Request for Proposal

INTEGRATED COMPUTER AIDED DISPATCH AND MOBILE COMPUTING
REQUEST FOR PROPOSALS

The City of Puyallup IT & Communications Department was unable to complete a previously opened Integrated Computer Aided Dispatch and Mobile Computing Request for Proposals (RFP) in January 2011. The City of Puyallup is now ready to proceed with the RFP. Proposals must be received by February 26, 2012 and in the manner and form as provided in the RFP materials. Any vendor that responded to the initial RFP in January 2011 and still desires for their proposal to be considered, shall either submit a response stating that there are no changes to the initial proposal submitted or shall submit all documents as provided for in the RFP and Addendum. Any vendor who did not respond to the initial RFP in January 2011 and desires to submit a proposal may submit documents as outlined in the RFP and Addendum. No extensions to the deadline will be allowed. Please follow submittal instructions and send updates to the assigned RFP contact attached.

Open: February 13, 2012
Close: February 26, 2012 5 pm Pacific Standard

Notice can be viewed at: http://www.cityofpuyallup.org/government/public-notices-legals-news-videos/

Written requests can be addressed to:

Computer Aided Dispatch RFP
City of Puyallup IT & Communications
1100 39th Ave SE
Puyallup, WA 98374

04-18-12


REQUEST FOR INFORMATION

St. Louis County Emergency Communications Commission
7900 Forsyth Boulevard
Clayton, Missouri 63105
(314) 615-2562
February 8, 2012

MASS Notification Products and Services

RESPONSES DUE: MARCH 2, 2012

PURPOSE OF REQUEST FOR INFORMATION

St. Louis County (the "County") is developing requirements for an IP based Next Generation 9-1-1 solution commonly referred to as an i3 network. The purpose of this Request for Information (RFI) is to gather information to assist the County in formulating its requirements for an adjunct "Mass Notification System" that includes wireline, wireless, text and email services and to identify qualified firms able to meet those requirements.

To request a PDF version of this RFI please email to: This email address is being protected from spambots. You need JavaScript enabled to view it.

04-15-2012


 

 

REQUEST FOR QUALIFICATIONS
Region 2 Communications Assessment

The Context:  Department of Emergency Services and Public Protection (DESPP) Division of Emergency Management (DEMHS) Region 2 has been purchasing communications equipment for several fiscal years with the goal of meeting the mandate to provide interoperability and compatibility of emergency responders’ communications systems within its 30 towns.  Due to the high cost and technical complexity, past investments have been frustratingly difficult to pull together and thus slow to materialize.  Questions now arise in light of the requirement to move to narrow band.  Primary among these questions is should resources continue to be dedicated to legacy systems?  If not, in what direction should resources be aimed?  Last, is there a clear and efficient path for the region and each of the towns to follow in their respective investments?

Brief Overview of Project:

The Region 2, Regional Emergency Planning Team (REPT), of the DESPP, DEMHS, is seeking an individual or company, to prepare an assessment of communications in the thirty (30) town region.  The assessment should be inclusive of existing status and improvements to coverage, equipment and technology; as well as areas or groups to whom communications should be extended. The Goal is to have a system capable of supporting operations in an emergency event of such magnitude that it would include evacuation and/or sheltering of the population within the region.

The Region shall be building upon a framework begun in 2004 with the New Haven Urban Area Security Initiative (UASI).

Specific Requirements of Project:

1. Assessment of legacy systems and equipment for both voice and data communications.  This should include a concise review of related studies.
2. Statement of the needs beyond that which may already exist for the next decade.  This may mean utilizing new technologies, including sectors that are only drawn in during an extreme event, considerations resulting from crossing jurisdictional boundaries, or other factors not mentioned here.
3. Recommendations:  Both short term and practical; and long term and visionary.  A direction for future technologies, and system architecture should be the ultimate recommendation.  If necessary, a path to get from the legacy systems to the recommended state should be an integral part of the conclusion.  An addendum to this section should be a compendium of funding sources that might be drawn upon for effectuating the recommendations.

