Bid designation: Public State of California


[PDF]Bid designation: Public State of California - Rackcdn.com000417b6df56f4ae5bbf-f6bd2cfeac0f4625637eac684e9e6a05.r25.cf1.rackcdn.com/...

2 downloads 258 Views 7MB Size

State of California

Bid IFB 13-001

Solicitation IFB 13-001

CDCR CONVERGED TELEPHONY ENTERPRISE NETWORK (CTEN)

Bid designation: Public

State of California

11/26/2013 11:11 AM

p. 1

State of California

Bid IFB 13-001

Bid IFB 13-001 CDCR CONVERGED TELEPHONY ENTERPRISE NETWORK (CTEN) Bid Number   

IFB 13-001

Bid Title   

CDCR CONVERGED TELEPHONY ENTERPRISE NETWORK (CTEN)

Expected Expenditure    $0.00 (This price is expected - not guaranteed) Bid Start Date

Nov 25, 2013 7:38:47 PM PST

Bid End Date

Feb 18, 2014 5:00:00 PM PST

Question & Answer End Date

Dec 16, 2013 5:00:00 PM PST

Bid Contact   

TIFFANY ANGULO 916-454-7299 [email protected]

Pre-Bid Conference  

Dec 10, 2013 1:00:00 PM PST Attendance is optional Location: Participation at the Bidders’ Conference is optional and highly recommended. Bidder’s Conference: Date: Tuesday, December 10, 2013 Time: 1:00-4:00 pm., PST Location: Technology Agency Training and Events Center 10860 Gold Center Drive Rancho Cordova, CA 95670

Standard Disclaimer     The State of California advises that prospective bidders periodically check the websites, including but not limited to Bidsync, and/or other state department links for modifications to bid documents. The State of California is not responsible for a prospective bidder's misunderstanding of the bid solicitation or nonresponsive bid due to failure to check these websites for updates or amendments to bid documents, and/or other information regarding the bid solicitations. Failure to periodically check these websites will be at the bidder's sole risk. The information published and/or responded to on these websites is public information. Confidential questions/issues/concerns should be directed to the contact on the ad.

Description The State of California is formally issuing CDCR CTEN Invitation for Bid.  The purpose of this Invitation for Bid (IFB) to solicit responses from qualified vendors  who are able to: 1. Configure, plan, implement and manage a Converged Telephony Enterprise Network (CTEN) solution. 2. Network multiple locations utilizing a Multiprotocol Label Switching (MPLS) network. 4. Maintain the CTEN Solution, sub-systems, and add-on applications. It is the State’s intent to award this contract to a single vendor as a result of this solicitation. All awards will be based on lowest net cost. All files are contained in the .zip file dated 11_25_13. The State has uploaded both MS Word version and .PDF versions. IMPORTANT - Please take note of the Key Action Dates and Activities. Be sure to frequently check for updates or Addendums.

11/26/2013 11:11 AM

p. 2

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 2 – Bidder Response

INVITATION FOR BID IFB 13-001 PART 2 – BIDDER’S RESPONSE FOR CONVERGED TELEPHONY ENTERPRISE NETWORK (CTEN) November 25, 2013 Issued by: STATE OF CALIFORNIA Department of Corrections and Rehabilitation

Disclaimer: The original PDF version and any subsequent addendums of the IFB released by the Procurement Official of this bid remain the official version. In the event of any inconsistency between the Bidder’s versions, articles, attachments, specifications or provisions which constitute the Contract, the official State version of the IFB in its entirety shall take precedence.

11/26/2013 11:11 AM

p. 3

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 2 – Bidder Response

INTENTIONAL BLANK PAGE

04/16/2013 11/26/2013 11:11 AM

ii p. 4

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 2 – Bidder Response

IFB 13-001 PART 2 BIDDER RESPONSE

04/16/2013 11/26/2013 11:11 AM

iii p. 5

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 2 – Bidder Response

TABLE OF CONTENTS 11 STATEMENT OF WORK ......................................................................................... 9 11.1

GENERAL .................................................................................................... 9

11.2

TERM OF CONTRACT ................................................................................ 9

11.3

CONTRACT CONTACTS ............................................................................. 9

11.4

DESCRIPTION ........................................................................................... 10

11.5

LOCATION ................................................................................................. 11

11.6

AMENDMENT ............................................................................................ 11

11.7

SERVICE LEVEL REQUIREMENTS .......................................................... 11

11.8

UNANTICIPATED TASKS .......................................................................... 13

11.9

CDCR RESPONSIBILITIES ....................................................................... 14

11.10 CONTRACTOR RESPONSIBILITIES ........................................................ 14 11.11 ACCEPTANCE AND MAINTENANCE ....................................................... 16 11.12 IMPLEMENTATION DELIVERABLES ........................................................ 17 11.12.1 Implementation Phase 1 Planning and Design .......................................17 11.12.2 Implementation Phase II Core Voice Platform ........................................17 11.12.3 Implementation Phase III Institutional CTEN Installation Process and Coordination ...........................................................................................19 11.12.4 Implementation Phase IV Post Implementation Deliverables ..................19

