CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

Size: px
Start display at page:

Download "CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644"

Transcription

1 Mailing Address: P. 0. Box 1948 Mobile, Alabama (251) CITY OF MOBILE Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama BID SHEET This is Not an Order READ TERMS AND CONDITIONS. ON REVERSE SIDE OF THIS PAGE BEFORE BIDDING Typed by: DATE run Buyer: 003 Please quote the lowest price at which you will furnish the articles listed below BID NO. 06/24/ DEPARTMENT Fire Commodities to be delivered F.O.B. Mobile to: As Specified This bid must be received and stamped by the Purchasing office not later than: 10:30 A.M., Friday, July n, 2014 Bid on this form ONLY. Make no changes on this form. Attach UNIT PRICE EXTENSION QUANTITY ARTICLES any additional information required to this form. UNIT Dollars Cents Dollars Cents WIRELESS DATA MODEMS AND SOFfW ARE The City of Mobile is requesting bids on Public Safety Long-Term Evolution (L TE) Wireless Data Modems and Mobility Software per the attached specifications Item #1 MOBILITY MANAGEMENT SOFTWARE; NETMOTION WIRELESS SHALL BE INCLUDED AS A MOBILITY MANAGEMENT SOLUTION WITH THE FOLLOWING: NETMOTION MOBILITY FOR WINDOWS WITH POLICY MODULE, NAC AND ANALYTICS MODULE; SOFTWARE MAINTENANCE TO INCLUDE 2417 TECHNICAL SUPPORT AND UPGRADES; NETMOTION SURE-START EXPRESS FOR SETUP, CONFIGURATION AND DEPLOYMENT; DOCUMENTATION SHALL BE PROVIDED FOR THE CLIENT AND SERVER ADMINISTRATION OF THE NETMOTION WIRELESS MOBILITY MANAGEMENT SOFTWARE. Make/Model, Price:$ 44 Item #2 LTE Modem for Public Safety; IP-54 Rated including installation. MODEM, LTE MODEM FOR PUBLIC SAFETY; IP-54 RATED; MUST BE.. CAP ABLE OF BEING PERMANENTLY, SECURELY MOUNTED IN THE APPARATUS; CONNECT TO BOTH 700 MHZ BAND CLASS 13 ON VERIZON WIRELESS (3GPP RELEASE 8, MINIMUM) AND 700 MHZ BAND CLASS 14 FOR FUTURE PUBLIC SAFETY BROADBAND NETWORK; MUST BE B/G/N WI-FI CAPABLE THAT WILL CREATE SECURE HOTSPOT; MUST CONTAIN AT LEAST (1) RJ-45 CONNECTION PORT FOR WIRED CONNECTIONS; MUST HAVE BillLT IN GPS; ALL ANTENNAS MUST BE INCLUDED AND CABLING MUST BE INCLUDED FOR POWER, WI-FI,LTE AND GPS; 12 MONTH WARRANTY PERIOD INCLUDED BEGINNING THE DATE OF INSTALLATION, TO INCLUDE INSTALLATION, WIRING, ANTENNAS AND LABOR. OPTION OF 1-2 YR EXTENDED WARRANTY PER UNIT BASIS; DOCUMENTATION SHALL TOTAL RETURN ONE SIGNED COPY OF THIS BID IN ENCLOSED ENVELOPE State delivery time within days of receipt of P.O. Firm Name We will allow a discount % 20 days from date of receipt of goods and correct invoice of completed order. Typed Signature By

