/Demonstrations/FieldTesting/Site Visits as needed. Notification of intent to award sent to proposers. Contract Term The contract initial term will be for two years, with options to extend the contract for three additional one-year renewals. Renewal(s) beyond the initial contract term is contingent upon the performance of the contractor during the contract period and upon availability of funds. These will be automatic renewals, unless the State elects to exercise a termination option. Contracts will be reviewed by the DOC before a decision is made. Any renewal(s) must be authorized by mutual written agreement of the proposer and the State. 1.9 VendorNet Registration Department of Administration and State Bureau of Procurement policies no longer require maintenance of bidder’s lists or individual notification of proposers on bidders’ lists. In addition, there is no requirement to post solicitations RFP: SN-2303 GPS Client Monitoring and Tracking Due: May 19, 2010 Page 9 of 41 for bids/proposals in the Legal Notices of the Official State Newspaper. Proposers who fail to register with VendorNet may not receive notification of procurement solicitations including amendments or cancellations. The State of Wisconsin’s purchasing information and proposer 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://proposernet.state.wi.us to get information on state purchasing practices and policies, commodities and services that the state buys, and tips on selling to the state. Proposers may use the same Web site address for inclusion on the bidders list for commodities and services that the organization wants to sell to the state. A subscription with notification guarantees the organization will receive an e-mail message each time a state agency, including any campus of the University of Wisconsin System, posts a request for bid or a request for proposal in their designated commodity/service area(s) with an estimated value over $25,000. Organizations without Internet access receive paper copies in the mail. Increasingly, state agencies also are using VendorNet to post simplified bids valued at $25,000 or less. Proposers also may receive e-mail notices of these simplified bid opportunities. To obtain information on the state’s bidder registration, visit the VendorNet Web site at http://proposernet.state.wi.us or call the VendorNet Information Center (1-800-482-7813). In the Madison area, call 608-264-7898. Make sure to select all the appropriate NIGP (Commodity) Codes. Bid lists are generated by NIGP codes. Consider using a generic email address that is accessed or delivered to multiple recipients (example: [email protected]). This will insure that the bid notice is received. 2.0 PREPARING AND SUBMITTING A PROPOSAL 2.1 General instructions The evaluation and selection of a contractor and the contract will be based on the information submitted in the proposer's proposal plus references and any required on-site visits or oral presentations. Failure to respond to each of the requirements in the RFP may be the basis for rejecting a response. Elaborate proposals (e.g., expensive artwork), beyond that sufficient to present a complete and effective proposal, are not necessary or desired. 2.2 Incurring costs The State of Wisconsin is not liable for any cost incurred by proposers in replying to this RFP. 2.3 Submitting the proposal Proposers must submit an original, marked as such, six (6) copies and a copy on cd-rom (MS Word or Adobe format) of all materials required for acceptance of the proposal by May 19, 2010 at 3:00PM CT to: USPS: Scott Noreuil Department of Corrections, Purchasing Section PO Box 7921 Madison, WI 53707-7921 Courier Scott Noreuil Department of Corrections, Purchasing Section 3099 E. Washington Ave., Madison, WI 53704-4338 Proposals must be received in the above office by the specified time stated above. All proposals will be timestamped upon receipt by the Purchasing Office. Receipt of a proposal by the State mail system does not constitute receipt of a proposal by the Purchasing Office, for purposes of this RFP. Proposals received after the due date and time will not be accepted or opened. To ensure confidentiality of the document, all proposals must be packaged, sealed and show the following information on the outside of the package: RFP: SN-2303 GPS Client Monitoring and Tracking Due: May 19, 2010 Page 10 of 41 —Proposer name and address —Request for proposal title —Request for proposal number —Proposal due date An original, marked as such, plus one (1) copy of the Cost Proposal (submit on attached Cost Sheet, Exhibit C) must be sealed and submitted as a separate part of the proposal. Include in the envelope a copy of the Cost Sheet on a cd-rom in MS Excel format. The outside of the envelope must be clearly labeled with the words “Cost Proposal, RFP SN-2303 GPS Electronic Monitoring System” and name of the proposer and due date. The cost proposal is due to the addressee on the due date and time noted on page one of the proposal (DOA-3261). 2.4 Proposal Organization and Format Proposals should be typed and submitted on 8.5 by 11 inch paper bound securely. Proposals should be organized and presented in the order and by the number assigned in the RFP. Proposals must be organized with the following headings and subheadings. Each heading and subheading should be separated by tabs or otherwise clearly marked. Proposer should not assume that if a response was presented in one section that it can be left out of another section without referencing the answer from the appropriate section for a response. The RFP should be formatted as illustrated below: PROGRAM PROPOSAL FORMAT (SAMPLE) Cover page, DOA-3261 (Form must be signed and submitted as cover page to the applicant's proposal. Required Forms and Exhibits- Section 10 TABS SECTIONS Introduction (Tab1) Response to mandatory requirements (Tab 2) Exhibit B Response to general requirements (Tab 3) Section 5.0 Company profile and capabilities (Tab 3, A) Sections 5.1-5.2 Staff qualifications (Tab 3, B) Section 5.3 Organization Information (Tab 3, C) Section 5.6 References, certifications (Tab 3, D) Sections 5.4-5.5 Response to technical requirements (Tab 4) Section 6.0 Support Services, implementation plan & training (Tab 4, A) Section 6.1 Inventory, consumables supplies and billing (Tab 4, B) Sections 6.2-6.3 Warranty & manuals (Tab 4, C) Section 6.4 Monitoring Host System and Software (Tab 4, D) Sections 6.5-6.6 Home / Field monitoring, transmitters and receivers (Tab 4, E) Sections 6.7-6.11 home monitoring receivers Section 6.7 field monitoring transmitters Section 6.8 portable field tracking devices Section 6.9 remote alcohol monitoring Section 6.10 Access system information and reports (Tab 4, F) Section 6.11 GPS satellite monitoring, interface and transmitters (Tab 4, G) Sections 6.12-6.15 GPS satellite monitoring Section 6.12 GPS software / interface Section 6.13 base receiver and charge unit Section 6.14 field monitoring transmitters Section 6.15 Training, parts and inventory services (Tab 4, H) Sections 6.16-6.18 training Sections 6.16-6.17 Parts, supplies and inventory Section 6.18 Other/ Misc (if necessary) (Tab 5, A) Cost proposal (Tab 6, Separate Sealed Envelope) RFP: SN-2303 GPS Client Monitoring and Tracking Due: May 19, 2010 Page 11 of 41 The proposer must submit its Cost Proposal as indicated in Section 7 and according to the instructions provided. Failure to provide any requested information in the prescribed format may result in disqualification of the proposal. No mention of the cost proposal may be made in the response to the mandatory, general or technical requirements of this Request for Proposal. 2.5 Multiple proposals Multiple proposals from a proposer will be permissible; however, each proposal must conform fully to the requirements for proposal submission. Each such proposal must be submitted separately and labeled as Proposal #1, Proposal #2, etc. on each page included in the response. Alternate acquisition plans do not constitute multiple proposals. 2.6 Oral Presentations and Site Visits Top scoring proposers based on an evaluation of the written proposal may be required to participate in interviews and/or site visits to support and clarify their proposals, if requested by the State. The State will make every reasonable attempt to schedule each presentation at a time and location that is agreeable to the proposer. Failure of a proposer to interview or permit a site visit on the date scheduled may result in rejection of the proposer's proposal. 2.7 Demonstrations/Field Testing Top-scoring proposer(s) may be required to deliver ten (10) units for each product line for installation and field testing at State sites designated by the Department. Product(s) being tested must be delivered to the State site upon one (1) weeks notice by the State to the proposer(s) and must be installed and ready for field testing within one (1) week of delivery. The State will furnish detailed specifications concerning the field testing guidelines. Testing will be provided for 30 days at no cost to the Department. Failure of a proposer to deliver the product(s) and/or service(s) it has proposed for testing within the time constraints of the preceding paragraph may result in rejection of that proposal. Failure of any product(s) and/or service(s) to meet the State’s specified requirements during the test period may result in rejection of the proposer's proposal. The successful test of the proposer's product(s) and/or service(s) does not constitute acceptance by the State. Any product(s) and/or service(s) provided by the proposer for the purposes of this field test must be identical in every respect to those which will be furnished if a contract results. The RFP evaluation team reserves the right to adjust their score sheet based on the field testing results. 2.8 Withdrawal of proposals Proposals shall be irrevocable until contract award unless the proposal is withdrawn. Proposers may withdraw a proposal in writing at any time up to the proposal closing date and time or upon expiration of 30 days after the due date and time if received by the RFP project manager. To accomplish this, the written request must be signed by an authorized representative of the proposer and submitted to the RFP project manager. If a previously submitted proposal is withdrawn before the proposal due date and time, the proposer may submit another proposal at any time up to the proposal closing date and time. 3.0 PROPOSAL SELECTION AND AWARD PROCESS 3.1 Preliminary Evaluation Each proposal submitted in response to this RFP will be evaluated. The proposals will be reviewed initially to determine if mandatory requirements are met. Failure to meet mandatory requirements will result in rejection of the proposal. In the event that all proposers do not meet one or more of the mandatory requirements, the State reserves the right to continue the evaluation of the proposals and to select the proposal that most closely meets the requirements specified in this RFP. RFP: SN-2303 GPS Client Monitoring and Tracking 3.2 Due: May 19, 2010 Page 12 of 41 Proposal Scoring The award will be made to the highest scoring proposer and will not necessarily be the lowest cost proposal. Site visits, oral interviews and/or additional references may be required of top scoring proposer. If a site visit is conducted, evaluators may use the information obtained in the visit for the final scoring of proposals. If references are contacted, evaluators may use the information obtained in the final scoring of the proposal. Accepted proposals will be reviewed by an evaluation committee and scored against the stated criteria. A proposer may not contact any member of an evaluation committee during the solicitation process. Names of the evaluation team members will remain confidential until an award is made. Proposals from certified Minority Business Enterprises may have points weighted by a factor of 1.00 to 1.05 to provide up to a five percent (5%) preference for these businesses (Wis. Stats. 16.75(3m)). The evaluation team's scoring will be tabulated and proposals ranked based on the numerical scores received. The DCC-MC may, at the conclusion of the evaluation process, negotiate with one or more of the proposers who have been determined by the evaluation team as being best able to provide services which are in the best interest of the State. All responsible, responsive proposals will be treated alike in the evaluation process. 3.3 Proposal Evaluation Criteria The proposals will be scored using the following criteria: Description MANDATORY REQUIREMENT GENERAL REQUIREMENTS COMPANY AND STAFF INFORMATION 1. Proposal Organization and Format 2.4 2. Company Profile, Capabilities and Finance - company profile and capabilities 5.1-5.2 3. Staff Qualifications 5.3 4. Organization reference, certifications and info 5.4-5.6 Points Percent total Yes or No 250 TECHNICAL REQUIREMENTS SERVICE REQUIREMENTS 500 1. Support Services, implementation plan & training 6.1 2. Inventory, Consumable Supplies and Billing 6.2-6.4 3. Electronic Monitoring Host System 6.5 4. Electronic Monitoring Host System Software 6.6 5. Home / Field Monitoring , Transmitters and Receivers - home monitoring receivers 6.7 - field monitoring transmitters 6.8 - portable field tracking devices 6.9 - remote alcohol monitoring 6.10 6. Access System Information and Reports 6.11 7. Global Position Satellite Monitoring, Interface and transmitters - GPS satellite monitoring 6.12 - GPS system software access 6.13 - base receiver and charge unit 6.14 - field monitoring transmitters 6.15 8. Training, Parts and Inventory Services - training 6.16-6.17 - parts, supplies and inventory 6.18 25% 50% RFP: SN-2303 GPS Client Monitoring and Tracking COST PROPOSAL Due: May 19, 2010 Page 13 of 41 7.0 GRAND TOTAL 250 25% 1, 000 100% Only proposals that meet the mandatory requirements and have received 600 points or greater, for the General and Technical requirements, will have the cost proposal scored. A proposal that receives less than a Grand Total 750 points will not be eligible for further consideration. The points stated above for each criteria shall be the maximum amount awarded for each category. "Cost", for scoring purposes in this instance, means the total cost of implementing this service. After the final grading of the proposal requirements, cost will be prorated with the lowest cost proposal given the highest score for that part of the category. Other cost proposals will receive prorated scores based on the proportion that the cost varies from the lowest cost. The formula will be as follows: Lowest Total Cost (Constant) Next Lowest Proposer Total Cost X 250 points = Prorated score for the Cost Component Information Calculation of points awarded to subsequent proposals will use the lowest bid amount as a constant numerator and the dollar amount of the agency being scored as the denominator (The result will always be less than one). The result is multiplied by the maximum number of points for Cost (250pts). The top scoring proposer’s from the evaluation of all proposals may be required to make an oral presentation and/or arrange a visit for the evaluation team to the proposed program site or sites. Based upon the findings of the site review and/or presentation, additional points may be added to the scores of these proposals. The top scoring proposal from the combination of the written evaluation, and the site visit and/or reference checks (if conducted), will be deemed to best meet the needs of the DCC-MC. 3.4 Final Evaluation and Right to Reject Proposals Upon completion of any oral presentations and demonstrations by proposers, the State of WI evaluation team will review the preliminary scoring and make adjustments based on the information obtained in the oral presentation or demonstration and reference checks. The State reserves the right to reject any and all proposals. The State may negotiate the terms of the contract, including the award amount, with the selected proposer prior to entering into a contract. If contract negotiations cannot be concluded successfully with the highest scoring proposer, the agency may negotiate a contract with the next highest scoring proposer. The State of WI will select the highest scoring proposal based on the points awarded for overall responsiveness to the State of WI requirements and for cost. 3.5 Award and Final Offers The State will compile the final scores for each proposal. The award will be granted in one of two ways. The award may be granted to the highest scoring responsive and responsible proposer. Alternatively, the highest scoring proposer or proposers may be requested to submit final and best offers. If final and best offers are requested by the State and submitted by the proposer, they will be evaluated against the stated criteria, scored and ranked by the evaluation committee. The award then will be granted to the highest scoring proposer. However, a proposer should not expect that the State will request a final and best offer. 