11.13 BUDGET DETAIL AND PAYMENT PROVISIONS ..................................... 20 11.13.1 Invoicing and Payment ...........................................................................20 11.13.2 Budget Contingency Clause ...................................................................22 11.13.3 Price Guarantee Period ..........................................................................22 11.13.4 Pricing and Service Review ....................................................................22 11.13.5 Prompt Payment Clause.........................................................................23 11.13.6 Materials/Supplies ..................................................................................23 11.13.7 Travel and Per Diem ..............................................................................23

04/16/2013 11/26/2013 11:11 AM

iv p. 6

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 2 – Bidder Response

12 REFERENCE DOCUMENTS.................................................................................. 23 13 ATTACHMENTS .................................................................................................... 24 ATTACHMENT 1: INTENT TO BID ........................................................................ 25 ATTACHMENT 2: CONFIDENTIALITY STATEMENT (M) ..................................... 26 ATTACHMENT 3: BIDDERS CHECKLIST RESPONSE TO ADMINISTRATIVE REQUIREMENTS (M) ................................................................................ 27 ATTACHMENT 4: WORKERS’ COMPENSATION CERTIFICATION (M) .............. 29 ATTACHMENT 5: PAYEE DATA RECORD (M) ..................................................... 30 ATTACHMENT 6: CERTIFICATION FOR USE TAX FOR SELLER’S PERMIT (M) ................................................................................................................... 31 ATTACHMENT 7: CONTRACTOR’S CERTIFICATION CLAUSE (CCC-307) ........ 32 ATTACHMENT 8: IRAN CONTRACTING ACT OF 2010 (M) ................................. 36 ATTACHMENT 9: BIDDING PREFERENCES AND INCENTIVES (M) .................. 37 ATTACHMENT 10: STD 843 DVBE DECLARATIONS (M) .................................... 38 ATTACHMENT 11: GSPD 05-105 BIDDER DECLARATION (M)........................... 39 ATTACHMENT 12: STD 830 TACPA PREFERENCE REQUEST (M) ................... 40 ATTACHMENT 13: ................................................................................................. 41 ATTACHMENT 13: BIDDER QUALIFICATION SUMMARY FORM INSTRUCTIONS:........................................................................................ 41 ATTACHMENT 14 .................................................................................................. 46 ATTACHMENT 14: BIDDER QUALIFICATION REFERENCE FORM: ................... 46 ATTACHMENT 15: STD 213, STANDARD AGREEMENT (M) .............................. 47 ATTACHMENT 16: UNANTICIPATED TASKS WORK AUTHORIZATION ............ 49 ATTACHMENT 17: SAMPLE DELIVERABLE/MILESTONE SUBMITAL FORM ... 50 ATTACHMENT 18: STAFF QUALIFICATION SUMMARY FORM.......................... 51 ATTACHMENT 18: STAFF QUALIFICATION SUMMARY FORM INSTRUCTIONS ................................................................................................................... 51 ATTACHMENT 18A: STAFF QUALIFICATION SUMMARY FORM (ACCOUNT MANAGER) ................................................................................................ 53 ATTACHMENT 18B: STAFF QUALIFICATION SUMMARY FORM (CUSTOMER SERVICE EXECUTIVE) ............................................................................. 54

04/16/2013 11/26/2013 11:11 AM

v p. 7

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 2 – Bidder Response

ATTACHMENT 18C: STAFF QUALIFICATION SUMMARY FORM (PROJECT MANAGER) ................................................................................................ 54 ATTACHMENT 18D: STAFF QUALIFICATION SUMMARY FORM (TECHNICAL LEAD) ......................................................................................................... 55 ATTACHMENT 18E: STAFF QUALIFICATION SUMMARY FORM (TECHNICIAN) ................................................................................................................... 57 ATTACHMENT 18F: STAFF QUALIFICATION SUMMARY FORM (VOIP NETWORK ENGINEER) ............................................................................ 58 ATTACHMENT 19: BIDDER’S LIBRARY AND REQUEST FOR INFORMATION CALIFORNIA DEPARTMENT OF CORRECTIONS AND CTEN PROJECT ................................................................................................................... 59 ATTACHMENT 20 NETWORK DIAGRAM AS REFERENCED IN APPENDIX A, TR 43 – 67 .................................................................................................. 61 ATTACHMENT 21 PARTNER LEVEL AGREEMENT AS REFERENCED IN APPENDIX B, BR ....................................................................................... 62 APPENDIX C, COST WORKSHEETS ........ ERROR! BOOKMARK NOT DEFINED. COST WORKSHEET INSTRUCTIONS .................. Error! Bookmark not defined. Cost Worksheet #1 ................................................. Error! Bookmark not defined.