Responsibilities of the Consultant:

The selected individual, or an individual assigned by the selected firm, shall be the sole contact between the vender and Region 2 REPT and Emergency Support Function – 2, (ESF-2), Communications Committee.

The selected individual or firm shall be responsible for attending meetings with Region 2 REPT and REPT Steering Committee, and members of affected ESF committees, state and town staffs, and others as may be necessary.

The selected individual or firm shall perform all investigative work necessary to analyze current and future equipment and system enhancements.  Prepare recommendations as to the effectiveness of current conditions and upgrades of communications systems.

The selected individual or firm shall be responsible for presentations and written summaries to the REPT and ESF-2 Communication Committee at their respective meetings to report progress and upon completion of products.  An agreed upon schedule shall be part of the contract for work.

Failure to perform within the agreed upon time frames and schedule shall result in penalties.

Insurance Requirements: Provision of a certificate of all applicable insurance with the REPT and REPT Steering Committee, Emergency Support Function (ESF)-2 named as the insured.

Preparation Costs:

All costs incurred in the preparation and presentation of this RFQ shall be wholly absorbed by the proposer.

Implied Requirements:

All services not specifically mentioned in this RFQ that are necessary to provide the functional capabilities or products described by the vendor shall be included in the Qualifications.  The REPT shall not reimburse for expenses incurred during the lump sum fee performance of this contract.  This includes the provision their own travel, lodging and meals and to provide for all proper and applicable insurances.

Vendor Supplied Materials:

Any Material submitted by the vendor shall become the property of the REPT.  Any material that is to be considered as confidential in nature must be so marked.

RFQ Review Criteria:

The person or firm whom shall be awarded this contract must have the following qualifications, which must be outlined how they comply in their response to this RFQ:

1. Knowledge of federal / state procedures as they relate to radio and data systems (FCC, Public Safety, etc.).
2. Capacity /capability to perform work within time frames.
3. Willingness to accept penalties for failure to work within agreed upon time frames and produce intermediary and final products.
A. Region 2, ESF-2 reserves the right as part of the contract award to impose a penalty not to exceed $100 per day, based on agreed upon time-line between the vendor and Region 2, ESF-2, if vendor delays or fails to produce agreed upon deliverables.
4. Relevance of client references.
5. Technical analysis capabilities.
6. Experience with multiple manufacturers of communications equipment.
7. Appropriateness of phases within fee schedule.
8. Qualifications / certifications of employees and a minimum of three (3) references from past clients.
9. Project management experience with proven track record of performance in similar projects.

Approval of a consultant shall be contingent upon Region 2 REPT and ESF-2 Communications Committee review of the submitted resumes and references and at their option, an interview with the candidates.

RFQ Submission Requirements:

In addition to the requirements stated above in the RFQ Criteria:

1. Each copy of the submission must be fastened together as a single packet.
2. All pages must be numbered.
3. Addenda must be numbered and fastened to the main body.
4. Each submission shall have a cover sheet with the name; address; telephone and facsimile numbers; and e-mail address of the contact person, in the upper left hand corner, in no less than 16 point font.
5. Each submission shall include a lump sum fee schedule.
6. If the submission is not prepared in the same sections and order as above in the RFQ Criteria, a reference sheet shall be provided as an addenda to state on what page of the submission each criterion has been addressed.
7. Six (6) copies shall be submitted.

RFQ Submission Due Date:

All sealed RFQ’s must be received at the Connecticut River Estuary Regional Planning (CRERPA), P.O. Box 778, Old Saybrook, Connecticut 06475, by noon (12:00 PM) 23 April 2012.


5/25/12


 

 

Request For Proposal: If you would like to post an RFP or a job posting, please contact APCO International at 386-322-2500, Extension 2418 or This email address is being protected from spambots. You need JavaScript enabled to view it.