Aircraft Auto Docking Contract No /16/07 ADDENDUM No. 2 Page 1 of 11

Size: px
Start display at page:

Download "Aircraft Auto Docking Contract No /16/07 ADDENDUM No. 2 Page 1 of 11"

Transcription

1 Monday, October 15, 2007 Dallas-Fort Worth International Airport Board ADDENDUM NO. 2 To the Request for Proposals Contract No Aircraft Auto Docking THE REQUEST FOR PROPOSALS (RFP) FOR THE ABOVE IS HEREBY REVISED AS ATTACHED: 1. Base Bid Forms Bid Pages B-2 and B-3 and replace with the attached Bid Pages B-2 and B-3 2. Division 16, Section Performance Specification for Aircraft Visual Guidance Docking System A-VDGS ITS 1.4 The system shall be configured with two disparately located servers that should be configured to operate in tandem continuously balancing the work load. The servers should be configured to operate as co-production peers such that if a failure should occur on one server, its redundant partner would take the entire work load including in-flight transactions. The system will be designed and installed in a fault tolerant manner such that the whole or any part of one server and/or database may fail, or an unlike combination of components in both servers may completely fail without causing a service interruption. 1.4 The system shall be configured with two disparately located servers The system shall synchronize the date and time on all devices. System servers shall receive a synchronization signal from a common DALLAS/FORT WORTH INTERNATIONAL AIRPORT time source. The Owner will provide an IP address for an approved Time Server The system shall synchronize the date and time on all devices. System servers shall timestamp from a common DALLAS/FORT WORTH INTERNATIONAL AIRPORT time source and a Sabre time source. The Owner will provide IP addresses for Time Servers The response to this RFP must include a logical model of the system with the following elements: ADDENDUM No. 2 Page 1 of 11

2 Theory of Operation/System Description describing the interrelationships between components using Swim Lane or Ishikawa diagrams Block level diagram illustrating the interrelationships between system components The logical system design must include a network topology diagram to demonstrate connectivity to the DALLAS/FORT WORTH INTERNATIONAL AIRPORT LAN as well as to all of the client and peripheral devices The logical system design must include a business continuity plan to demonstrate the system s ability to withstand hardware, software, LAN and WAN failures The logical system design must include a functional hierarchy diagram to demonstrate the function of each proposed module and the interface between modules The logical system design must include a plan for achieving connectivity to the various airline hosts and a plan for providing functionality to non-hosted carriers A complete entity relationship diagram illustrating the relationship between database objects A data dictionary describing database objects and attributes Component technical specifications and functional descriptions of every proposed hardware component Interface analysis with existing airline and airport hosts and networks describing expected interface points and specific data elements to be transmitted Based on prior installation experience, load and response time analysis information provide the load capacity metrics for the number of transactions/users anticipated for the docking solution A description of the error correction and detection process illustrating the system s capacity for self-diagnostics and automated monitoring A description of Contractor s security measures for protecting the system from unauthorized access Once in a production environment, how will DALLAS/FORT WORTH INTERNATIONAL AIRPORT Board data, applications and systems be secured from unauthorized individuals? How will the application be configured to ensure that only authorized and approved personnel have the ability to execute transactions and the transactions the users have access to are all and only transactions needed to perform that person s job function A high level infrastructure plan documenting specific brands and models of all proposed hardware components High level training plan ADDENDUM No. 2 Page 2 of 11