2 1. All quotations must be signed with the firm name and by an authorized officer or employee. 2. Verify your bid before submission as it cannot be withdrawn or corrected after being opened. In case of error in extension of prices, the unit price will govern. 3. If you do not bid, return this sheet and state reason. Otherwise, your name may be removed from our mailing list. 4. The right is reserved to reject any, or all quotations, or any portions thereof, and to waive technicalities if deemed to be in the interest of the City of Mobile. 5. This bid shall not be reassignable except by written approval of the Purchasing Agent of the City of Mobile. 6. State brand and model number of each item. All items bid must be new and latest model unless otherwise specified. 7. If bid results are desired, enclose a self-addressed and stamped envelope with your bid. (All or None bids only) 8. Do not include Federal Excise Tax as exemption certificate will be issued in lieu of same. The City is exempt from the Alabama and City sales taxes. 9. PRICES ARE TO BE FIRM AND F.O.B. DESTINATION UNLESS OTHERWISE REQUESTED. 10. BID WILL BE AWARDED ON ALL OR NONE BASIS UNLESS OTHERWISE STATED. 11. Bids received after specified time will be returned un-opened. 12. Failure to observe stated instructions and conditions will constitute grounds for rejection of your bid. 13. Furnish literature, specifications, drawings, photographs, etc., as applicable with the items bid. 14. Vendor May be required to obtain City of Mobile Business License as applicable to City of Mobile Municipal Code Section For Business License inquiry contact the Revenue Department at (251) or cityofmobile.org/taxes.php. 15. If a bid bond is required in the published specifications, see below: Each Bid Shall be Accompanied By A Cashier's Check, Certified Check, Bank Draft Or Bid Bond For the Sum Of Five (5) Percent Of The Amount Bid, Made Payable To The City Of Mobile And Certified By A Reputable Banking Institution. All Checks Shall Be Returned Promptly, Except The Check Of The Successful Bidder, Which Shall Be Returned After Fulfilling The Bid. 16. Contracts in excess of $50,000 require that the successful bidder make every possible effort to have at least fifteen (15} percent of the total value of the contract performed by socially and economically disadvantaged individuals. 17. All bids/bid envelopes must have the bid number noted on the front. Bids that arrive unmarked and are opened in error shall be returned to vendor as an unacceptable bid. 18. If successful vendor's principal place of business is out-of-state, vendor may be required to have a Certificate of Authority to do business in the State of Alabama from the Alabama Secretary of State prior to issuance of a Purchase Order. Vendors are solely responsible for consulting with the Secretary of State to determine whether a Certificate is required. See Please note that the time between application for and issuance of a Certificate of Authority may be several weeks. 19. Vendors do not need a City of Mobile Business License or Certificate of Authority from the Alabama Secretary of State to submit a bid, but will need to obtain the Business License and Certificate of Authority, if applicable, prior to issuance of a Purchase Order.

3 BID CONTINUATION SHEET Page of Bid on this form ONLY. Make no changes on th is form. Additional in- UNIT PRICE EXTENSION QUANTITY ARTICLES formation to be submitted on separate sheet and attached hereto. UNIT Dollars Cents Dollars Cants Page 2 of5 BE PROVIDED FOR MANAGMENT OF MODEM INTERFACE AND DOCUMENTATION SHALL BE PROVIDED FOR THE WARRANTY TERMS AND CONDITIONS. Installation of components shall be within Mobile County. All components in this bid package shall be installed into each individual vehicle. Vendor shall provide and install all necessary pieces, parts and supplies. The City will not allow for additional charges after the fact. Vendor is responsible for clean up and removal of all packaging and debris. Vendor is responsible to install and the City will not provide shop space or lifts. The Fire Department will allow vendor to work on station grounds or in station, provided that space allows the appropriate clearance side and height clearances. Successful vendor is responsible for any damage to City vehicle or property i.e. fire station driveways, grounds, etc. INSTALLATION CHARGE: INSTALLATION OF COMPONENTS SHALL BE LOCATED WITHIN MOBILE COUNTY. INSTALLER SHALL HAVE A PERMANENT SERVICE CENTER ESTABLISHED IN MOBILE COUNTY. NO VENDOR WILL BE PERMITTED TO INSTALL EQUIPMENT IN MFRD VEIDCLES THAT DOES NOT HAVE A PERMANENT SERVICE CENTER IN MOBILE COUNTY. INSTALLERS SHALL BE COMPETENT AND DEMONSTRATE EXPERIENCE IN WORKING ON PUBLIC SAFETY VEIDCLES INSTALLATION OF EQUIPMENT INCLUDING WIRING AND CABLING SHALL BE PROFESSIONAL AND NEAT AND SAFEGUARDS TAKEN TO PREVENT DAMAGE TO WIRING & COMPONENTS. ALL WIRING SHALL BE HARDWIRED TO ELECTRICAL INTERFACES THAT ARE APPROVED BY THE MANUFACTURER OF APPARATUS. POWER SUPPLY TO LTE MODEM SHALL BE WIRED TO IGNITION POWER OR IGNITION SENSE. EXISTING MODEM SHALL BE REMOVED INCLUDING ALL ASSOCIATED WIRING, CABLING & ANTENNAS. HOWEVER, IF THE EXISTING ROOF MOUNT ANTENNA PENETRATIONS CANNOT BE REUSED, THE EXISTING ANTENNA SHOULD BE LEFT IN PLACE TO SAFEGUARD AGAINST WATER LEAKS. THE INITIAL CONFIGURATION & SETUP OF THE MODEM SHALL BE INCLUDED IN THE BID PRICE PER UNIT. THE MOTOROLA VRM 650/850 MODEMS THAT ARE REMOVED WILL REMAIN PROPERTY OF THE CITY OF MOBILE, UNLESS THE CITY EXERCISES ANY TRADE-IN OPTION..... RETURN ONE SIGNED COPY OF THIS QUOTATION IN ENCLOSED ENVELOPE We w ill allow a discount % 20 days f rom date of rece ipt of goods and correct invoice of completed o rder. TOTAL READ ABOVE INSTRUCTIONS BEFORE QUOTING Firm Name By===---