ATTACHMENT 22: PROJECT TEAM INFORMATION .......................................... 63 ATTACHMENT 23: OEM TELEPHONE SPECIFICATIONS................................... 64 ATTACHMENT 24: AVAYA PRICE BOOK CATALOG ........................................... 65 ATTACHMENT 25: ITEMIZED LIST OF COMPONENTS ...................................... 66 ATTACHMENT 26A ................................................................................................ 67 ATTACHMENT 26A: STAFF QUALIFICATION REFERENCE FORM (ACCOUNT MANAGER) ................................................................................................ 67 ATTACHMENT 26B ................................................................................................ 68 ATTACHMENT 26B: STAFF QUALIFICATION REFERENCE FORM (CUSTOMER SERVICE EXECUTIVE) ............................................................................. 68 ATTACHMENT 26C ............................................................................................... 69 ATTACHMENT 26C: STAFF QUALIFICATION REFERENCE FORM (PROJECT MANAGER) ................................................................................................ 69

04/16/2013 11/26/2013 11:11 AM

vi p. 8

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 2 – Bidder Response

ATTACHMENT 26D ...................................................................................................... 70 ATTACHMENT 26D: STAFF QUALIFICATION REFERENCE FORM (TECHNICAL LEAD) ......................................................................................................... 70 ATTACHMENT 26E ...................................................................................................... 71 ATTACHMENT 26E: STAFF QUALIFICATION REFERENCE FORM (TECHNICIAN) ........................................................................................... 71 ATTACHMENT 26F ................................................................................................ 72 ATTACHMENT 26F: STAFF QUALIFICATION REFERENCE FORM (VOIP NETWORK ENGINEER) ............................................................................ 72 GLOSSARY .................................................................................................................. 74 DEFINITIONS, ACRONYMS, AND ABBREVIATIONS ........................................... 74

04/16/2013 11/26/2013 11:11 AM

vii p. 9

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 2 – Bidder Response

TABLE OF TABLES TABLE 14 CONTACTS ................................................................................................... 9 TABLE 16: IMPLEMENTATION PHASE 1 PLANNING AND DESIGN.......................... 17 TABLE 17: IMPLEMENTATION PHASE II CORE VOICE PLATFORM ........................ 18 TABLE 18: IMPLEMENTATION PHASE III INSTITUTIONAL CTEN INSTALLATION PROCESS AND COORDINATION ......................................................................... 19 TABLE 19: IMPLEMENTATION PHASE IV POST IMPLEMENTATION DELIVERABLES ................................................................................................................................ 20 TABLE 15: REFERENCE DOCUMENTS ...................................................................... 23 TABLE 20: DEFINITIONS, ACRONYMS, AND ABBREVIATIONS ............................... 74

04/16/2013 11/26/2013 11:11 AM

viii p. 10

State of California

State of California Department of Corrections and Rehabilitation

11

Bid IFB 13-001

IFB 13-001 Part 2 – Bidder Response

STATEMENT OF WORK 11.1

GENERAL The purpose of this Statement of Work (SOW) is to describe the tasks, services, and responsibilities for the PBX Upgrade or replacement contract to be provided by (Awarded Contractor Name), herein after referred to as the “Contractor”, for the Department of Corrections and Rehabilitation, herein after referred to as the “CDCR”.

11.2

TERM OF CONTRACT This Agreement shall become effective upon approval by the Department of Technology and shall remain in effect for five years. CDCR may, at its sole discretion, authorize a one year extension for a maximum six year term. This Agreement is of no effect unless approved by the Department of Technology and no work shall begin before that time.

11.3

CONTRACT CONTACTS All inquiries during the term of this Agreement will be directed to the project representatives listed Table 14 below:1

TABLE 14 CONTACTS

1

State Agency: CDCR

Contractor: TBD

Section/Unit: INTEGRATED COMMUNICATION UNIT

Section/Unit:TBD

Project Manager: Mike Shank

Project Manager: TBD

Address: 1960 Birkmont Drive, Rancho Cordova, CA 95742

Address: TBD

Business Phone: (916) 358-2576

Business Phone:TBD

Fax: TBD

Fax: TBD

Email Address: [email protected]

Email Address: TBD

Section 11.3, Contract Contacts, A. and B. shall be completed by the State after Contract Award

9 11/26/2013 11:11 AM

p. 11

State of California

State of California Department of Corrections and Rehabilitation

11.4

Bid IFB 13-001

IFB 13-001 Part 2 – Bidder Response

DESCRIPTION The following items within this subsection describe the CDCR SOW requirements.

a. The contractor will provide a complete converged telephony enterprise network (CTEN) solution that will upgrade the existing Time Division Multiplexing (TDM) Private Branch Exchange (PBX) telephone switches, system administration, voice mail systems, automated attendant and call accounting systems as per Part 2, Technical Requirements Appendix A and Business Requirements Appendix B. The solution will include networking all CDCR locations specified in IFB Part 2, Section 4, Appendix A over a Multiprotocol Label Switching (MPLS) network to interface with two geographically separated cores which will house centralized and redundant system administration management, session control, routing control, call control, Public Switched Telephone Network (PSTN) access, voice mail, automated attendant and non-redundant call accounting. b. Provide location surveys at all 40 CDCR locations to asses, and report to the CDCR each location’s readiness for deploying the CTEN solution. - Part 2, Technical Requirements Appendix A, TR 639, 641, 665,668 and 694. c. Provide a network survey to asses, and report to the CDCR the readiness for deploying the CTEN solution. -Part 2, Technical Requirements Appendix, A d. Provide the CTEN solution in a phased rollout that will begin with the centralized core platforms networked to two CDCR locations followed by the remaining CDCR locations over a 36 month period – Part 2, Technical Requirements, Appendix A TR643 e. Provide operational and management services for the deployed CTEN solution for the duration of deployment. – Part 2, Technical Requirements, Appendix A TR643 f. Provide transition in of maintenance for all elements of the CTEN solution from the existing maintenance provider at the start of the implementation of each element of the CTEN solution – Part 2, Technical Requirements Appendix A TR 046 g. Perform and manage all required tasks and provide all required components to deploy the CTEN solution at all 40 CDCR locations and two core locations in a mutually agreed upon implementation schedule - Part 2, section 11.12.2 and 3. h. Provide on-site training, mentoring, and knowledge transfer required to operate, manage, provide training material, and support the solution to the CDCR support staff and end users during the implementation phase and post implementation – Part 2, Technical Requirements, Appendix A TR 652, 800,803, 805, 807, 809, 811 and 813.