3 Project Team listing employees assigned to this contract and their related areas of responsibilities Millennium Documentation representing that the contractor warrants that all computer hardware and software has been found to be millennium compliant for every system component supplied directly or indirectly by the contractor The Contractor shall submit for acceptance by the Owner a logical model of the system with the following elements: Theory of Operation/System Description describing the interrelationships between components using Swim Lane or Ishikawa diagrams Block level diagram illustrating the interrelationships between system components The logical system design must include a network topology diagram to demonstrate connectivity to the DALLAS/FORT WORTH INTERNATIONAL AIRPORT LAN as well as to all of the client and peripheral devices The logical system design must include a business continuity plan to demonstrate the system s ability to withstand hardware, software, LAN and WAN failures The logical system design must include a functional hierarchy diagram to demonstrate the function of each proposed module and the interface between modules The logical system design must include a plan for achieving connectivity to the various airline hosts and a plan for providing functionality to non-hosted carriers A complete entity relationship diagram illustrating the relationship between database objects A data dictionary describing database objects and attributes Component technical specifications and functional descriptions of every proposed hardware component Interface analysis with existing airline and airport hosts and networks describing expected interface points and specific data elements to be transmitted Based on prior installation experience, load and response time analysis information provide the load capacity metrics for the number of transactions/users anticipated for the docking solution A description of the error correction and detection process illustrating the system s capacity for self-diagnostics and automated monitoring A description of Contractor s security measures for protecting the system from unauthorized access ADDENDUM No. 2 Page 3 of 11

4 Once in a production environment, how will DALLAS/FORT WORTH INTERNATIONAL AIRPORT Board data, applications and systems be secured from unauthorized individuals? How will the application be configured to ensure that only authorized and approved personnel have the ability to execute transactions and the transactions the users have access to are all and only transactions needed to perform that person s job function? A high level infrastructure plan documenting specific brands and models of all proposed hardware components High level training plan Project Team listing employees assigned to this contract and their related areas of responsibilities Millennium Documentation representing that the contractor warrants that all computer hardware and software has been found to be millennium compliant for every system component supplied directly or indirectly by the contractor The system will be capable of accepting at least two (2) bidirectional feeds: one each from Sabre and the DFW Airport Operations Database (AODB) The system shall accept at least two (2) bidirectional feeds: one each from Sabre and the DFW Airport Operations Database (AODB) Demarcation Points (Points of Network presence): Terminal A: TSR North and TSR South located in the SkyLink stations Terminal C: TSR North and TSR South located in the SkyLink stations AA Tower located between Terminal A & C, for Workstation Terminal D: MSR North for Server Terminal D: MSR South for Server Terminal D: Respective gatehouses Terminal D: South Ground Control Tower for Workstation The Contractor will be responsible for providing connectivity from the client locations to the demarcation points The Contractor will be responsible for providing connectivity from the DALLAS/FORT WORTH INTERNATIONAL AIRPORT enterprise LAN to the host computers. ADDENDUM No. 2 Page 4 of 11

5 7.3. Demarcation Points (Points of Network presence): Terminal A TSR North located in the North SkyLink station TSR South located in the South SkyLink station Gatehouses Terminal C TSR North located in the North SkyLink station TSR South located in the South SkyLink station Gatehouses Terminal D Gatehouses The Contractor will be responsible for providing connectivity from the client locations to the demarcation points Workstation Locations AA Tower located between Terminal A & C Terminal D South Ground Control Tower Spare 7.5. Server Locations Terminal D MSR North for Server Terminal D MSR South for Server The Contractor will be responsible for providing connectivity from the DALLAS/FORT WORTH INTERNATIONAL AIRPORT enterprise LAN to the host computers All data (operational, configuration, metadata) must be stored in a relational database All data (operational, configuration, metadata) should be stored in a relational database As part of the proposal, Contractor must provide a proposal for complete system maintenance to include adequate staff for a period of twelve (12) months following final acceptance and for ADDENDUM No. 2 Page 5 of 11