4 BID CONTINUATION SHEET Page of QUANTITY Bid on this form ONLY. Make no changes on this form. Additional in UNIT PRICE EXTENSION ARTICLES formation to be submitted on separate sheet and attached hereto. UNIT Dollars Cents Dollars Cents Page 3 of5 INSTALLATION ON EACH VEIDCLE SHALL BE COMPLETED AND TESTED BEFORE IT IS ACCEPTED. Make/Model.. Price:$ Item #3 TRADE-IN: Total trade-in credit: MOTOROLA VRM 650 AND 850 RADIO MODEMS (ONE FOR ONE AS THEY ARE REMOVED FROM APPARATUS) Price: $ EXTENDED BID TOTAL: $ (BASED ON MINIMUM QUANTITIES LISTED) ********************************************************** OPTIONS: OPTION 1: 1 yr. Extended Warranty:..... Price:$ OPTION 2: 2 yr. Extended Warranty: Price:$ If bidding other than as specified on Item 1 or Item 2, provide a complete Sample to the City of Mobile Purchasing Department on or before 5:00PM on July 16, Exact quantities cannot be determined at this time. The City of Mobile... reserves the right to change the number and types of units to which the systems will be installed based on funding. Vendor shall provide complete Literature and Specifications on product bid with bid response. Information provided shall include all performance and operation information. RETURN ONE SIGNED COPY OF THIS QUOTATION IN ENCLOSED ENVELOPE We will allow a discount % 20 days from date of receipt of goods and correct invoice of completed order. TOTAL READ ABOVE INSTRUCTIONS BEFORE QUOTING Firm Name _ By

5 BID CONTINUATION SHEET Page of QUANTITY Bid on this form ONLY. Make no changes on th is form. Additional in- UNIT PRICE EXTENSION ARTICLES formation to be submitted on separate sheet and attached hereto. UNIT Dollars Cents Dollars Cents Page 4 of5 All vendors will be required to provide an affidavit as per Alabama Immigration Act, as well as, verification of enrollment in the E-Verify program. Additional information may be found at If the successful vendor' s principal place ofbusiness is out-of-state, vendor may be required to have a Certificate of Authority to do..... business in the State of Alabama from the Secretary of State prior to issuance of a Purchase Order. Vendors are solely responsible for consulting with the Secretary of State to determine whether a Certificate is required. See: Please note that the time between application for the issuance of a Certificate of Authority may be several weeks. Upon notification, vendor will have 10 business days to provide the Certificate of Authority, Immigration Affidavit, and thee-verify numbers to the Purchasing Department before award can be completed. (Vendors will possibly need to pay the expedite fee to meet this requirement because application is not sufficient. We must have a copy of the certificate with your Company ID number). Vendors do not need a City of Mobile Business License or Certificate..... of Authority from the Alabama Secretary of State, nor the Immigration Affidavit and E-Verify for certification to submit a bid, but will need to obtain the Business License and Certificate of Authority verification and/or provide the Immigration Affidavit and E-Verify Certification, if applicable, prior to issuance of a Purchase Order. Prices to be firm for a one (1) year period following the award of this bid. At the option of the City ofmobile and the successful vendor, the award of this bid may be extended for two (2) additional one (1) year periods. This bid will be awarded on an ALL OR NONE basis. If additional information is needed or to arrange to view the vehicles in the fleet, call or send to: purchasing@cityofmobile.org. ( communication is preferred.) Successful vendor will be required to have a City of Mobile Business License prior to award of this bid. (See Item 14 on Reverse of page 1.).. RETURN ONE SIGNED COPY OF THIS QUOTATION IN ENCLOSED ENVELOPE We will allow a d iscount % 20 days from date of receipt of goods and correct invoice of completed order. TOTAL READ ABOVE INSTRUCTIONS BEFORE QUOTING F irm Name _ By=-=-=~~-