3.6 Notification of Intent to Award All proposers who respond to this RFP will be notified in writing of the State's intent to award the contract(s) as a result of this RFP. RFP: SN-2303 GPS Client Monitoring and Tracking Due: May 19, 2010 Page 14 of 41 After notification of the intent to award is made, and under the supervision of agency procurement staff, copies of proposals will be available for public inspection from 8:00 a.m. to 4:00 p.m. at 3099 E. Washington Ave, Madison, Wisconsin. Proposer’s should schedule reviews with Scott Noreuil at (608) 240-5588. 3.7 Appeals Process The appeals procedure applies to only those Requests For Bids for Services that are $25,000.00 or greater. Notices of intent to protest and protests must be made in writing. Protesters should make their protests as specific as possible and shall identify statutes and Wisconsin Administrative Code provisions that are alleged to have been violated. The written notice of intent to protest the Intent to Award a Contract must be filed with: RICK RAEMISCH, SECRETARY DEPARTMENT OF CORRECTIONS PO BOX 7925 MADISON WI 53707 7925 And be received in the office above within five (5) working days after the notice of intent to award is issued. The written protest must be received in the office above within ten (10) working days after the notice of intent to award is issued. Copies of the notice of intent to protest and the written protest should be sent to the Purchasing Section Chief at the same address. The decision of the head of the procuring agency may be appealed to the Secretary of the Department of Administration within five (5) working days of issuance, with a copy of such appeal filed with the procuring agency, provided the appeal alleges a violation of statute or a provision of a Wisconsin Administrative Code. 4.0 MANDATORY REQUIREMENTS The following are mandatory requirements. Proposers must respond to the mandatory section using Exhibit B along with any additional documentation. Proposers not meeting these requirements will be eliminated from the evaluation process. The only exception that would be applied, if none of the proposers are able to comply with a given requirement or condition. Purchasing reserves the right to amend that specification or condition. The proposer must provide the DCC-MC with a central host system, GPS tracking, Radio Frequency Monitoring and Remote Alcohol Sensing with the capability to determine whether a client enters, leaves and remains within a designated area and complies with approved schedules and rules 24 hours a day 7 days a week. When the client is not in compliance the system must provide information on the clients’ movements and condition. The proposer shall be capable of providing all hardware (except PC’s), software, and support services to accomplish this goal. 4.1 Proposer must have a minimum of 5 years experience in monitoring criminal justice clients. 4.2 Proposer must have a minimum of 3 year experience with global positioning tracking systems. 4.3 Proposer staff qualifications must include the following minimum educational and work related experience 4.3.1 Administrative and Fiscal Management Staff: Person(s) responsible for providing this service under any contract resulting from this proposal must have at least a Bachelors Degree in human services or a business related field and a minimum of 2 years experience in this area. 4.3.2 Account Representative Staff: Person(s) responsible for providing this service under any contract resulting from this proposal must have at least a Bachelors Degree and/or a minimum of 4 years experience as an Account Representative for a business that provides services for a criminal justice population. 4.3.3 Project Management Staff: Person(s) responsible for providing this service under any contract resulting from this proposal must have a minimum of 3 years experience managing project implementation and a minimum of 5 years of management and/or supervision experience. RFP: SN-2303 GPS Client Monitoring and Tracking 4.3.4 Due: May 19, 2010 Page 15 of 41 Support Personnel: 4.3.4.1 Internet System and/or Technical Manager Person(s) responsible for providing this service under any contract resulting from this proposal must have a minimum of 5 years of information systems experience with 5 years of experience in technical support of monitoring equipment. 4.3.4.2 Inventory Manager Person(s) responsible for providing this service under any contract resulting from this proposal must have a minimum of 5 years of experience in inventory management. 4.3.4.3 Training Manager Person(s) responsible for providing this service under any contract resulting from this proposal must have a minimum of 5 years of experience in adult learning techniques, and 2 years experience with video/long distance training, and 1 year of experience in computer aided training methods. 4.4 Per Section 5.4, 5.6.2 and 5.6.3, the proposer must provide proposer references, financial data including a letter of creditworthiness from each financial institution for which proposer is presently doing business, terminated/expired contracts, pending/past litigation, and a Dunn and Bradstreet rating, if available. 4.5 The proposer and manufacturing partner(s) should have quality systems and standards in place that meet the quality system standards of ISO 9001:2000. 4.6 Support services will be required of contractor in the following areas 4.6.1 4.6.2 4.7 Installation, implementation and maintenance of host monitoring system and GPS devices. 4.6.1.1 Installation and implementation shall be completed no later than 15 days after finalization of award unless otherwise agreed to by the DCC MC. Proposer shall supply all wire, cable, hardware and any other items required to complete installation of host monitoring system. 4.6.1.2 Proposer shall appoint a project manager as a single point of contact from pre-installation through system acceptance. Project manager shall have proposer decision authority, understand the terms and conditions of the State contracts and be highly knowledgeable of the product (hardware, software, functionality, programming options, etc.) 4.6.1.3 The Department shall not be required to provide down payments for contracted system. 4.6.1.4 Proposer shall obtain Department authorization prior to altering any part of the building structure(s), shall provide building protection to walls/floors, and shall be responsible for repairing any damage caused to the facility as a result of proposer’s activity. Restoration shall be equal to or better than facility condition at startup. 4.6.1.5 Proposer shall provide, install, test and insure the proper operation of host system equipment. 4.6.1.6 Maintenance of the host monitoring system will be on-going and at no added cost to the Department. 4.6.1.7 Proposer will need to provide the monitoring capabilities of the system with a mechanism for informing DOC of issues with expected response protocols to correct the issue. Return response time for support need to be within one hour and a resolution within 4 hrs. Technical staff will need to be available 24hrs a day, 7 days a week. Training, both for central system and field monitoring equipment is required. 4.6.2.1 Central Monitoring staff will be completely trained on all aspects of the system and equipment no later than 15 days from the date of install completion. It is anticipated that 40 to 50 monitoring staff will need this initial training. Training will be done on-site at the Madison Training Center located at 3099 E. Washington Avenue, Madison, WI. 4.6.2.2 Field staff will be completely trained within 30 days of system install completion. It is anticipated that 200 field staff will need this initial training. Training will be held at 4 different sites within the state including the Madison Training Center located at 3099 E. Washington Avenue, Madison, WI. 4.6.2.3 Training/Refresher schedule will be managed with “Train the Trainer” method with DCC-MC staff trained as “Trainer”. It is anticipated that 4 “Trainers” must receive this initial training which will be held on-site at the Madison Training Center located at 3099 E. Washington Avenue, Madison, WI. 4.6.2.4 Proposer trainer(s) shall be present at the opening of business and remain on site to assist users for as long as DCC-MC Director deems necessary. Spare Parts, Tools, Consumable Supplies, Inventory and Services - The Proposer shall provide and maintain a backup/replacement inventory of monitoring units. All inventories will be held at no cost to the Department until such time as the units are placed into actual use. 4.7.1 The Proposer shall be responsible for managing this task and all costs associated with storage, maintenance and shipment (both delivery and return) of inventoried, damaged, lost or stolen. RFP: SN-2303 GPS Client Monitoring and Tracking 4.7.2 Due: May 19, 2010 Page 16 of 41 Inventory will include all supplies and tools (i.e., batteries, straps, latches, screws) necessary to install or maintain receivers, transmitters, GPS devices, central system components, software interface and licenses during the entire term of the contract at no additional cost to the Department. 4.8 Global Position Satellite Monitoring - The GPS Tracking system must monitor the clients’ movements and compliance with approved locations and schedules. The system must provide the DCC-MC with the capability to determine whether a client remains within a designated area 24 hours a day 7 days a week and when not in that designated area provide instantaneous information regarding client’s movements. Quarterly updates on mapping will be provided as part of the contract. The proposer shall be capable of providing all hardware, software, and supporting services to accomplish this goal including the responsibility for the cost of communication. It is expected that the winning proposal will need remote access. Support will be required using a secure remote access method such as a hardware virtual private network (VPN) to protect DOC internal network. 4.9 System Software - DCC-MC currently functions on a Windows XP SP3 desktop platform. The proposed solution must function on Windows XP SP3 and Windows 7 Desktop Operating Systems, and Microsoft Internet Explorer 7 and 8. Any solution must address integration with the current platform. The proposed solution must be able to function in a TCP/IP based network without the requirement for additional protocols, i.e., IPX/SPX, AppleTalk. The proposed solution shall limit the requirement for additional files or applications to be stored on the Windows workstation. Ideally, no files or applications shall be required on the workstation. Proposer must identify in detail any files required to be installed or temporarily stored on the end user workstation. The proposed solution shall minimize reliance on third-party software applications, such as office automation applications, image display tools, and graphics packages. The proposed solution must limit the requirement for users to have advanced administrative access to the desktops beyond that of User or Power User. The proposed solution shall limit special network routing and post requirements for a desktop systems. The proposed solution shall be compatible with DOC standard workstations and standard DOC image. The proposed solution shall allow for application level security, using Microsoft active directory. Any on-site (DOC hosted) server shall be based on Microsoft Windows 2003 and 2008 Enterprise Server Operating Systems (OS), and Microsoft IIS 6.0 or above. Proposer server specifications will need to be defined when submitting the proposal. Windows Server OS patching must be applied the same month that they are released from Microsoft. Servers must have up-to-date Anti-Virus software at all times. Proposer will need to define all system built in redundancy’s and recovery capabilities or expectations. Proposer will need to define backup data files and how often along with the applications response time for refreshing screens, running reports and obtaining data. Minimum system up-time of 98% per year is required for this contract. Failure to meet the required uptime will be cause for liquidated damages or contract cancellation. The proposer will also need to identify any browser plug-in’s, add-ons and active X components that must pass DOC Bureau of Technologies certification. Proposer shall identify and supply with the RFP response all software licenses that will be used for the system. The proposer shall provide a copy of all such proposed software license agreements that will fully reflect all terms and conditions relative to the use of such software. 