6 each of three (3) option years that may be exercised by the Owner. Such staff will be on site eighteen (18) hours per day, seven (7) days per week. The system administrator(s) will also be 24 hours on call. The administrator will be responsible for every aspect of system operation and administration as well as teaching and mentoring DALLAS/FORT WORTH INTERNATIONAL AIRPORT staff in system administration System Maintenance As part of the proposal, Contractor must provide a proposal for complete system maintenance to include adequate staff for a period of six (6) months following final acceptance. Such staff will be on site eight (8) hours per day, five (5) days per week and on-call when not on-site. The administrator will be responsible for every aspect of system operation and administration as well as teaching and mentoring DALLAS/FORT WORTH INTERNATIONAL AIRPORT staff in system administration. This cost shall be included in the base bid As supplemental pricing, Contractor must provide a proposal for complete system maintenance to include adequate staff for an additional period of six (6) months that may be exercised at the option of the Owner. Such staff will be on site eight (8) hours per day, five (5) days per week and on-call when not on-site. The administrator will be responsible for every aspect of system operation and administration as well as teaching and mentoring DALLAS/FORT WORTH INTERNATIONAL AIRPORT staff in system administration. This cost shall be provided as supplemental pricing As supplemental pricing, Contractor must provide pricing for system support on an oncall basis for each of three (3) option years that may be exercised by the Owner. Pricing shall include: A daily rate based on staff being on-site eight (8) hours per day An hourly rate There shall be no single point of failure other than the end device. 3. Division 16, Section Performance Specification for Aircraft Visual Guidance Docking System A-VDGS first paragraph under 4.0 INTERFACE TO RESERVATION SYSTEMS The GOS must be capable of interfacing to most airline reservation systems for the purpose of receiving flight information and sending docking event information between the two systems. The interface between reservation systems and the Gate Operating System (GOS) shall result in a fully automated system that includes the following functionality: E. Communications ADDENDUM No. 2 Page 6 of 11

7 Proposer is to build a complete communications network for the AVDGS units from the AVDGS to Ethernet converter to connect each AVDGS unit to two DFW Point of Presences (POPs), located in terminal, in a redundant configuration so as to minimize a single point of failure in the communication path. This network design must be certified by a Registered Communication Distributed Designer (RCDD) and designed & Constructed built to Building Industry Consulting Service International, Inc.(BICSI) standards. See Section for more detailed requirements. E. Communications Proposer is to build a complete communications network for the AVDGS units from the AVDGS to Ethernet converter to connect each AVDGS unit to DFW Points of Presence (POPs), located in terminal. This network design must be certified by a Registered Communication Distributed Designer (RCDD) and designed & Constructed built to Building Industry Consulting Service International, Inc.(BICSI) standards. See Section for more detailed requirements. As a proposal alternate, build a complete communications network for the AVDGS units from the AVDGS to Ethernet converter to connect each AVDGS unit to DFW Points of Presence (POPs), located in terminal in a redundant configuration so as to minimize a single point of failure in the communication path. Attachments Revised Bid Pages B-2, B-3 and B-3A ALL OTHER ITEMS, INCLUDING SUBMITTAL, REMAIN AS PRINTED IN THE IFB. ADDENDUM No. 2 Page 7 of 11

8 Attachments ADDENDUM No. 2 Page 8 of 11

9 CONTRACT NO AIRCRAFT AUTO DOCKING Receipt is hereby acknowledged of the following Addenda to the Contract Documents: Addendum No. 1 Date Received Addendum No. 2 Date Received Addendum No. 3 Date Received Addendum No. 4 Date Received Addendum No. 5 Date Received Ack. By Ack. By Ack. By Ack. By Ack. By The owner will determine the preferred selection based on the following criteria: adherence to system specifications, experience and qualifications, references, system integration, and price. The owner reserves the right to award all or none of the work. SUMMARY OF PROPOSAL Attach summary of Experience & Qualifications. Attach references. BASE BID CONTRACTOR agrees to construct Contract No , Aircraft Auto Docking" in accordance with the plans and specifications and to complete the work within one hundred eighty-five (185) consecutive calendar days for substantial completion, with an additional thirty (30), consecutive calendar days for final completion, from the date set forth in the Notice to Proceed for the following amount: PRICE: Separate Cost Breakdown (for Tax Exemption Information) Materials to be Incorporated... $ All Other Costs... $ Total Base Bid... $ ALTERNATE ONE DOLLARS and /100 ($. CONTRACTOR agrees to construct Contract No , Aircraft Auto Docking" in accordance with the plans and specifications and to complete the work within two hundred seventy-five (275) consecutive calendar days for substantial completion, with an additional thirty (30), consecutive calendar days for final completion, from the date set forth in the Notice to Proceed for the following amount: ALTERNATE ONE PRICE: Separate Cost Breakdown (for Tax Exemption Information) Materials to be Incorporated... $ All Other Costs... $ Total Alternate 1... $ ALTERNATE TWO DOLLARS and /100 ($. CONTRACTOR agrees to construct Contract No , Aircraft Auto Docking", in a redundant fashion, as described in E, in accordance with the plans and specifications and to complete the work within one hundred eighty-five (185) consecutive calendar days for substantial completion, with an additional thirty (30), consecutive calendar days for final completion, from the date set forth in the Notice to Proceed for the following amount: PRICE: Separate Cost Breakdown (for Tax Exemption Information) Materials to be Incorporated... $ All Other Costs... $ Total Alternate 2... $ DOLLARS and /100 ($. Aircraft Auto Docking BID PAGES Contract Addendum No. 2 B - 2 October 16, 2007