6 BID CONTINUATION SHEET Page of -- - QUANTITY ARTICLES Bid on this form ONLY. Make no changes on th1s form. Additional in UNIT PRICE EXTENSION formation to be submitted on separate sheet and attached hereto. UNIT Oollars Cants Doll rs Cants Page 5 of5 BE SURE TO READ THE TERMS AND CONDITIONS ON THE BACK OF PAGE 1 AND RETURN THEM WITH YOUR BID PACKAGE. NOTE: ADDITIONAL SPECIFICATIONS ARE ATTACHED TO..... THIS BID. For additional information contact: Anne Foley RETURN ONE SIGNED COPY OF THIS QUOTATION IN ENCLOSED ENVELOPE TOTAL READ ABOVE INSTRUCTIONS BEFORE QUOTING Firm Name _ By _ We will allow a d iscount % 20 days from dat e of receipt of goods and correct invoice of completed order.

7 Specifications and Requirements For Public Safety Long-Term Evolution (L TE) Wireless Data Modems And Mobility.Management Software For Mobile Fire-Rescue Department

8 1. Introduction and Scope Scope of Work The City of Mobile is seeking to acquire and deploy public safety grade LTE modems for emergency apparatus. The scope of the project includes modems (hardware) as specified herein Section 4 and the mobility management application (software) required to manage remote client connections across wide-area networks as specified in Section 5. No other aspect of mobile data technology is considered as being part of this bid. Introduction The Mobile Fire-Rescue Department operates 21 fire stations, 11 EMS transport (Rescue) units, 21 Engines, 5 Ladder trucks, 1 Heavy Rescue, 1 Hazardous Materials Response Unit and other emergency response apparatus, covering an area of over 200 square miles. The system is intended to run wireless data at 4G LTE speeds. The hardware will initially run on Verizon wireless LTE in band class 13, but must be ready and capable to operate on a future Public Safety band class 14 LTE network. Mobility management software creates a virtual private network with security to ensure that a connection is reliable and secure at all times and will roam across multiple networks. Both the hardware and software solution is intended to work cohesively to transmit Intergraph dispatch information from the communications center to emergency vehicles. Goals and Objectives To acquire the hardware and software components required to deliver broadband data in emergency response apparatus.