4.10 GPS Tracking Device / Base Receiver – All equipment using RF and GPS tracking devices must be registered with the FCC and comply with all applicable FCC regulations. The proposer must supply the FCC Documentation with the proposal. A landline must be included in accordance with 2005 Wisconsin ACT 431. Both Active and Passive GPS tracking is required with maximum coverage available. Both GSM and CDMA technology is acceptable. On-board processing will track points when unit is out of GPS contact and will download data upon re-contact so that notification requirements are in compliance. Within RFP response, proposer will include the number of zones unit will be able to accommodate. System must immediately alert the department and the local law enforcement agency having jurisdiction over the exclusion or inclusion zone according to 2005 Wisconsin ACT 431 or other policies developed by the Department. Exclusion zones must be capable of a perimeter of 100 to 250 feet. DCC-MC shall have capability to establish and maintain all exclusion and inclusion zones. 4.11 Verification and System Acceptance Period 4.11.1 The Department requires a 90-calendar day verification and system acceptance period following installation. During this time the system shall operate in conformance with manufacturer’s published specifications, and shall maintain physical performance characteristics applicable to system components. The proposer will also need to provide frequency of system updates, sequence and extent to be included in the proposed price. 4.11.2 90-calendar day verification and system acceptance period shall be reinstated should any of the following occur: One major malfunction consisting of system shut down, partial or complete. Failure of an attendant workstation. Five (5) minor malfunctions not affecting service. 4.11.3 Should acceptable system effectiveness level not be achieved by the end of the 90-calendar day verification and system acceptance period, the Department has the option to either terminating the contract or reinstating the period. 4.11.3.1 The Department may require replacement of entire system or specific components at proposer’s expense. RFP: SN-2303 GPS Client Monitoring and Tracking Due: May 19, 2010 Page 17 of 41 4.11.3.2 The Department may reject the system by delivering written notice to proposer within five (5) business days following the 90-calendar day verification and system acceptance period. The proposer shall be responsible for all expenses incurred. 4.11.4 Final acceptance of system shall occur following the 90-calendar day verification and system acceptance period. The Department shall verify system is 100% operational including: All hardware components have power and are operating correctly. All operating system software is operating correctly. All applications and functions are executing correctly. All system users are able to access and execute all applications and functions for which they are authorized. 5.0 GENERAL PROPOSAL REQUIREMENTS Section 5.0 and 6.0 of this RFP presents a series of issues to be addressed by the proposer. It is the responsibility of the proposer to completely describe and discuss in their proposal each section, the implementation plan that incorporates training, product manufacturing and distribution, initial process, ongoing process improvements, and methods for both initial and ongoing success of the program. Failure of the proposer to respond to a requirement in Section 5.0 or 6.0 in a responsible, responsive manner may be a reason for disqualification. The Department is seeking proposals that also employ a system which will support Radio Frequency monitoring, Remote Alcohol monitoring GPS client tracking/monitoring capabilities including Active, Passive and On-Demand GPS monitoring. The system will be a Host System located on-site in Madison Wisconsin. All alert, alarms or indicators must be transmitted, in accordance with Wisconsin Act 431 (Exhibit H) and other policies developed by the Department. The Department is looking to the proposers, as experts in this technology, to propose deployment solutions that cover all geographical areas within the state. 5.1 Company Profile 5.1.1 5.1.2 5.1.3 5.1.4 Proposer shall provide a description of services and activities as they relate to correctional services and products. Indicate number of employees, location of major offices and other facilities that relate directly to the proposer's performance under terms of this RFP. Proposer shall provide infrastructure and agreements currently in place to include, but not limited to, telephone and paging companies. Proposer shall include product literature that relates to the service and products specified in this RFP. 5.2 Organization Capabilities 5.2.1 5.2.2 5.2.3 5.2.4 5.2.5 Describe the experience and capabilities of the proposer in providing similar services to those required. Be specific and identify projects, locations, dates, and results. Provide examples of the system you are offering that have been deployed and manage one thousand five hundred or more clients. Describe the business and financial relationship between the proposer and any other organizations providing services under this proposal. This includes any sub-contractors, business partners, consortium arrangements, or any other contractual obligations between the proposer and any other business to provide any services under this proposal. Be specific, particularly concerning financial relationships, implementation responsibilities, project coordination, etc. Clearly designate the primary contractor. Describe any business and financial relationship between the proposer and any other organizations providing optional services available to the Department such as, but not limited to, victim or other crime tracking organizations. Provide a statement defining your organizations commitment to maintaining state of the art equipment, technology, and security for customers. Include goals for investing in research and a history of the organization or staff contributions to the advancement of technology. 5.3 Staff Qualifications RFP: SN-2303 GPS Client Monitoring and Tracking Due: May 19, 2010 Page 18 of 41 5.3.1 Provide resumes describing the educational and work experiences for each of the key staff, who will be assigned to the DCC-MC as account representatives, project managers and support personnel. Provide specific information on the proposed role of each of these individuals. 5.3.2 If different staff will be assigned to different areas of the proposal, include resumes on all individuals, by operational area being proposed. 5.3.3 Proposer must have a minimum of 5 years experience in monitoring criminal justice clients 5.3.4 Proposer must have a minimum of 3 year experience with global positioning tracking systems. 5.4 Proposer References 5.4.1 Please provide a list of all clients/buyers/organizations, referencing work performed in the area of service(s) related to this proposal. Include a brief description of the assignment or project that was the basis of the business relationship. Select organizations that most closely emulate this proposal. 5.5 Independent Certification 5.5.1 The proposer and manufacturing partner(s) must have quality systems and standards in place that meet the quality system standards of ISO 9001:2000. Proposers are to provide a copy of certification or Documentation showing pursuit of certification, as applicable. 5.6 Organization Information: 5.6.1 Financial Data - In order to determine the proposer's financial ability to perform the requirements of this RFP, the Department requires audited financial statements for the proposer's latest audit period. Latest completed financial statements for the past 3 years must be submitted with proposal response with a signed statement from the company President or CEO stating that the proposer follows all state and federal guidelines for acceptable accounting principles. Financial information must include, but is not limited to, a balance sheet, profit and loss, cash flow, and owner’s equity or capital. The financial statement will be reviewed for financial stability. If the proposer is a subsidiary of another corporation, the financial statements of the proposer and consolidated financial statements of the parent company shall be submitted. These statements shall be prepared in accordance with generally accepted accounting principals and must have been audited by a certified public accountant licensed to do business in the state in which the bidder's principal of business is located. 5.6.2 Provide a letter of creditworthiness from each financial institution for which proposer is presently doing businesses. 5.6.3 Please include a Dunn and Bradstreet rating, if available, and the Federal Employer ID number. 5.6.4 Terminated and Expired Contracts - Please provide a listing of terminated and expired contracts for Electronic Monitoring Systems during the past three years. Include the dates of the contracts and the name of agencies contracted with including the name, address and telephone number of the agency contact person. Specify reason for termination of each contract. 5.6.5 Litigation - Please include with the proposer's proposal information concerning any judgments entered or currently in process relating to its or any of its subcontractors, electronic monitoring systems or service activities 6.0 TECHNICAL REQUIREMENTS Provide a point-by-point response to each and every technical requirement specified in this RFP. Responses to technical requirements must be as indicated in Section 2.4, Proposal Organization and Format. Responses must indicate that either proposer's proposal "does comply" with specifications or that it "does not comply." A succinct explanation of how each requirement can be met or cannot be met must be included. RFP: SN-2303 GPS Client Monitoring and Tracking Due: May 19, 2010 Page 19 of 41 6.1 Support Services The DCC-MC requires specific support services from the successful provider. Please describe how you will document, verify and report on meeting set performance measures on the following services. Liquidated damages (8.1) will be assessed for failure to meet the requirements in Sections 4.0, 5.0 and 6.0: 6.1.1 Describe your plan for installation, implementation, and maintenance of Host Monitoring System. Provide a timeline for installation and implementation of software. Include how testing of system will be completed and documented. Explain how maintenance of system will be managed. Show how trouble reporting/resolution will be handled. 6.1.2 Describe your ability to support services to the Department should the DCC-MC system become compromised. 6.1.3 Training Requirements Detail the method and timeframe for training to meet required schedule. Describe the training program as it relates to both the central system operators and field personnel. Detail the types of operations and field system trouble-shooting orientation that will be included to help define system problems. Please describe provisions for ongoing education throughout the term of the contract including online training opportunities and training for equipment or system updates. Detail any other instructional material provided for field equipment, training, user and technical manuals. Address the media used for the instructional material and duplication rights. 6.1.4 Describe your plan for installation, implementation, and maintenance of GPS devices along with some recent examples where and how rollout occurred. Detail how/where resources will be located in Wisconsin Explain how work orders will be distributed to various resource locations Provide a timeline for installation and implementation of equipment. Explain how replacement of equipment will be managed and what your recovery procedures will be used. Devices will have a 72hr return policy after termination of the device. Show how trouble reporting/resolution will be handled. Describe how you will audit and correct billing errors. Describe how you will meet the maximum 2% out of box failure rate on all equipment. Describe your systems ease of developing and customizing reports. Supervisory staff and one line staff will be conveyed to a site that already uses the proposed host system for direct training on the system with in one month of installation. 6.1.5 Describe your plan for installation, implementation, and maintenance of Radio Frequency (RF) devices. 6.1.6 Describe your plan for installation, implementation, and maintenance of Alcohol Sensing. 6.1.7 Provide two examples where you have had installs and implementations for a similar size operation. NOTE: The field staff will be doing install for radio frequency devices and performing alcohol sensing. 6.2 Spare Parts, Tools, Consumable Supplies, Inventory and Services. 6.2.1 Give an explanation on how you will manage the inventory detailed herein and the location(s) where the 15% back-up/replacement inventory will be held. 6.2.2 Describe your policy regarding assumption of responsibility for all costs associated with damaged, lost or stolen equipment and prosecution for stolen or damaged equipment. RFP: SN-2303 GPS Client Monitoring and Tracking 6.3 6.4 Billing Services 6.3.1 Please describe how billing detail will be provided.(See section 5.8) 6.3.2 Illustrate how inventory equipment will be electronically managed, dispersed and tracked. Include what electronic media will be used and the reporting timeframes. Warranties & Manual 6.4.1 6.5 6.6 Due: May 19, 2010 Page 20 of 41 Please provide examples of field equipment, central system and software, warranties, user manuals such as maintenance agreements. Monitoring Host System. 6.5.1 Describe how the central system offered accomplishes the Monitoring task. Include in your discussion the systems monitoring capacity, its ability to expand, and any geographical, physical, or technical limitations of the equipment. 6.5.2 Will the proposed system integrate with or replace the Agency's existing system? 6.5.3 Please describe how existing data will be migrated into a new system. 6.5.4 Describe the communication medium(s) that the host system uses to communicate with field equipment and vice versa. Who is responsible for the cost of communication? 6.5.5 Please describe your systems provision for security, integrity, redundancy, and disaster recovery. 6.5.6 What equipment, peripherals, communication technology, or support will be provided to make the host system functional and capable of meeting specifications? 6.5.7 What equipment and peripherals, communication technology, or support will DCC-MC need to provide? 6.5.8 What are the proposer's provisions for system upgrades including frequency and management of upgrades to maintain the system at state of the art? 6.5.9 What tasks will your system allow DCC-MC monitoring staff to perform. Are there provisions to lock out certain staff until they have been trained. 