10 11/26/2013 11:11 AM

p. 12

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 2 – Bidder Response

i. Provide system monitoring of all elements of the CTEN solution – Part 2, Technical Requirements, Appendix A TR 722. j. Provide post implementation installation and Move, Add, Changes (M/A/C) services for the duration of the contract – Part 2, Technical Requirements, Appendix A TR 691. k. Provide software assurance on all elements for the duration of the contract – Part 2, Technical Requirements, Appendix A TR 548 and Appendix B BR 6, 7, 8 and 9.

11.5

LOCATION The Contractor shall provide PBX upgrades at 40 locations throughout California. In addition, two redundant core platforms, consisting of centralized management, voice mail, automated attendant and one non-redundant call accounting system shall be installed. Please see Bidder’s Library located in xxx for details on locations

11.6

AMENDMENT No amendment or variation of the terms of this Agreement shall be valid unless made in writing, signed by the parties and approved as required. No Oral understanding or Agreement not incorporated in the Agreement is binding on any of the parties.

11.7

SERVICE LEVEL REQUIREMENTS CDCR Service Level Agreements (SLAs) detail the benchmarks of service that the Contractor is expected to maintain for the CDCR PBX services throughout the term of the Contract and their appropriate remedies. The Contractor’s failure to meet the Service Levels may result in Deficiency Charges as follows: DEFICIENCY CHARGES 1. Installation and Implementation Installation and Implementation as described in Part 2, Appendix A TR 743 – 708 shall be adhered to during the installation and implementation periods. If during installation and implementation the system is inoperative for any reason or there is a malfunction which seriously affects the security or function of the CDCR facility, then the maintenance deficiency charges as described below would come into effect. Failure to meet these response times will result in the Contractor being liable for deficiency charges. Deficiency charges shall be assessed each day according to the deficiency charges as listed above, and any additional costs incurred by the CDCR until service is restored. (Refer to the Deficiency charges, Installation chart above Part 2, SOW, Deficiency charges, 2) CDCR and therefore that in the event of any such failure to restore service, the Contractor will pay such amounts as deficiency charges and not as a penalty. Amounts due to CDCR as deficiency charges may be collected by the State from any payments due to the Contractor. CDCR shall notify the Contractor in writing within 60 days following the 11

11/26/2013 11:11 AM

p. 13

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 2 – Bidder Response

restoration of services of any claim for deficiency charges pursuant to this paragraph on or before CDCR collects such sums from payments due to the Contractor. DEFICIENCY CHARGES/COST PER DAY Lines/Ports (as applicable) Affected Cost Per Day 1 to 50

$500

51 to 100

$1,000

101 to 200

$2,000

201 to 400

$2,500

401 and Above

$5,000

2. Maintenance Maintenance as described in Part 2, Appendix A TR 762 – 799 shall be maintained during the warranty period and under Contractor maintenance thereafter, in accordance with the preventive and remedial maintenance response and restoration of service timeframes. Failure to meet these response times will result in the Contractor being liable for deficiency charges. Deficiency charges shall be assessed each day according to the deficiency charges as listed above, and any additional costs incurred by the CDCR until service is restored. (Refer to the Deficiency charges, Installation chart above Part 2, SOW, Deficiency charges, 2) CDCR and therefore that in the event of any such failure to restore service, the Contractor will pay such amounts as deficiency charges and not as a penalty. Amounts due to CDCR as deficiency charges may be collected by the State from any payments due to the Contractor. CDCR shall notify the Contractor in writing within 60 days following the restoration of services of any claim for deficiency charges pursuant to this paragraph on or before CDCR collects such sums from payments due to the Contractor. 3. Additional Liability Limitations In addition to Deficiency Charges set forth in the Limitations of Liability, General Provisions, Part 1 Section 5.1.5 of this Contract, an assessment by CDCR to include the costs associated with the number of affected lines. For the purpose of Deficiency charges, “Lines” shall be any equipment directly or indirectly affected by the Contractor’s failure to deliver in accordance with the contract requirements. This shall include workstations, i.e. phones, faxes, or other communications equipment.

4. If Contractor fails to meet the requirements at the level contracted for in Appendix A and B, Contractor shall apply a credit of $500 for each calendar day overdue.