10 ALTERNATE THREE CONTRACTOR agrees to construct Contract No , Aircraft Auto Docking", in a redundant fashion, as described in E, in accordance with the plans and specifications and to complete the work within two hundred seventy-five (275) consecutive calendar days for substantial completion, with an additional thirty (30), consecutive calendar days for final completion, from the date set forth in the Notice to Proceed for the following amount: PRICE: Separate Cost Breakdown (for Tax Exemption Information) Materials to be Incorporated... $ All Other Costs... $ Total Alternate 3... $ DOLLARS and /100 ($. SUPPLEMENTAL PRICING CONTRACTOR agrees to the schedule of prices for a period of three (3) years after the date of final acceptance. Description Unit Unit Price Unit Price in Words Furnish and install server Each, complete $ Furnish and install workstation Each, complete $ Furnish and configure switch Each, complete $ Gate Installation, display unit and operator panel, to Building, complete in place Gate Installation, display unit and operator panel, on pole, complete in place 6 months Option Year 1, Daily Rate Each, complete $ Each, complete $ Lump Sum $ Per Day $ Option Year 2, Daily Rate Per Day $ Option Year 3, Daily Rate Per Day $ Option Year 1, Hourly Rate Per Hour $ Option Year 2, Hourly Rate Per Hour $ Option Year 3, Hourly Rate Per Hour $ Aircraft Auto Docking BID PAGES Contract Addendum No. 2 B - 3 October 16, 2007

11 The proposer shall complete the following statement by checking the appropriate space. The proposer has has not participated in a previous contract subject to the equal opportunity clause prescribed by Executive Order 10925, or Executive Order 11114, or Executive Order The proposer has has not submitted all compliance reports in connection with any such contract due under the applicable filing requirements; and that representations indicating submission of required compliance reports signed by proposed subcontractors will be obtained prior to award of subcontracts. If the proposer has participated in a previous contract subject to the equal opportunity clause and has not submitted compliance reports due under applicable filing requirements, the Proposer shall submit a compliance report on Standard Form 100, "Employee Information Report EEO-1" prior to the award of contract. Standard Form 100 is normally furnished contractors annually, based on a mailing list currently maintained by the Joint Reporting Committee. In the event a contractor has not received the form, he may obtain it by writing to the following address: Joint Reporting Committee,1800 G Street, Washington, DC ( ) The below listed firm is a Disadvantaged Business Enterprise (DBE / M/WBE). NAME OF PROPOSER/CORPORATION: PROPOSER'S ADDRESS: CITY, STATE, ZIP: PHONE NO.: PRINTED NAME & TITLE OF PERSON SIGNING BID FEDERAL I.D. NUMBER SIGNATURE: (Seal, if bid by a Corporation) Aircraft Auto Docking BID PAGES Contract Addendum No. 2 B -3A October 16, 2007