6.5.10 What kind of support for host system will the proposer provide? What are your procedures for resolving hardware and software problems? Please describe your standard response time during and after normal business hours. Describe the kind of support, who will provide it and relevant timeframes. 6.5.11 Describe provisions for central system data backup and archive. Please address the methodology, protocol, mechanisms, types of drives, storage devices/protocols and what type of, and when backups will be employed. 6.5.12 How much historical data is available on line? Describe your process for retrieving archived data. 6.5.13 Describe your training program including how and where the training is done. What training is provided for system upgrades? 6.5.14 How and in what time frame will a host system switch-out take place? Monitoring Host System Software Please describe your host system software including the points noted below: 6.6.1 Please indicate whether the messaging system can accommodate Exchange 2007 and desktop outlook 2003. 6.6.2 Describe how the host system software works and what it is designed to do. Include in the description what information it collects, processes, stores and how it manages current and previous electronic monitoring information. 6.6.3 Does the software allow for DCC-MC entry, viewing and updating of specific procedures attached to clients, officers or other entities that may supervise the client? 6.6.4 What types of violations, events, alerts or information (i.e., curfew violations, tampers etc.) does the software record and report? How long does it take from the inception of an event to report to an operator? 6.6.5 What steps must an operator take to resolve an Alert? RFP: SN-2303 GPS Client Monitoring and Tracking 6.7 Due: May 19, 2010 Page 21 of 41 6.6.6 Please describe how the central system records the dates and time of all messages that are received at the central monitoring computer. 6.6.7 How are schedules or rules assigned to clients? In the answer please address what types of schedules are available, who can enter them, where the information is stored, and how many schedules can be assigned to a particular client. 6.6.8 How does the software determine that a field system is installed at an appropriate location and is in operational condition? Include how and when this takes place, and what happens if there are problems. Please describe any diagnostic capabilities of the software. 6.6.9 Please describe what security options are available through the software for access protection at both local and remote terminals. 6.6.10 What type of telephone systems is this software capable of working with? (I.e., this Agency currently uses analog lines with standard 105V 20HZ ringing system). 6.6.11 How does the central host software relay reports to field offices and officers throughout the DCC-MC? Does the reporting system relay information automatically or does it have the option of being invoked by an operator? Is the system capable of sending multiple reports by different media to different locations? 6.6.12 What diagnostic features does the system have that report to the proposer and the DCC-MC, server problems or system problem? 6.6.13 Please describe the system's ability to provide remote web access or a dial-up interface for those not connected to the state network and an interface for field workstations, through the Agency's WAN to enroll, schedule and communicate about clients. 6.6.14 Please describe what steps will be taken integrate the proposer's system and the DOC WAN. 6.6.15 How and in what time frame will switch-out from present software take place? Home Monitoring Receivers 6.7.1 Describe the receiver used for detecting client's transmitters. Please address range settings, if they are variable and whether the range setting is adjustable by an agency operator through the central host system. 6.7.2 Please describe installation process. Include general length of time for installation, and descriptions of feedback at the time of installation which demonstrate that it has been successfully installed 6.7.3 How does the receiver indicate to the client that it is using the telephone line or needs to use the telephone line? What is the length of time before the line is usable? 6.7.4 Does the receiver use existing standard home telephone equipment (i.e., rotary, standard pulse or touchtone telephone with a RJ 11-C modular connector, cable based telephone) for transmission of its signals to a host system? Please describe any other methodology the proposer may use. 6.7.5 Are there any internal diagnostics the receiver is capable of performing to detect problems, and complete functionality? If there are problems, how and when are they reported to the host system? 6.7.6 Completely describe the sequence of events should the telephone or the receiver becomes disconnected from the telephone line or electric power or if host system is unable to receive messages. 6.7.7 How does the receiver send, store and time stamp events or alerts (i.e., any loss of power, phone interruption, tamper violation or for any other violation or anomaly)? 6.7.8 Is the receiver matched to a particular transmitter? 6.7.9 Is an agency operator able to change the pairing during installation? 6.7.10 Is the receiver able to detect and report multiple transmitters that are within its range? 6.7.11 Please describe violations, events, alerts or information that the receiver is capable of detecting and reporting. Include the approximate time it takes to report an event after its occurrence. 6.7.12 Are there any time frames or conditions in which an event could occur and the system will not report its occurrence 6.7.13 Is the telephone number used by the receiver, to call the server, re-programmable by Agency staff? 6.7.14 What percentage of backup inventory will you provide the DCC-MC at no cost? RFP: SN-2303 GPS Client Monitoring and Tracking 6.7.15 6.8 6.9 Due: May 19, 2010 Page 22 of 41 How and in what timeframe will equipment switch-outs take place? Field Monitoring Transmitters 6.8.1 Please describe the transmitter's operating characteristics and specifications. Include frequency of signal emission, tamper detection technology, replacement procedures, reset from tamper procedures, transmitter signal range and whether the range is variable and can be reset by Agency operators. 6.8.2 Please describe installation procedure. Specify how and where the association of transmitter and receiver are handled. Can the transmitter be paired to any field monitor receiver unit and is it capable of being associated with more than one receiver? 6.8.3 Describe how long a transmitter battery keeps it’s power and the procedure and cost for replacing the battery. 6.8.4 Is the transmitter able to send a low power signal? What is the length of time prior to the depletion of power that a low power signal will be received? 6.8.5 Describe the procedure and associated costs when the power has been depleted. 6.8.6 Please describe the consumable supplies that support the transmitter. What provisions are made for resupply and who bears the cost? 6.8.7 Will a transmitter indicate that it has been tampered with while out of range of the receiver? Will it report the type and time of tamper? 6.8.8 How and in what time frame will equipment switch-outs take place? 6.8.9 Proposers product or device for GPS applications shall have alert alternatives for clients that are disabled. Please provide two examples where your company has provided this type of unique services . Portable Field Tracking Devices 6.9.1 Describe the hand held monitoring receivers, which can be carried, or used in an automobile to detect and identify clients in near proximity who are wearing a transmitter for RF monitoring or GPS monitoring. Please include range, how many clients it can distinguish in one location, how many identification or events it can store. 6.9.2 Please specify the length of time a hand held monitoring unit is able to operate on battery power and whether it is capable of operating with a 12-volt car adapter in a care. 6.9.3 Describe the transmitter conditions a hand held monitoring unit is able to detect and record. 6.9.4 Proposers product or device for GPS applications shall have alert alternatives for clients that are disabled. Please provide two examples where your company has provided this type of unique services 6.10 Remote Alcohol Testing Device Requirements 6.10.1 Describe the characteristics of the alcohol monitoring device or system. 6.10.2 Please describe the installation process. Include general length of time it takes to install the device and the feedback at the time of installation, which demonstrate that it has been successfully installed. 6.10.3 Please discuss how the device will integrate with Active RF Monitoring System and/or GPS monitoring system. 6.10.4 Describe the type of technology the device uses for the alcohol sensor. 6.10.5 Please specify the minimum level of alcohol the device will detect and whether the results are provided as numerical quantification or Pass/Fail. 6.10.6 Please specify if and when a device needs recalibration and who must do the recalibration. 6.10.7 Describe any anti-tamper technology and biometric identification mechanisms used to ensure proper identity of client being tested for alcohol usage. 6.10.8 How are alcohol test schedules assigned to clients? What types of schedules are available, who can enter them, where is the information stored, and how many schedules can a particular client have? 6.10.9 Describe what constitutes a test failure. How are the results reported? RFP: SN-2303 GPS Client Monitoring and Tracking Due: May 19, 2010 Page 23 of 41 6.10.10 Please describe how the alcohol device indicates to the client that it is using the telephone line or needs to use the telephone line. 6.10.11 Are there any internal diagnostics the device is capable of performing to detect problems and complete functionality? If there are problems, how and when are they reported to the host system? 6.10.12 Completely describe the sequence of events if the telephone or the alcohol device becomes disconnected from power telephone or host system is unable to receive messages. 6.10.13 How does the device store, send and time stamp any loss of power, phone interruption, tamper violation or for any other violation or anomaly. (i.e., any loss of power, phone interruption) 6.10.14 Does the device use existing standard home telephone equipment (i.e., rotary, standard pulse or touch-tone telephone, with a RJ 11-C modular connector, cable telephone) for transmission of its signal to a host system? If the proposer uses any other methodology, please describe. 6.10.15 Is the telephone number used by the device to call the server re-programmable by Agency staff? 6.10.16 Please describe the devices power sources. 6.10.17 Please describe what happens if power is cut to the alcohol device. 6.10.18 Specify how many events may be stored and how long the alcohol device will function after a power outage or on battery power. 6.10.19 Please indicate whether the remote alcohol system information is generally accepted as evidence in court proceedings. 6.10.20 How and in what time frame will equipment switch-outs take place? 6.10.21 Proposers product or device for GPS applications shall have alert alternatives for clients that are disabled. Please provide two examples where your company has provided this type of unique services 6.11 Access to System Information and Reports 6.11.1 Please describe the host system's ability to collect, store, produce and disseminate standard electronic monitoring reports. The description should address individual alert reports, shift, daily, weekly, quarterly, semi-annual and annual reports statistical and ordinal. 6.11.2 Please list and describe all reports available to Agency staff. Please be sure to address host system condition reports, population/client reports, staff performance reports, inventory reports, agency usage reports and any other reports germane to the system or electronic monitoring. 6.11.3 Please describe how Agency staff will access and produce reports and the time frames in which they will be available. 6.11.4 Will the DCC-MC have access to all data generated by the monitoring system about Agency staff, clients, and system condition? 6.11.5 Will the system include a report writer for creating ad hoc reports? What training will the proposer provide to Agency staff in the operation of the report writer programs that are provided with the system? Will staff be able to use generally available programs like MS Access and MS Excel manipulate system data? 6.11.6 Please describe the proposer's policies regarding collaboration with Agency staff in the creation, formation, and production of reports necessary for the operation and management of the Electronic Monitoring Center. 6.12 Global Position Satellite Monitoring Please refer to the appropriate sections covering the conventional radio frequency active monitoring system sections within the RFP. In addition to the following, the proposer must address each issue or question raised in radio frequency monitoring as it relates to a GPS Tracking system unless the question or issue is address elsewhere within the RFP submittal. Please pay particular attention to section 6.0 regarding Host System and System Software and Interface. 6.12.1 Describe how the system offered accomplishes the monitoring task. Include in your discussion the systems monitoring capacity, its ability to expand, and any geographical, physical, or technical concepts and limitations of the equipment. In addition to a written description please provide graphical representations of the system and the tolerance metrics for the accuracy of your GPS system. RFP: SN-2303 GPS Client Monitoring and Tracking Due: May 19, 2010 Page 24 of 41 6.12.2 How will the proposer's GPS Tracking system integrate with the “Command Post” model of operation employed by the DCC-MC and combine with any conventional active electronic monitoring system used by the DCC-MC or offered by proposer? 6.12.3 Provide a description of how the GPS Tracking system will map and report to the DCC-MC’s PC based workstation the position and travel patterns and violations of clients throughout Wisconsin. 6.12.4 Illustrate how alert information will be conveyed and presented to DCC-MC, field agents and local law enforcement to include immediate notification of inclusion/exclusion zones. Regardless of alert method provided, it is the DCC-MC’s preference to have an alert queue for presentation for processing to DCC-MC operators. 