12 11/26/2013 11:11 AM

p. 14

State of California

State of California Department of Corrections and Rehabilitation

11.8

Bid IFB 13-001

IFB 13-001 Part 2 – Bidder Response

UNANTICIPATED TASKS In the event that additional work must be performed to ensure that deliverables of this contract, the procedures outlined in the General Provisions – Telecommunications, agreed upon in IFB 13-001, will be employed. For each item of unanticipated work not specified in the Statement of Work, an Unanticipated Tasks Work Authorization will be prepared (see Attachment 16). a. In the event that additional work must be performed which was wholly unanticipated and is not specified in the Statement of Work, but which in the opinion of both parties is necessary to the successful accomplishment of the general scope of work outlined, the procedures outlined in this Section will be employed. b. For each item of unanticipated work not specified in the Part 2, Section 11 Statement of Work, a Work Authorization will be prepared in accordance with the sample attached in Part 2, Attachment 16. c. It is understood and agreed by both parties to this Contract that all of the terms and conditions of this Contract shall remain in force with the inclusion of any such Work Authorization. Such Work Authorization shall in no way constitute a Contract other than as provided pursuant to this Contract nor in any way amend or supersede any of the other provisions of this Contract. d. Each Work Authorization shall consist of a detailed statement of the purpose, objective, or goals to be undertaken by the Contractor, the job classification or approximate skill level of the personnel to be made available by the Contractor, an identification of all significant material to be developed by the Contractor and delivered to the State, an identification of all significant materials to be delivered by the State to the Contractor, an estimated time schedule for the provisions of these services by the Contractor, completion criteria for the work to be performed, the name or identification of the Contractor personnel to be assigned, the Contractor's estimated work hours required to accomplish the purpose, objective or goals, the Contractor's billing rates per work hour, and the Contractor's estimated total cost of the Work Authorization. e. All Work Authorizations must be in writing prior to beginning work and signed by the Contractor and the State. f. The State has the right to require the Contractor to stop or suspend work on any Work Authorization pursuant to the “Stop Work” provision of the General Provisions. g. Personnel resources will not be expended (at a cost to the State) on task accomplishment in excess of estimated work hours required unless the procedure below is followed:

13 11/26/2013 11:11 AM

p. 15

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 2 – Bidder Response

1) If, in the performance of the work, the Contractor determines that a Work Authorization to be performed under this Contract cannot be accomplished within the estimated work hours, the Contractor will immediately notify the State in writing of the Contractor's estimate of the work hours which will be required to complete the Work Authorization in full. Upon receipt of such notification, the State may: (a) Authorize the Contractor to expend the estimated additional work hours or service in excess of the original estimate necessary to accomplish the Work Authorization (such an authorization not unreasonably to be withheld), or (b) Terminate the Work Authorization, or (c) Alter the scope of the Work Authorization in order to define tasks that can be accomplished within the remaining estimated work hours. 2) The State will notify the Contractor in writing of its election within seven calendar days after receipt of the Contractor's notification. If notice of the election is given to proceed, the Contractor may expend the estimated additional work hours or services. The State agrees to reimburse the Contractor for such additional work hours.

11.9

CDCR RESPONSIBILITIES The CDCR's representative under this Contract will be the person identified in the IFB Documents, or in a subsequent notice to the Contractor, as the “CDCR Project Manager.” The CDCR Project Manager will review and approve all reports submitted by the Contractor in reference to the performance of the Project; conduct all State liaison activities with the Contractor; and accept or reject the Deliverables and/or the completed Project. The CDCR Project Manager may delegate his/her responsibilities for individual aspects of the Project to one or more managers, who may act as the CDCR Project Manager for those individual portions of the Project. The CDCR will be responsible for providing only those items, if any, expressly identified in the IFB Documents. If the CDCR has agreed to provide facilities and/or equipment, the Contractor, by signing this Contract, warrants that the Contractor has either inspected the facilities and/or equipment or has voluntarily waived an inspection and will work with the facilities and/or equipment on an “as is” basis.

11.10 CONTRACTOR RESPONSIBILITIES The Contractor’s Project Manager under this Contract will be the person identified on the IFB Documents as the “Project Manager." If no designated Project Manager is being utilized, the “Technical Lead” will perform in that capacity. The Project Manager will be the Contractor’s liaison with the CDCR under this Contract. The Project Manager will conduct all Project meetings, prepare and submit all reports, plans, and required materials to the CDCR Project Manager per the IFB Documents.

14 11/26/2013 11:11 AM

p. 16

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 2 – Bidder Response

Either party, upon written notice to the other party, may designate another Project Manager. However, the Contractor may not replace the Project Manager without the approval of the CDCR if that person is identified in the IFB Documents by name or as a key individual on the Project. The Contractor must coordinate the successful execution of the Project and direct all Project activities on a day-to-day basis, with the advice and consent of the CDCR Project Manager. The Contractor will be responsible for all communications regarding the progress of the Project and will discuss with the CDCR Project Manager any issues, recommendations, and decisions related to the Project. If any part of the Project requires installation on the CDCR's property, the CDCR will provide the Contractor with reasonable access to the installation site. After the installation is complete, the Contractor must complete an installation letter and secure the signature of the CDCR Project Manager certifying that installation is complete and the Project, or applicable portion of it, is operational. The letter must describe the nature, date, and location of the installation, as well as the date the Project Manager certified the installation as complete and operational. Unless otherwise provided in the IFB Documents, the Contractor is solely responsible for obtaining all official permits, approvals, licenses, certifications, and similar authorizations required by CDCR, or any local, state, or federal agency for the Project and maintaining them throughout the duration of this Contract. Meeting Attendance and Reporting Requirements. The Contractor's Project approach must adhere to the following Project meeting and reporting requirements: 1. Immediate Reporting - The Contract Administrator, or designee, must within 48 hrs immediately report any Project staffing changes to the CDCR Project Manager. 2. Attend bi-Weekly Status Meetings - The Contractor Project team members must attend bi-weekly status meetings with the CDCR Project Manager and other members of the Project teams deemed necessary to discuss Project issues. The meetings must follow an agreed upon agenda and allow the Contractor and the CDCR to discuss any issues that concern them. 3. Provide bi-weekly Status Reports - The Contractor must provide written status reports to the CDCR Project Manager at least one full business day before each bi-weekly status meeting. At a minimum, status reports must contain the items identified below: 1. Updated Gantt chart developed in collaboration with the CDCR, along with a copy of the corresponding Project Plan files (i.e. MS Project) on electronic media acceptable to the CDCR; 2. Status of currently planned tasks, specifically identifying tasks not on schedule and a resolution plan to return to the planned schedule; 15 11/26/2013 11:11 AM