9 2. Assumptions and Notes 2.1 The City of Mobile will provide a Subscriber Identification Module (SIM) for each unit. No specific equipment shall be required on part of the Fire Department to operate the LTE modem except a SIM card. 2.2 The City of Mobile will provide a rack-mounted server from which to manage and run the mobility management software. 2.3 If existing modems (VRM 650/850) are traded in, they will become the property of the successful vendor if a trade-in program is offered by the successful bidder. 2.4 Installation of equipment will be at times that are convenient for the Fire Department and must be performed by competent, capable employees who have experience in the installation of electronics in public safety vehicles. The vendor shall provide warranty service at the local shop. 2.5 Associated data service through the contracted service provider, V erizon Wireless, is the assumed responsibility of the City ofmobile Fire-Rescue Department. 3. General Specifications 3.1 Each response to this Bid shall include references with names, address and telephone number of entities for which the vendor has leased, sold or maintained any identical systems or equipment as specified in this bid Hardware Quantity: The minimum quantity ofhardware units to purchase will be (44) forty-four units with the option to purchase more. In addition to a total bid amount, include the price per unit for additional hardware and installation. Price is on a per each basis Software Quantity: The minimum quantity of software licenses to purchase will be (38) thirtyeight concurrent licenses with the option to purchase more. In addition to a total bid amount, include the price per unit for additional software licenses. Price is on a per each basis. 3.3 Include any trade-in value, discount or promotion for the existing Motorola VRM 650's or VRM 850's. Trade-in will be on a one-for-one basis. The minimum quantity to be purchased is 44 units. 3.4 All equipment and hardware must be new. There will be no purchase of used or refurbished equipment. 4. L TE Modem Specifications 4.1 LTE Modem intended for Public Safety. The unit must be constructed to withstand the operating environment expected in an emergency apparatus (exposure to vibration, heat, moisture). Unit must be IP-54 rated for ingress protection. 4.2 LTE Modem must be capable of being permanently, securely mounted in the apparatus in a location specified by the Fire Department. 4.3 LTE Modem must be capable of connecting to both 700 MHz Band Class 13 on Verizon Wireless (3GPP Release 8, minimum) and 700 MHz Band Class 14 for a future Public Safety Broadband Network. 4.4 LTE Modem must be b/g/n Wi-Fi capable that will create a mobile hotspot with security. 4.5 Must contain at least ( 1) RJ -45 connection port for wired connections. 4.6 Must have built-in global positioning system (GPS) for vehicle tracking. 4.7 All antennas must be included and cabling must be included for power, Wi-Fi, LTE and GPS. 4.8 A 12-month stated warranty period shall be included to begin the date of installation. Warranty shall include installation, wiring, antennas and labor. 4.9 An extended warranty shall be included as an option to the City ofmobile for an additional1-2 years following the standard warranty on a per unit basis.

10 5. Mobility Management Software 5.1 NetMotion Wireless shall be included as a mobility management solution with the following. modules and requirements: NetMotion Mobility for Windows with Policy Module, NAC and Analytics Module Software maintenance to include 24/7 technical support and upgrades NetMotion Sure-Start Express for setup, configuration and deployment. 6. Installation 6.1 Installation of components shall be located within Mobile County. Installer shall have a permanent service center established in Mobile County. No vendor will be permitted to install equipment in MFRD vehicles that does not have a permanent service center in Mobile County. 6.2 Installers shall be competent and demonstrate experience in working on Public Safety vehicles Installation of equipment including wiring and cabling shall be professional and neat and safeguards taken to prevent damage to wiring and components All wiring shall be hardwired to electrical interfaces that are approved by the manufacturer of the apparatus Power supply to the LTE modem shall be wired to ignition power or ignition sense. 6.4 The existing modem shall be removed including all associated wiring, cabling and antennas. However, if the existing roof mount antenna penetrations cannot be reused, the existing antenna should be left in place to safeguard against water leaks. 6.5 The initial configuration and setup of the modem shall be included in the bid price per unit. 6.6 The Motorola VRM 650/850 modems that are removed will remain property of the City of Mobile, unless the City exercises any trade-in option. 7. Documentation 7.1 Documentation shall be provided for the management of the modem interface. 7.2 Documentation shall be provided for the warranty terms and conditions. 7.3 Documentation shall be provided for the client and server administration of the NetMotion Wireless Mobility Management Software.

11 4 THE CITY OF MoBILE, ALABAMA PURCHASING DEPARTMENT Potential bidders are responsible to check this site for any ADDENDUMS that are issued. It is the responsibility of the BIDDER to check for, download, and include with their BID RESPONSE any and all ADDENDUMS that are issued for a specific BID published by the City of Mobile. Failure to download and include ADDENDUMS in your BID RESPONSE may cause your bid to be rejected. This is a sealed bid. Any responses faxed or ed will be rejected. This is a sealed bid. Any response must be submitted in a sealed envelope with the bid number and bid opening date on the outside of the envelope. Any response that arrives improperly marked or with no bid number and opening date on the outside of the delivery or express package and opened in error will be rejected and not considered. It is the responsibility of the bidder to insure that their bid response is delivered to and received in the Purchasing Department before the date and time of the bid opening. Be sure to read the Terms and Conditions. All bids are F.O.B. Destination unless otherwise stated. Be sure to sign your bid! Package/Bid Delivery Address: Purchasing Department 205 Government St Room S408 Mobile,AJL (Request First Delivery) P.O. Box 1827 MOBILE, ALABAMA