6.12.5 Please describe the communication infrastructure the GPS Tracking system uses, its impact upon reliability and cost. 6.12.6 Provide a description of how the DCC-MC will create, modify and monitor predetermined schedules for clients to engage in approved activities 24 hours a day 7 days per week. 6.12.7 Provide a description of how the DCC-MC will create, modify and monitor compliance with approved and disapproved locations (inclusion and exclusion zones respectively). 6.12.8 Provide the maximum number and size of inclusion and exclusion zones for any client. 6.12.9 Describe all alerts the system is capable of generating, methods of alert notification and time frames should an client tamper with the equipment or violate any conditions. The description should include how alert notification will integrate with the “Command Post” model of operation employed by the DCC-MC. 6.12.10 Describe how the DCC-MC will be notified of (and provide minimum time frames for) any event, naturally occurring, or man made which may cause disruption of system function and renders the GPS system incapable of fulfilling the requirements 6.12.11 Describe how the DCC-MC will access current and historical information regarding any movements, tampers, violation of schedules, inclusion and exclusion zones. 6.12.12 Describe provisions for system data backup, restore, archive and retrieval. Please address the methodology, protocol, mechanisms, types of drives, and what type of, backups will be employed and when. 6.12.13 How much historical data is available on line? 6.12.14 Describe the process for retrieving archived data. 6.12.15 Describe the database platform; if proposer offers in-house server, the preferred technology is Microsoft SQL server. 6.12.16 Describe how the DCC-MC will access and modify information related to system data, enrollment, deletion and procedures to include but not limited to: client information, equipment information, agent information, and agency information. 6.12.17 What are the provisions for system upgrades including frequency and management of upgrades to maintain the system at state of the art? Additionally, please discuss your adaptation of new technologies (i.e. 4G, TV signals, RFID, etc. 6.12.18 Will the system use landlines and function as a conventional Home Monitoring Device while in the client’s residence. 6.13 GPS System Software/Interface (please revisit Section 6.6) It is expected that the GPS software interface will integrate with Active Radio Frequency Interface however there maybe specific differences for GPS and those differences are to be discussed here. 6.13.1 The Department of Corrections is responsible for providing information regarding the inclusion and exclusion zones for clients. Discuss the methods used to construct zones and whether the system is capable of constructing travel corridors and polygons. Discuss how the system allows the DCC-MC to develop, manage and maintain inclusion and exclusion zones. 6.13.2 Please indicate minimum effective sizes of inclusion and exclusion zones. Include the maximum number of inclusion/exclusion zone capabilities per client. RFP: SN-2303 GPS Client Monitoring and Tracking Due: May 19, 2010 Page 25 of 41 6.13.3 Describe alerts the system is capable of generating, methods of alternate notification and time frames. The description shall include how alert notification will integrate with the “Command Post” model of operation. Include the approximate time it takes to report an event after its occurrence. 6.13.4 Please explain the software scheduling capabilities 6.13.5 What provision does the system have to ensure the hardware is installed properly? 6.13.6 Illustrate the software’s mapping capability including what mapping interface will be used and how often updates are offered. If there are any software add-ons needed to achieve full functionality of the mapping interface please illustrate in this section. 6.13.7 Describe system diagnostic features for reporting system problems to the proposer and the Department. 6.13.8 Explain the system's ability to provide an interface for those not connected to the state network to enroll, schedule and communicate about clients. 6.13.9 Describe the system's ability to provide an interface for field workstations, through the Agency's WAN to enroll, schedule and communicate about clients. 6.13.10 Please describe the host system's ability to collect, store, produce and disseminate standard reports to field offices, law enforcement and other DCC-MC sites. The description shall address individual alert reports, shift reports, daily/weekly/quarterly reports, semi-annual and annual reports.. 6.13.11 List and describe all reports available to DCC-MC staff. Please be sure to address host system condition reports, population/client reports, staff performance reports, inventory reports, agency usage reports and other ad hoc reporting capabilities. 6.14 Base Receiver / Charging Unit (please revisit Section 6.7) 6.14.1 Describe how the receiver is matched to the transmitter. Address range settings, if they are variable and whether the range setting is adjustable by an agency operator through the central host system. Please include in the description the type of antennae used, power sources used, length of time battery will hold a charge, how long battery will operate between charges, minimum daily charge time required, and the number of messages it is able to store in the case of loss of contact with host. 6.14.2 How does the receiver indicate to the client that it is using the telephone line or needs to use the telephone line? What is the length of time before the line is usable? 6.14.3 Please describe the internal diagnostics to detect problems and determine functionality. 6.14.4 Completely describe the sequence of events if the unit is unable to communicate with the host system. 6.14.5 Is the receiver able to detect and report multiple transmitters that are within its range? 6.14.6 Are there any time frames or conditions in which an event could occur and the system will not report its occurrence? 6.14.7 What is the length of time prior to the depletion of power when notification of a low power signal will be received? 6.15 Field Monitoring Transmitters (please revisit Section 6.8) 6.15.1 Please describe the transmitter's operating characteristics and specifications. Include frequency of signal emission; tamper detection technology, battery replacement procedures, reset from tamper options, transmitter signal range and options. 6.15.2 Please describe installation procedure. Specify how and where the association of transmitter, receiver, and GPS tracking unit are handled. 6.15.3 What is the length of time prior to the depletion of power when notification of a low power signal will be received? 6.16 Training Requirements-System/Administration Please describe your System/Administration training requirements including the points noted below: 6.16.1 Describe and provide timeframes for the training regime provided by the proposer to run and administer the hardware and software applications of the monitoring system. RFP: SN-2303 GPS Client Monitoring and Tracking 6.16.2 Due: May 19, 2010 Page 26 of 41 Detail the types of operations and field system trouble-shooting orientation that will be included to help define system problems should they occur. 6.17 Training Requirements-Field Monitoring Please describe your Field Monitoring training requirements including the points noted below: 6.17.1 Describe and provide timeframes for the training of staff to run and administer the hardware and software applications of the monitoring system. 6.17.2 Detail the regime and timeframes of training for all agency staff involved in the electronic supervision project. Describe the training program as it relates to central system operators and field personnel. 6.17.3 Please describe provisions for ongoing education throughout the term of the contract, including the costs for any training beyond what is contained in this proposal. 6.17.4 Detail any other instructional material the proposer may provide for the installation of field equipment, training, user and technical manuals for field equipment and monitoring operations. Address the form and media used for the instructional material. 6.17.5 Please describe the duplication rights that will accrue to the DCC-MC in compliance with fair use provisions of federal copyright law. 6.17.6 How will user and training manual updates be made available? Will they be provided electronically by EMailed or accessible to DCC-MC staff on the proposer's web site? 6.18 Spare Parts, Tools, Consumable Supplies, Inventory and Services. Please describe your policies including the points noted below: 7.0 6.18.1 What are the proposer's policies regarding the provision and cost of, all supplies and tools (i.e., batteries, straps, latches, screws) necessary to install or maintain receivers, transmitters, alcohol detection devices GPS devices central system components during the entire term of the contract. Address questions such as, who will be responsible for shipping cost, who will bear replacement cost for inventory, supplies, maintenance service and tools. 6.18.2 Please describe the procedure and timeframes for ordering and receiving requested materials? 6.18.3 Describe your policies regarding assumption of responsibility for all costs associated with damaged, lost or stolen equipment and prosecution for stolen or damaged equipment. 6.18.4 Please describe the proposer's policy with regard to who bears the cost of service calls, repairs, maintenance, and related costs. 6.18.5 Please describe the proposer's policies regarding the number of units in addition to active units that will be kept at no charge by the DCC-MC and supply levels maintained by the user. COST PROPOSAL 7.1 General instructions on preparing the cost proposal The cost proposal must be submitted in a separate envelope with the written proposal. Use the attached Cost Sheet (Exhibit C) for the cost proposal submittal. The cost proposal will be scored using a standard quantitative calculation where the most points will be awarded to the proposal with the lowest cost. Other cost proposals will receive prorated scores based on the proportion that the cost varies from the lowest cost. Quantities identified in the cost portion of this RFP are for proposal cost evaluation purposes only. The Department retains the right to adjust unit quantities during the contract period according to actual need. 7.2 Format for submitting cost proposals 7.2.1 As mentioned in the introduction the State desires to procure, through a leasing process, a cost effective and state of the art GPS electronic monitoring system. RFP: SN-2303 GPS Client Monitoring and Tracking Due: May 19, 2010 Page 27 of 41 7.2.2 Proposers daily lease price shall include the central system service and backup, software, upgrades, peripherals, installation, training, GPS Tracking service and all devices to provide and implement a complete functioning host monitoring system in Madison, Wisconsin as stipulated by the DOC. 7.2.2.1 Proposers shall propose quantity level pricing. For proposal purposes the estimated number of clients on GPS monitoring will be: 330 by July 1, 2010, 400 by December, 500 by June 30, 2011. These quantities are projected quantities and are not guaranteed. For purposes of the RFP response the breakdown of GPS devices will be 90% Active and 10% Passive units. The device rental rate change will be implemented at the time the new level of devices are operating, no matter the time period. 7.2.2.3 Proposers shall propose a monthly lease price for 125 Portable Field Tracking Devices (Hand Held Scanners) The lease price for all units shall include all maintenance, repairs, consumables, etc. as noted in Section 5.0 above. 7.3 Only proposals that meet the mandatory requirements and have received 600 points or greater, for the General and Technical requirements, will have the cost proposal scored. A proposal that receives less than a Grand Total 750 points will not be eligible for further consideration. 7.4 Fixed price period All prices, costs, and conditions outlined in the proposal should remain fixed and valid for the initial contract term. 7.5 8.0 The RFP evaluation team reserves the right to adjust their score sheet based on the field testing results. SPECIAL CONTRACT TERMS AND CONDITIONS 8.1 Liquidated damages The contractor acknowledges that damages will be incurred by the agency, in an amount determined by the Department. The contractor agrees that the Department should 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. Liquidated damages will be applied for failure to meet standards in each of the following areas: (a) System installation and implementation delay will be assessed at $2,500 per day (b) Training, both for central system and field monitoring equipment delay will be assessed at $2,500 per day. (c) GPS equipment installation and implementation delay will be assessed at $200 per day/per unit. (d) Replacement of damaged, defective or questionable field equipment delay will be assessed at $200 per day/per unit. (e) Trouble reporting and resolution delay will be assessed according to rates noted above. (f) Out of box failure rate will be assessed at $200 per unit/per day until properly working unit is received at appropriate location (g) System Software downtime will be assessed at $10 per hour/per client on GPS monitoring. 8.2 Prime contractor 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 proposer must clearly explain their participation. No subcontractor may be utilized by the contractor without the written prior approval of the Department. The Department must approve or disapprove the use of all direct service personnel of the prime contractor and any subcontractors that may be relevant. A list of all subcontractors that proposer will use must be submitted with this proposal. 8.3 Minority business subcontractors RFP: SN-2303 GPS Client Monitoring and Tracking Due: May 19, 2010 Page 28 of 41 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. 