p. 17

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 2 – Bidder Response

3. Issues encountered, proposed resolutions, and actual resolutions; 4. The results of any tests; 5. A Problem Tracking Report; 6. Anticipated tasks to be completed in the next week; 7. Task and Deliverable status, with percentage of completion and time ahead of, or behind, schedule for tasks and milestones; 8. Proposed changes to the Project work breakdown structure and Project schedule, if any; 9. Identification of Contractor staff assigned to specific activities; 10. Planned absence of Contractor staff and their expected return date; and 11. Modification of any known staffing changes. The Contractor's proposed format and level of detail for the status report is subject to the CDCR’s approval. Role

Responsibility

Project Manager

Refer to Appendix B, Business Requirements BR 16 for staff description

Account manager

Refer to Appendix B, Business Requirements BR 13 for staff description

Technical Lead

Refer to Appendix B, Business Requirements BR 15 for staff description

VOIP Engineer

Refer to Appendix B, Business Requirements BR 14 for staff description

Technician

Refer to Appendix B, Business Requirements BR 17 for staff description

Customer Service Executive

Refer to Appendix B, Business Requirements BR 18 for staff description

11.11 ACCEPTANCE AND MAINTENANCE The Contractor must perform quality assurance, quality control, and extensive testing based upon the requirements for each system; including, but not limited to, acceptance tests, load tests, component level tests, and verification that the product works at all locations. Testing must include hardware, software, and application full integration and systems tests, stress tests, post-implementation tests and parallel tests. Contractor’s engineering staff must be engaged during the development and execution of testing to ensure completeness, accuracy, and continuity.

16 11/26/2013 11:11 AM

p. 18

State of California

Bid IFB 13-001

State of California Department of Corrections and Rehabilitation

IFB 13-001 Part 2 – Bidder Response

11.12 IMPLEMENTATION DELIVERABLES The Contractor shall submit an implementation plan within 30 days of contract award. An Implementation Plan must be mutually agreed upon by the Contractor and CDCR as described in Part 2, Appendix A – Technical Requirements TR 614. The Contractor shall be responsible for four implementation phases of the Implementation Plan. 1. Implementation Phase 1 - Planning and Design 2. Implementation Phase 2 – Core Voice Platform Implementation 3. Implementation Phase 3 – Institutional PBX Implementation 4. Implementation Phase 4 – Post Implementation and Maintenance

11.12.1 Implementation Phase 1 Planning and Design In the Planning and Design Phase, the Contractor shall provide planning and design resources and overview as stated in Part 2, Technical Requirements, Appendix A – Technical Resources. Those resources and Planning and Design process are referenced in Table 25: Implementation Phase 1 Planning and Design.

Table 16: Implementation Phase 1 Planning and Design Item

Contractor Deliverable

Completion Date

1

Planning and Design as described in TR 615, TR 616, TR 617, TR 618

30 days of award.

2

Documentation required as referenced in TR 619 - 630

30 days of completion of TR 617.

3

A Project Plan must be submitted as referenced in TR 631 - 637

Within 30 days of completion of TR 617 or a date mutually agreed upon.

11.12.2 Implementation Phase II Core Voice Platform In the Implementation Phase II Core Voice Platform, the Contractor shall provide the installation for the Core Voice Platform within the data centers as referenced in Table 26: Implementation Phase II Core Voice Platform.

17 11/26/2013 11:11 AM

p. 19

State of California

Bid IFB 13-001

State of California Department of Corrections and Rehabilitation

IFB 13-001 Part 2 – Bidder Response

Table 17: Implementation Phase II Core Voice Platform Item

Contractor Deliverable

Completion Date

1

Core Voice Platform network readiness assessment as described in TR 638 – 642.

30 days of completion of TR 632 – 637 or a date mutually agreed upon.

2

Installation of Data Center I and Data Center II Core VoIP components as described in Appendix A, TR 643 – 654.

30 days of completion of TR 639 – 642 or a date mutually agreed upon.

3

The Contractor shall program dial plan, call routing, and least cost routing as referenced in Appendix A, TR 655 – 658.

30 days of completion of TR 639 – 642 or a date mutually agreed upon.

4

The Contractor shall implement Automated Attendant system as referenced in Appendix A, TR 068 – 089.

30 days of completion of TR 639 – 642 or a date mutually agreed upon.

5

The Contractor shall implement Voice Mail as referenced in Appendix A, TR 101 - 172.

30 days of completion of TR 639 – 642 or a date mutually agreed upon.

6

The Contractor shall implement Call Accounting as referenced in Appendix A, TR 173 – 208.

30 days of completion of TR 639 – 642 or a date mutually agreed upon.

7

The Contractor shall place and coordinate TELCO services as referenced in Appendix A, TR 640 and TR 089.

30 days of completion of TR 639 – 642 or a date mutually agreed upon.

8

Test procedures and Solution Acceptance as described in Appendix B BR 020 – BR 25

30 days of completion of Items 6 – 10.

9

System Administration Training to CDCR staff as described in Appendix A, TR 805 – 808.

Prior to cut-over

18 11/26/2013 11:11 AM

p. 20

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 2 – Bidder Response

11.12.3 Implementation Phase III Institutional CTEN Installation Process and Coordination In the Implementation Phase III Institutional CTEN Installation Process and Coordination, the Contractor shall provide CTEN installation process and coordination as referenced in Table 27: Implementation Phase III Institutional CTEN Installation Process and Coordination.

Table 18: Implementation Phase III Institutional CTEN Installation Process and Coordination Item

Contractor Deliverable

Completion Date

1

Institutional readiness assessment as described in TR 664 – 668.

30 days or a date mutually agreed upon.

2

Institutional PBX installation process and coordination as described in Appendix A, TR 669 - 690.

30 days of completion of TR 665 – 668 or a date mutually agreed upon.

3

Contractor shall dispose of any equipment being replaced as described in Appendix A, BR 061.

30 days of Solution Acceptance as described in Appendix B BR 020 – BR 025.

4

Training, mentoring, and knowledge transfer to CDCR staff as described in Appendix A, TR 805 – 814.

Two weeks prior to Solution Acceptance as described in Appendix B BR 020 – BR 025.

5

CDCR Solution Acceptance as described in Appendix B BR 020 – BR 025.

Upon Acceptance Appendix B BR 025

11.12.4 Implementation Phase IV Post Implementation Deliverables In the Implementation Phase IV Post Implementation Deliverables, the Contractor shall provide the following post implementation services as referenced in Table 28: Implementation Phase IV Post Implementation Deliverables.

19 11/26/2013 11:11 AM

p. 21

State of California

Bid IFB 13-001

State of California Department of Corrections and Rehabilitation

IFB 13-001 Part 2 – Bidder Response

Table 19: Implementation Phase IV Post Implementation Deliverables Item

Contractor Deliverable

Completion Date

1

Upon Acceptance of installed solution, the Contractor shall provide Maintenance coverage for the location as referenced in Appendix A TR 709 – 797.

Immediately upon Solution Acceptance as referenced in Appendix B – BR 25

2

The Contractor shall provide remote M/A/Cs as referenced in Appendix A – TR 701

Shall be completed within 48 hours of request.

3

The Contractor shall provide on-site M/A/Cs as referenced in Appendix A – TR 702

Mutually agreed upon by CDCR and Contractor

11.13 BUDGET DETAIL AND PAYMENT PROVISIONS 11.13.1 Invoicing and Payment Implementation Payments 1. The Contractor shall invoice the total cost after acceptance of Implementation Phase 2 – Core installation at Data Center I and Data Center II plus Solution installation at two TBD facilities. The Contractor must identify the Agreement Number, Location of the Data Center, and State assigned Purchase Order Number on the invoice. 2. The Contractor shall invoice the total cost after acceptance of Implementation Phase 3 (Locations 3 through 40) solution installations for the remaining Facilities. The contractor must identify the Agreement Number, Location, and State assigned Purchase Order Number on the invoice. 3. The CDCR Project Manager or designee must approve each invoice and provide written acknowledgement of Acceptance (Per SOW, Acceptance Criteria, Part 2, section 11.12.2 and 3). 4. Payment will be in accordance with the rates identified in IFB 13-001, Part 1, Cost Worksheet C.

20 11/26/2013 11:11 AM

p. 22

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 2 – Bidder Response

Ongoing Operational and Maintenance - Preventive and Remedial Maintenance 1. The Contractor shall invoice the CDCR monthly, in arrears for Data Center I/II and individual site locations. The contractor must identify the Agreement Number, Location, and State assigned Purchase Order Number on the invoice. 2. The Contractor shall guarantee initial per-port maintenance price and the Data Center I and II maintenance unit cost in accordance with IFB 13-001, Part 1, Cost Worksheet C, for the term of the contract. 3. Maintenance cost per site location is the number of active ports multiplied by the per-port cost. 4. Maintenance cost per Data Center I and II is the unit cost in accordance with IFB 13-001, Part 1, Cost Worksheet C. 5. The Preventive and Remedial Maintenance costs for the institutional site locations will be adjusted annually based upon the active programmed ports. a. In the event of a substantial change in the active port count, increase or decrease, the Remedial Maintenance cost shall be adjusted quarterly. The amount must be greater or less than 100 active ports. Moves, Adds, and Changes M/A/C (under 20 stations) 1. These services will require CDCR approval before work may begin. 2. The Contractor shall invoice CDCR monthly, in arrears, once the work has been completed and accepted. The Contractor shall use the hourly M/A/C Technician rate price and parts pricing in accordance with CTEN IFB 13-001, Part 1, Cost Worksheet C, for the term of this contract. Post Implementation M/A/C and Minor Project/Installation (over 20 stations) 1. For minor projects, the Contractor shall receive requests directly from and submit cost estimates to the CDCR Project Manager or designated staff. A typical Minor Project would include M/A/Cs over 20 stations, or systems hardware and/or software upgrades. 2. Upon receipt of a request for Minor Project work, the Contractor shall survey the site, if required, and provide a written cost estimate to the CDCR Project Manager or designated staff. 3. Once approved, the CDCR Project Manager or designated staff shall issue a Notice to Proceed Letter with a certification date to the Contractor to begin work. The CDCR will provide a Purchase Order Number for invoicing.