15.107(2), 16.75(4), 16.75(5) and 560.036(2), Wisconsin Statutes. The contracting agency is committed to the promotion of minority business in the state's purchasing program. The State of Wisconsin policy provides that minority-owned business enterprises certified by the Wisconsin Department of Commerce, Bureau of Minority Business Development should have the maximum opportunity to participate in the performance of its contracts. The supplier/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 agreement, with a goal of awarding at least 5% of the contract price to such enterprises. The supplier/contractor shall furnish appropriate quarterly information about its effort to achieve this goal, including the identities of such enterprises certified by the Wisconsin Department of Commerce and their contract amount. A listing of certified minority businesses, as well as the services and commodities they provide, is available from the Department of Administration, Office of the Minority Business Program, 608/267-7806. The listing is published on the Internet at: http://www.doa.state.wi.us/deo/mbe/minority_search.asp 8.4 Termination 8.4.1 Failure of the DOC to comply with the Contract should provide the sole cause for which the Contractor is entitled to terminate the Contract. The Contractor should notify the DOC in writing within thirty (30) days after the Contractor becomes aware of the alleged noncompliance with a complete description of the same. If the DOC does not, within sixty (60) days after its receipt of the Contractor’s notice, either (i) effect a cure or (ii) if the noncompliance is not one that can reasonably be cured within sixty (60) days, develop a plan to cure the noncompliance and diligently proceed according to that plan until a cure is effected, then the Contractor may terminate this Agreement for cause by providing one hundred twenty (120) day written notice to the DOC. Thus, if the DOC is not in compliance with the Contract and fails to cure such noncompliance, the Contractor may terminate this Contract, at the earliest, one hundred eighty-one (181) days after the DOC first receives the Contractor’s notice of noncompliance. The Contractor may not terminate this Agreement without cause unless express written consent to do so is provided by DCC-MC. 8.4.2 The DOC may terminate this Contract at any time, with or without cause, and without penalty by delivering thirty (30) days’ written notice to the Contractor. The DOC reserves the right to cancel any contract in whole or in part without penalty due to non-appropriation of funds. 8.4.3 In the event that the Contract is terminated for any reason whatsoever, the DOCs liability should be limited to the pro rata cost of the Contractor services and/or deliverables approved and satisfactorily provided as of the effective date of termination and the Contractor will refund to the DOC, within fourteen (14) days of the effective date of termination, all payments made hereunder by the DOC to the Contractor for the Contractor services and/or deliverables not completed or not accepted by the DOC. 8.4.4 The rights and remedies of the DOC provided in this Section should not be exclusive but are in addition to any other rights and remedies provided by law or under this Contract. 8.4.5 Upon termination or expiration of this Contract, each party should forthwith return to the other all papers, materials, and other properties of the other, held by each for purposes of execution of this Contract; provided, however, the DOC should be entitled to retain a copy of any completed or partially completed deliverables, as well as any other project records the DOC is required to retain under the State of Wisconsin’s records retention requirements. 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-disrupted business continuation of each party. The DOC should be entitled to recover all costs including, without limitation, the DOC’s own administrative costs, related to obtaining and providing replacement services and/or deliverables which could not be provided or completed due to either Contractor’s termination of the Contract for any reason prior to the expiration of the original or, if applicable, extended Contract term or the DOC’s termination of RFP: SN-2303 GPS Client Monitoring and Tracking Due: May 19, 2010 Page 29 of 41 the Contract due to Contractor’s failure to comply with the Contract. The rights and remedies of the DOC provided herein should not be exclusive but are in addition to any other rights and remedies provided by law or elsewhere in the Contract. 8.5 Executed contract to constitute entire agreement In the event of contract award, the definitive contract will constitute the entire agreement of the parties and will supersede any representations, commitments, conditions, or agreements made orally or in writing prior to execution of the contract. The following priority for contract documents will be used if there are conflicts or disputes. State of Wisconsin standard terms and conditions Final Signed Contract including amendments Official State of Wisconsin Purchase Order Proposer’s written bid document State of Wisconsin Request for Proposal, including any amendments; Other exhibits/attachments 8.6 Certification for Collection of Sales and Use Tax The State of Wisconsin shall not enter into a contract with a proposer, and reserves the right to cancel any existing contract, if the proposer 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. Regardless of dollar amount, the agency will not enter into any contract or order for the purchase of materials, supplies, equipment or contractual services with proposers or their affiliates who are not registered, collecting and remitting Wisconsin sales or use tax on sales of tangible personal property or taxable services in Wisconsin. 8.7 Insurance Responsibility (This section supersedes Section 23 of the Standard Terms and Conditions DOA-3054) The contractor shall: Maintain worker's compensation insurance as required by Wisconsin Statutes, for all employees engaged in the work. Maintain commercial liability, bodily injury and property damage insurance against any claim(s) which might occur in carrying out this agreement/contract. Minimum coverage shall be five million dollars ($5,000,000) liability for bodily injury and property damage including products liability and completed operations. Provide motor vehicle insurance for all owned, non-owned and hired vehicles that are used in carrying out this contract. Minimum coverage shall be one million dollars ($1,000,000) per occurrence combined single limit for automobile liability and property damage. A copy of the insurance policy must be included with the RFP response and submitted annually. The Contractor shall have added the “Department of Corrections” as an additional insured under the commercial general, automobile and Contractor’s liability policies on any insurance certificate provided. 8.8 Hold Harmless The contractor will indemnify and save harmless the State of Wisconsin and all of its officers, agents and employees from all suits, actions, or claims of any character brought for or on account of any injuries or damages received by any persons or property resulting from the operations of the contractor, or of any of its contractors, in prosecuting work under this agreement. 8.9 Third Party Crime Coverage for Employees The contractor must provide third party crime coverage for all employees who will enter private residences with limits not less than $10,000. RFP: SN-2303 GPS Client Monitoring and Tracking Due: May 19, 2010 Page 30 of 41 A copy of the insurance policy must be included with the RFP response. The Contractor shall have added the “Department of Corrections” as an additional insured under the commercial general, automobile and Contractor’s liability policies on any insurance certificate provided 9.0 STANDARD TERMS AND CONDITIONS, SUPPLEMENTAL TERMS AND CONDITIONS AND SOFTWARE RIDER The State of Wisconsin reserves the right to incorporate standard State contract provisions into any contract negotiated with any proposal submitted responding to this RFP (Standard Terms and Conditions (DOA-3054) and Supplemental Standard Terms and Conditions for Procurements for Services (DOA-3681) and attached Rider’s (Exhibits E-G). Failure of the successful proposer to accept these obligations in a contractual agreement may result in cancellation of the award. Wisconsin Department of Administration Chs. 16, 19, 51 DOA-3054 (R10/2005) Page 1 of 3 1.0 2.0 3.0 4.0 STANDARD TERMS AND CONDITIONS (REQUEST FOR BIDS / PROPOSALS) SPECIFICATIONS: The specifications in this request are the minimum acceptable. When specific manufacturer and model numbers are used, they are to establish a design, type of construction, quality, functional capability and/or performance level desired. When alternates are bid/proposed, they must be identified by manufacturer, stock number, and such other information necessary to establish equivalency. The State of Wisconsin shall be the sole judge of equivalency. Bidders/proposers are cautioned to avoid bidding alternates to the specifications which may result in rejection of their bid/proposal. DEVIATIONS AND EXCEPTIONS: Deviations and exceptions from original text, terms, conditions, or specifications shall be described fully, on the bidder's/proposer's letterhead, signed, and attached to the request. In the absence of such statement, the bid/proposal shall be accepted as in strict compliance with all terms, conditions, and specifications and the bidders/proposers shall be held liable. QUALITY: Unless otherwise indicated in the request, all material shall be first quality. Items which are used, demonstrators, obsolete, seconds, or which have been discontinued are unacceptable without prior written approval by the State of Wisconsin. DELIVERY: Deliveries shall be F.O.B. destination freight prepaid and included unless otherwise specified. 6.0 PRICING AND DISCOUNT: The State of Wisconsin qualifies for governmental discounts and its educational institutions also qualify for educational discounts. Unit prices shall reflect these discounts. 6.1 6.2 9.0 METHOD OF AWARD: Award shall be made to the lowest responsible, responsive bidder unless otherwise specified. 10.0 ORDERING: Purchase orders or releases via purchasing cards shall be placed directly to the contractor by an authorized agency. No other purchase orders are authorized. 11.0 PAYMENT TERMS AND INVOICING: The State of Wisconsin normally will pay properly submitted proposer invoices within thirty (30) days of receipt providing goods and/or services have been delivered, installed (if required), and accepted as specified. 6.3 Invoices presented for payment must be submitted in accordance with instructions contained on the purchase order including reference to purchase order number and submittal to the correct address for processing. A good faith dispute creates an exception to prompt payment. 12.0 Unit prices shown on the bid/proposal or contract shall be the price per unit of sale (e.g., gal., cs., doz., ea.) as stated on the request or contract. For any given item, the quantity multiplied by the unit price shall establish the extended price, the unit price shall govern in the bid/proposal evaluation and contract administration. Prices established in continuing agreements and term contracts may be lowered due to general market conditions, but prices shall not be subject to increase for ninety (90) calendar days from the date of award. Any increase proposed shall be submitted to the contracting agency thirty (30) calendar days before the proposed effective date of the price increase, and shall be limited to fully documented cost increases to the contractor which are demonstrated to be industrywide. The conditions under which price increases may be granted shall be expressed in bid/proposal documents and contracts or agreements. In determination of award, discounts for early payment will only be considered when all other conditions are equal and when payment terms allow at least fifteen (15) days, providing the discount terms are deemed favorable. All payment terms must allow the option of net thirty (30). UNFAIR SALES ACT: Prices quoted to the State of Wisconsin are not governed by the Unfair Sales Act. ACCEPTANCE-REJECTION: The State of Wisconsin reserves the right to accept or reject any or all bids/proposals, to waive any technicality in any bid/proposal submitted, and to accept any part of a bid/proposal as deemed to be in the best interests of the State of Wisconsin. Bids/proposals MUST be date and time stamped by the soliciting purchasing office on or before the date and time that the bid/proposal is due. Bids/proposals date and time stamped in another office will be rejected. Receipt of a bid/proposal by the mail system does not constitute receipt of a bid/proposal by the purchasing office. QUANTITIES: The quantities shown on this request are based on estimated needs. The state reserves the right to increase or decrease quantities to meet actual needs. 5.0 7.0 8.0 TAXES: The State of Wisconsin and its agencies are exempt from payment of all federal tax and Wisconsin state and local taxes on its purchases except Wisconsin excise taxes as described below. The State of Wisconsin, including all its agencies, is required to pay the Wisconsin excise or occupation tax on its purchase of beer, liquor, wine, cigarettes, tobacco products, motor vehicle fuel and general aviation fuel. However, it is exempt from payment of Wisconsin sales or use tax on its purchases. The State of Wisconsin may be subject to other states' taxes on its purchases in that state depending on the laws of that state. Contractors performing construction activities are required to pay state use tax on the cost of materials. 13.0 GUARANTEED DELIVERY: Failure of the contractor to adhere to delivery schedules as specified or to promptly replace rejected materials shall render the contractor liable for all costs in excess of the contract price when alternate procurement is necessary. Excess costs shall include the administrative costs. 14.0 ENTIRE AGREEMENT: These Standard Terms and Conditions shall apply to any contract or order awarded as a result of this request except where special requirements are stated elsewhere in the request; in such cases, the special requirements shall apply. Further, the written contract and/or order with referenced parts and attachments shall constitute the entire agreement and no other terms and conditions in any document, acceptance, or acknowledgment shall be effective or binding unless expressly agreed to in writing by the contracting authority. Wisconsin Department of Administration Chs. 16, 19, 51 DOA-3054 (R10/2005) Page 3 of 3 15.0 16.0 17.0 18.0 19.0 APPLICABLE LAW AND COMPLIANCE: This contract shall be governed under the laws of the State of Wisconsin. The contractor shall at all times comply with and observe all federal and state laws, local laws, ordinances, and regulations which are in effect during the period of this contract and which in any manner affect the work or its conduct. The State of Wisconsin reserves the right to cancel this contract if the contractor fails to follow the requirements of s. 77.66, Wis. Stats., and related statutes regarding certification for collection of sales and use tax. The State of Wisconsin also reserves the right to cancel this contract with any federally debarred contractor or a contractor that is presently identified on the list of parties excluded from federal procurement and non-procurement contracts. ANTITRUST ASSIGNMENT: The contractor and the State of Wisconsin recognize that in actual economic practice, overcharges resulting from antitrust violations are in fact usually borne by the State of Wisconsin (purchaser). Therefore, the contractor hereby assigns to the State of Wisconsin any and all claims for such overcharges as to goods, materials or services purchased in connection with this contract. ASSIGNMENT: No right or duty in whole or in part of the contractor under this contract may be assigned or delegated without the prior written consent of the State of Wisconsin. WORK CENTER CRITERIA: A work center must be certified under s. 16.752, Wis. Stats., and must ensure that when engaged in the production of materials, supplies or equipment or the performance of contractual services, not less than seventy-five percent (75%) of the total hours of direct labor are performed by severely handicapped individuals. 19.3 20.0 PATENT INFRINGEMENT: The contractor selling to the State of Wisconsin the articles described herein guarantees the articles were manufactured or produced in accordance with applicable federal labor laws. Further, that the sale or use of the articles described herein will not infringe any United States patent. The contractor covenants that it will at its own expense defend every suit which shall be brought against the State of Wisconsin (provided that such contractor is promptly notified of such suit, and all papers therein are delivered to it) for any alleged infringement of any patent by reason of the sale or use of such articles, and agrees that it will pay all costs, damages, and profits recoverable in any such suit. 21.0 SAFETY REQUIREMENTS: All materials, equipment, and supplies provided to the State of Wisconsin must comply fully with all safety requirements as set forth by the Wisconsin Administrative Code and all applicable OSHA Standards. 22.0 WARRANTY: Unless otherwise specifically stated by the bidder/proposer, equipment purchased as a result of this request shall be warranted against defects by the bidder/proposer for one (1) year from date of receipt. The equipment manufacturer's standard warranty shall apply as a minimum and must be honored by the contractor. 23.0 INSURANCE RESPONSIBILITY: The contractor performing services for the State of Wisconsin shall: NONDISCRIMINATION / AFFIRMATIVE ACTION: In connection with the performance of work under this contract, the contractor agrees not to discriminate against any employee or applicant for employment because of age, race, religion, color, handicap, sex, physical condition, developmental disability as defined in s. 51.01(5), Wis. Stats., sexual orientation as defined in s. 111.32(13m), Wis. Stats., or national origin. This provision shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. Except with respect to sexual orientation, the contractor further agrees to take affirmative action to ensure equal employment opportunities. 19.1 19.2 Contracts estimated to be over twenty-five thousand dollars ($25,000) require the submission of a written affirmative action plan by the contractor. An exemption occurs from this requirement if the contractor has a workforce of less than twenty-five (25) employees. Within fifteen (15) working days after the contract is awarded, the contractor must submit the plan to the contracting state agency for approval. Instructions on preparing the plan and technical assistance regarding this clause are available from the contracting state agency. The contractor agrees to post in conspicuous places, available for employees and applicants for employment, a notice to be provided by the contracting state agency that sets forth the provisions of the State of Wisconsin's nondiscrimination law. Failure to comply with the conditions of this clause may result in the contractor's becoming declared an "ineligible" contractor, termination of the contract, or withholding of payment. 23.1 Maintain worker's compensation insurance as required by Wisconsin Statutes, for all employees engaged in the work. 23.2 Maintain commercial liability, bodily injury and property damage insurance against any claim(s) which might occur in carrying out this agreement/contract. Minimum coverage shall be one million dollars ($1,000,000) liability for bodily injury and property damage including products liability and completed operations. Provide motor vehicle insurance for all owned, non-owned and hired vehicles that are used in carrying out this contract. Minimum coverage shall be one million dollars ($1,000,000) per occurrence combined single limit for automobile liability and property damage. 23.3 The state reserves the right to require higher or lower limits where warranted. 24.0 CANCELLATION: The State of Wisconsin reserves the right to cancel any contract in whole or in part without penalty due to nonappropriation of funds or for failure of the contractor to comply with terms, conditions, and specifications of this contract. 25.0 PROPOSER TAX DELINQUENCY: Proposers who have a delinquent Wisconsin tax liability may have their payments offset by the State of Wisconsin. 26.0 PUBLIC RECORDS ACCESS: It is the intention of the state to maintain an open and public process in the solicitation, submission, review, and approval of procurement activities. Wisconsin Department of Administration Chs. 16, 19, 51 DOA-3054 (R10/2005) Page 3 of 3 Bid/proposal openings are public unless otherwise specified. Records may not be available for public inspection prior to issuance of the notice of intent to award or the award of the contract. 27.0 32.0 HOLD HARMLESS: The contractor will indemnify and save harmless the State of Wisconsin and all of its officers, agents and employees from all suits, actions, or claims of any character brought for or on account of any injuries or damages received by any persons or property resulting from the operations of the contractor, or of any of its contractors, in prosecuting work under this agreement. 33.0 FOREIGN CORPORATION: A foreign corporation (any corporation other than a Wisconsin corporation) which becomes a party to this Agreement is required to conform to all the requirements of Chapter 180, Wis. Stats., relating to a foreign corporation and must possess a certificate of authority from the Wisconsin Department of Financial Institutions, unless the corporation is transacting business in interstate commerce or is otherwise exempt from the requirement of obtaining a certificate of authority. Any foreign corporation which desires to apply for a certificate of authority should contact the Department of Financial Institutions, Division of Corporation, P. O. Box 7846, Madison, WI 53707-7846; telephone (608) 261-7577. 34.0 WORK CENTER PROGRAM: The successful bidder/proposer shall agree to implement processes that allow the State agencies, including the University of Wisconsin System, to satisfy the State's obligation to purchase goods and services produced by work centers certified under the State Use Law, s.16.752, Wis. Stat. This shall result in requiring the successful bidder/proposer to include products provided by work centers in its catalog for State agencies and campuses or to block the sale of comparable items to State agencies and campuses. 35.0 FORCE MAJEURE: Neither party shall be in default by reason of any failure in performance of this Agreement in accordance with reasonable control and without fault or negligence on their part. Such causes may include, but are not restricted to, acts of nature or the public enemy, acts of the government in either its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes and unusually severe weather, but in every case the failure to perform such must be beyond the reasonable control and without the fault or negligence of the party. PROPRIETARY INFORMATION: Any restrictions on the use of data contained within a request, must be clearly stated in the bid/proposal itself. Proprietary information submitted in response to a request will be handled in accordance with applicable State of Wisconsin procurement regulations and the Wisconsin public records law. Proprietary restrictions normally are not accepted. However, when accepted, it is the proposer's responsibility to defend the determination in the event of an appeal or litigation. 28.0 made without prior written authorization of the contracting agency. 27.1 Data contained in a bid/proposal, all Documentation provided therein, and innovations developed as a result of the contracted commodities or services cannot be copyrighted or patented. All data, Documentation, and innovations become the property of the State of Wisconsin. 27.2 Any material submitted by the proposer in response to this request that the proposer considers confidential and proprietary information and which qualifies as a trade secret, as provided in s. 19.36(5), Wis. Stats., or material which can be kept confidential under the Wisconsin public records law, must be identified on a Designation of Confidential and Proprietary Information form (DOA-3027). Bidders/proposers may request the form if it is not part of the Request for Bid/Request for Proposal package. Bid/proposal prices cannot be held confidential. DISCLOSURE: If a state public official (s. 19.42, Wis. Stats.), a member of a state public official's immediate family, or any organization in which a state public official or a member of the official's immediate family owns or controls a ten percent (10%) interest, is a party to this agreement, and if this agreement involves payment of more than three thousand dollars ($3,000) within a twelve (12) month period, this contract is voidable by the state unless appropriate disclosure is made according to s. 19.45(6), Wis. Stats., before signing the contract. Disclosure must be made to the State of Wisconsin Ethics Board, 44 East Mifflin Street, Suite 601, Madison, Wisconsin 53703 (Telephone 608-266-8123). State classified and former employees and certain University of Wisconsin faculty/staff are subject to separate disclosure requirements, s. 16.417, Wis. Stats. 29.0 RECYCLED MATERIALS: The State of Wisconsin is required to purchase products incorporating recycled materials whenever technically and economically feasible. Bidders are encouraged to bid products with recycled content which meet specifications. 30.0 MATERIAL SAFETY DATA SHEET: If any item(s) on an order(s) resulting from this award(s) is a hazardous chemical, as defined under 29CFR 1910.1200, provide one (1) copy of a Material Safety Data Sheet for each item with the shipped container(s) and one (1) copy with the invoice(s). 31.0 PROMOTIONAL ADVERTISING / NEWS RELEASES: Reference to or use of the State of Wisconsin, any of its departments, agencies or other subunits, or any state official or employee for commercial promotion is prohibited. News releases pertaining to this procurement shall not be made without prior approval of the State of Wisconsin. Release of broadcast e-mails pertaining to this procurement shall not be State of Wisconsin Department of Administration Division of Agency Services Bureau of Procurement DOA-3681 (01/2001) ss. 16, 19 and 51, Wis. Stats. Supplemental Standard Terms and Conditions for Procurements for Services 1.0 ACCEPTANCE OF BID/PROPOSAL CONTENT: The contents of the bid/proposal of the successful contractor will become contractual obligations if procurement action ensues. 2.0 CERTIFICATION OF INDEPENDENT PRICE DETERMINATION: By signing this bid/proposal, the bidder/proposer certifies, and in the case of a joint bid/proposal, each party thereto certifies as to its own organization, that in connection with this procurement: 2.1 The prices in this bid/proposal have been arrived at independently, without consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder/proposer or with any competitor; 2.2 Unless otherwise required by law, the prices which have been quoted in this bid/proposal have not been knowingly disclosed by the bidder/proposer and will not knowingly be disclosed by the bidder/proposer prior to opening in the case of an advertised procurement or prior to award in the case of a negotiated procurement, directly or indirectly to any other bidder/proposer or to any competitor; and 2.3 2.4 No attempt has been made or will be made by the bidder/proposer to induce any other person or firm to submit or not to submit a bid/proposal for the purpose of restricting competition. Each person signing this bid/proposal certifies that: He/she is the person in the bidder's/proposer's organization responsible within that organization for the decision as to the prices being offered herein and that he/she has not participated, and will not participate, in any action contrary to 2.1 through 2.3 above; (or) He/she is not the person in the bidder's/proposer's organization responsible within that organization for the decision as to the prices being offered herein, but that he/she has been authorized in writing to act as agent for the persons responsible for such decisions in certifying that such persons have not participated, and will not participate in any action contrary to 2.1 through 2.3 above, and as their agent does hereby so certify; and he/she has not participated, and will not participate, in any action contrary to 2.1 through 2.3 above. 3.0 DISCLOSURE OF INDEPENDENCE AND RELATIONSHIP: 3.1 3.2 Prior to award of any contract, a potential contractor shall certify in writing to the procuring agency that no relationship exists between the potential contractor and the procuring or contracting agency that interferes with fair competition or is a conflict of interest, and no relationship exists between the contractor and another person or organization that constitutes a conflict of interest with respect to a state contract. The Department of Administration may waive this provision, in writing, if those activities of the potential contractor will not be adverse to the interests of the state. Contractors shall agree as part of the contract for services that during performance of the contract, the contractor will neither provide contractual services nor enter into any agreement to provide services to a person or organization that is regulated or funded by the contracting agency or has interests that are adverse to the contracting agency. The Department of Administration may waive this provision, in writing, if those activities of the contractor will not be adverse to the interests of the state. 4.0 DUAL EMPLOYMENT: Section 16.417, Wis. Stats., prohibits an individual who is a State of Wisconsin employee or who is retained as a contractor full-time by a State of Wisconsin agency from being retained as a contractor by the same or another State of Wisconsin agency where the individual receives more than $12,000 as compensation for the individual’s services during the same year. This prohibition does not apply to individuals who have full-time appointments for less than twelve (12) months during any period of time that is not included in the appointment. It does not include corporations or partnerships. 5.0 EMPLOYMENT: The contractor will not engage the services of any person or persons now employed by the State of Wisconsin, including any department, commission or board thereof, to provide services relating to this agreement without the written consent of the employing agency of such person or persons and of the contracting agency. 6.0 CONFLICT OF INTEREST: Private and non-profit corporations are bound by ss. 180.0831, 180.1911(1), and 181.0831 Wis. Stats., regarding conflicts of interests by directors in the conduct of state contracts. 7.0 RECORDKEEPING AND RECORD RETENTION: The contractor shall establish and maintain adequate records of all expenditures incurred under the contract. All records must be kept in accordance with generally accepted accounting procedures. All procedures must be in accordance with federal, state and local ordinances. The contracting agency shall have the right to audit, review, examine, copy, and transcribe any pertinent records or documents relating to any contract resulting from this bid/proposal held by the contractor. The contractor will retain all documents applicable to the contract for a period of not less than three (3) years after final payment is made. 8.0 INDEPENDENT CAPACITY OF CONTRACTOR: The parties hereto agree that the contractor, its officers, agents, and employees, in the performance of this agreement shall act in the capacity of an independent contractor and not as an officer, employee, or agent of the state. The contractor agrees to take such steps as may be necessary to ensure that each subcontractor of the contractor will be deemed to be an independent contractor and will not be considered or permitted to be an agent, servant, joint venturer, or partner of the state. RFP SN-2303 GPS Electronic Monitoring System 10.0 Due: May 19, 2010 Page 35 of 41 REQUIRED FORMS The following forms must be completed and submitted with the proposal along with requirements in Sections 4.0, 5.0 and 6.0. Request for Proposal (DOA-3261) Designation of Confidential and Proprietary Information (DOA-3027) Proposer Information (DOA-3477) Proposer Reference (DOA-3478) WI Cooperative Purchasing Service Proposer Agreement (DOA-3333) Solicitation Form (Exhibit A) Mandatory Requirements (Exhibit B) GPS Cost Sheet (Exhibit C) GPS Software Rider (Exhibit D) GPS Hardware Rider (Exhibit E) STATE OF WISCONSIN DOA-3027 N(R01/98) DESIGNATION OF CONFIDENTIAL AND PROPRIETARY INFORMATION The attached material submitted in response to Bid/Proposal SN-2303 includes proprietary and confidential information which qualifies as a trade secret, as provided in s. 19.36(5), Wis. Stats., or is otherwise material that can be kept confidential under the Wisconsin Open Records Law. As such, we ask that certain pages, as indicated below, of this bid/proposal response be treated as confidential material and not be released without our written approval. Prices always become public information when bids/proposals are opened, and therefore cannot be kept confidential. Other information cannot be kept confidential unless it is a trade secret. Trade secret is defined in s. 134.90(1)(c), Wis. Stats. as follows: "Trade secret" means information, including a formula, pattern, compilation, program, device, method, technique or process to which all of the following apply: 1. The information derives independent economic value, actual or potential, from not being generally known to, and not being readily ascertainable by proper means by, other persons who can obtain economic value from its disclosure or use. 2. The information is the subject of efforts to maintain its secrecy that are reasonable under the circumstances. We request that the following pages not be released Section Page # Topic _______________________________________________________________________________________________________ _______________________________________________________________________________________________________ _______________________________________________________________________________________________________ _______________________________________________________________________________________________________ _______________________________________________________________________________________________________ IN THE EVENT THE DESIGNATION OF CONFIDENTIALITY OF THIS INFORMATION IS CHALLENGED, THE UNDERSIGNED HEREBY AGREES TO PROVIDE LEGAL COUNSEL OR OTHER NECESSARY ASSISTANCE TO DEFEND THE DESIGNATION OF CONFIDENTIALITY AND AGREES TO HOLD THE STATE HARMLESS FOR ANY COSTS OR DAMAGES ARISING OUT OF THE STATE'S AGREEING TO WITHHOLD THE MATERIALS. Failure to include this form in the bid/proposal response may mean that all information provided as part of the bid/proposal response will be open to examination and copying. The state considers other markings of confidential in the bid/proposal document to be insufficient. The undersigned agrees to hold the state harmless for any damages arising out of the release of any materials unless they are specifically identified above. Company Name ___________________________________________ Authorized Representative ___________________________________________ Signature Authorized Representative ___________________________________________ Type or Print Date ___________________________________________ This document can be made available in accessible formats to qualified individuals with disabilities. STATE OF WISCONSIN Bid / Proposal # Commodity / Service DOA-3477 (R05/98) SN-2303 GPS Electronic Monitoring PROPOSER INFORMATION 1. BIDDING / PROPOSING COMPANY NAME FEIN Phone ( ) Toll Free Phone FAX ( ) E-Mail Address ( ) Address City 2. State Zip + 4 Name the person to contact for questions concerning this bid / proposal. Name Title Phone ( ) Toll Free Phone FAX ( ) E-Mail Address ( ) Address City 3. State Zip + 4 Any proposer awarded over $25,000 on this contract must submit affirmative action information to the department. Please name the Personnel / Human Resource and Development or other person responsible for affirmative action in the company to contact about this plan. Name Title Phone ( ) Toll Free Phone FAX ( ) E-Mail Address ( ) Address City 4. State Zip + 4 Mailing address to which state purchase orders are mailed and person the department may contact concerning orders and billings. Name Title Phone ( ) Toll Free Phone FAX ( ) E-Mail Address ( ) Address City 5. State Zip + 4 CEO / President Name This document can be made available in accessible formats to qualified individuals with disabilities. STATE OF WISCONSIN Bid / Proposal # SN-2303 GPS Electronic Monitoring DOA-3478 (R12/96) PROPOSER REFERENCE FOR PROPOSER: Provide company name, address, contact person, telephone number, and appropriate information on the product(s) and/or service(s) used for four (4) or more installations with requirements similar to those included in this solicitation document. If proposer is proposing any arrangement involving a third party, the named references should also be involved in a similar arrangement. Company Name Address (include Zip + 4) Contact Person Phone No. Product(s) and/or Service(s) Used Company Name Address (include Zip + 4) Contact Person Phone No. Product(s) and/or Service(s) Used Company Name Address (include Zip + 4) Contact Person Phone No Product(s) and/or Service(s) Used Company Name Address (include Zip + 4) Contact Person Phone No. Product(s) and/or Service(s) Used This document can be made available in accessible formats to qualified individuals with disabilities. Division of State Agency Services State Bureau of Procurement State of Wisconsin Department of Administration DOA-3333 (R03/2004) Proposer Agreement Wisconsin’s Cooperative Purchasing Service Wisconsin statutes (s. 16.73, Wis. Stats.) establish authority to allow Wisconsin municipalities to purchase from state contracts. Participating in the service gives proposers opportunities for additional sales without additional bidding. Municipalities use the service to expedite purchases. A "municipality" is defined as any county, city, village, town, school district, board of school directors, sewer district, drainage district, vocational, technical and adult education district, or any other public body having the authority to award public contracts (s. 16.70(8), Wis. Stats.). Federally recognized Indian tribes and bands in this state may participate in cooperative purchasing with the state or any municipality under ss. 66.0301(1) and (2), Wis.Stats. Interested municipalities: will contact the contractor directly to place orders referencing the state agency contract number; and are responsible for receipt, acceptance, inspection of commodities directly from the contractor, and making payment directly to the contractor. The State of Wisconsin is not a party to these purchases or any dispute arising from these purchases and is not liable for delivery or payment of any of these purchases. The State of Wisconsin will determine the contractor’s participation by checking a box below. MANDATORY: Bidders/Proposers must agree to furnish the commodities or services of this bid/proposal to Wisconsin municipalities. Proposers should note any special conditions below. OPTIONAL: Bidders/Proposers may or may not agree to furnish the commodities or services of this bid/proposal to Wisconsin municipalities. A proposer’s decision on participating in this service has no effect on awarding this contract. A proposer in the service may specify minimum order sizes by volume or dollar amount, additional charges beyond normal delivery areas, or other minimal changes for municipalities. Proposer: please check one of the following boxes in response. I Agree to furnish the commodities or services of this bid/proposal to Wisconsin municipalities with any special conditions noted below. I Do Not Agree to furnish the commodities or services to Wisconsin municipalities. Special Conditions (if applicable): Signature Date (mm/dd/ccyy) Name (Type or Print) Title Company Telephone Address (Street) City State ZIP + 4 Commodity/Service Request for Bid/Proposal Number GPS Monitoring System SN-2303 EXHIBIT “A” SOLICITATION The Wisconsin Department of Corrections (WDOC) is soliciting proposals for services as set forth in the attached Request for Proposal (RFP). The RFP and any addendum, clarifications and/or responses to questions issued in writing by the Procurement Manager should constitute the entire solicitation. OFFER (Proposer must sign and return with Proposal) We, the proposer, propose to furnish and deliver any and all of the deliverables and services named in the attached RFP for the prices set froth in our Proposal. It is understood and agreed that our Proposal should be valid and held open for 160 days after the date of opening of Proposals in response to the RFP. It is understood and agreed that our Proposal constitutes an offer. We acknowledge that cost is not the sole determinative factor in the RFP evaluation process. Proposals should be evaluated in accordance with the provisions of Section 3.0 of the RFP. We acknowledge that with regard to the subject matter of this RFP, the WDOC’s interest in public safety is of paramount importance and that the WDOC should act in its best interest. It is understood and agreed that we have read the specifications shown or referenced in the RFP, as well as any addendum or attachments thereto and/or clarifications issued by the WDOC, and that this Proposal is made in accordance with the provisions of such specifications. By our written signature on this Offer, we guarantee and certify that all items included in our Proposal meet or exceed any and all such WDOC specifications. We further agree, if awarded a Contract, to deliver all goods and services which meet or exceed the specifications including, but not limited to, time lines or dates for such delivery and costs for deliverables and/or services proposed. I certify that I have read and understand the foregoing and on behalf of the proposer agree to abide by each of the foregoing provisions. I further certify that I have read and understand all the specifications, terms and conditions, including Wisconsin’s Standard and Supplemental Terms and Conditions, of this RFP and on behalf of the proposer agree that the proposer should be bound by all such provisions. I certify that this Proposal is made without prior understanding, agreement, or connection with any corporation, firm or person submitting a Proposal for the same material, supplies, equipment or services and is in all respects fair and without collusion or fraud. I further certify that there has been no prior understanding or agreement with any corporation, firm or person to refrain from submitting a proposal. I understand that collusive bidding is a violation of State and Federal Law and can result in fines, prison sentences, and civil damage awards. I certify that I am authorized to sign this Proposal for the proposer and to commit the proposer to these provisions. I agree that the Laws of the State of Wisconsin should govern the performance of the Contract arising from the RFP. _________________________ _____________________________ Authorized Signature Printed Name __________ Date EXHIBIT “B” MANDATORY REQUIREMENTS INSTRUCTIONS: Indicate below by circling YES or NO whether your company meets the mandatory requirement or not. The numbers correlate with the sections in the proposal. Proposers not meeting these requirements will be eliminated from the evaluation process. 4.1 Proposer has a minimum of 5 years experience in monitoring criminal justice clients YES or NO 4.2 Proposer has a minimum of 3 years experience with GPS tracking systems YES or NO 4.3 Proposer staff qualifications must include the following minimum education and experience 4.3.1 Administrative and Management Staff YES or NO 4.3.2 Accounting Representative Staff YES or NO 4.3.3 Project Management Staff YES or NO 4.3.4 Support Personnel - internet system and/or technical manager YES or NO - inventory manager YES or NO - training manager YES or NO 4.4 All documented information referenced in this section has been provided YES or NO 4.5 Proposer and manufacturing partner should have quality systems and standards meeting ISO 9001:2000 YES or NO 4.6 Support services contractor (proposer) meets the requirements in this section YES or NO 4.7 Spare parts, supplies and inventory requirements can be met in this section YES or NO 4.8 GPS monitoring requirements can be met YES or NO 4.9 System Software requirements can be met YES or NO 4.10 GPS tracking and base receiver requirements can be met YES or NO 4.11 All requirements in sections 4.11.1 - 4.11.4 can be met YES or NO __________________________________________ Company Name __________________________________________ Signature of company representative __________________________________________ Title __________________________________________ Date
© Copyright 2026 Paperzz