21 11/26/2013 11:11 AM

p. 23

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 2 – Bidder Response

4. The Contractor shall order the equipment and/or software; deliver to the site location, complete installation, and all necessary testing by the certification date. The Contractor shall submit a written Letter of Certification notifying the State that the work has been successfully completed, and the State shall begin acceptance testing. . 5. A 30 day Acceptance Testing period shall begin the day after the Contractor's Letter of Certification is received by the State. The Contractor may invoice for payment for the completed work once the Acceptance Testing period has been successfully completed and the State has acknowledged it in writing.

11.13.2 Budget Contingency Clause 1. It is mutually understood between the parties that this Agreement may have been written before ascertaining the availability of congressional or legislative appropriation of funds, for the mutual benefit of both parties in order to avoid program and fiscal delays that would occur if the Agreement were executed after that determination was made. 2. This Agreement is valid and enforceable only if sufficient funds are made available to CDCR by the United States Government or the California State Legislature for the purpose of this program. In addition, this Agreement is subject to any additional restrictions, limitations, conditions, or any statute enacted by the Congress or the State Legislature that may affect the provisions, terms or funding of this Agreement in any manner. 3. It is mutually agreed that if the Congress or the State Legislature does not appropriate sufficient funds for the program, this Agreement shall be amended to reflect any reduction in funds. 4. CDCR has the option to terminate the Agreement under the 30 day termination clause or to amend the Agreement to reflect any reduction of funds. 11.13.3

Price Guarantee Period The Contractor shall guarantee all pricing must be at or below market value for the entire term of the Contract agreement. Any adjustment or amendment to the original contract will not be effective unless a written amendment is approved by the State and the Contractor. The State will be given the immediate benefit of any decrease in the market, product set, or allowable discount.

11.13.4 Pricing and Service Review For the purpose of maintaining competitiveness throughout the Term, Contractor agrees to a joint review of its pricing and service functionality annually, or more frequently, at the State’s request, to ensure the State and its Customers will receive cost-competitive and technologically competitive services. The State shall notify the Contractor in writing of any pricing adjustments and service related issues as a result 22 11/26/2013 11:11 AM

p. 24

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 2 – Bidder Response

of the analysis. The Contractor shall have 15 days to confirm and respond to the State’s request for pricing reductions or other service related changes. The effective date for the mutually agreed rate(s) shall be 15 days from written notification by the State. Once an amendment has been issued, the Contractor shall issue rebates or billing credits back to the effective date of the new rate(s). Contractor agrees that requests for amendments to this Contract to reduce statewide rates may be submitted throughout the term.

11.13.5 Prompt Payment Clause Payment will be made in accordance with, and within the time specified in, Government Code Chapter 4.5, commencing with Section 927.

11.13.6 Materials/Supplies Contractor costs associated with the purchase and installation of materials/supplies are considered as a component of the Contractor's rate for services that include wages, overhead, general and administrative expenses and profit.

11.13.7 Travel and Per Diem Travel and per diem expense claims are not applicable to this agreement. CDCR will not reimburse any firm, contractor, or persons for travel and/or per diem.

12

REFERENCE DOCUMENTS If conflict exists between this SOW and the below reference document(s), the SOW shall take precedence.

Table 15: REFERENCE DOCUMENTS Reference

Title

1.

Appendix A, Technical Requirements

2.

Appendix B, Business Requirements

3.

Appendix C and C1-Cxxx

4.

GSPD 401IT

5.

CDCR Special Provisions

All Requirements as described in the Appendix are Mandatory and must be responded to by the Bidder. Costs associated with these services shall be included in the prices provided by the Bidder for the individual items included in the IFB 13-001 Appendix C and C1-Cxxx, Cost Worksheets. Items not listed in the Cost Worksheets will not be billable by the Contractor. As applicable, responses to the requirements will be evaluated in accordance with Part 1, Section 8, Evaluation.

23 11/26/2013 11:11 AM

p. 25

State of California

State of California Department of Corrections and Rehabilitation

13

Bid IFB 13-001

IFB 13-001 Part 2 – Bidder Response

ATTACHMENTS Refer to below

24 11/26/2013 11:11 AM

p. 26

State of California

Bid IFB 13-001

State of California Department of Corrections and Rehabilitation

IFB 13-001 Part 2 – Bidder Response

ATTACHMENT 1: INTENT TO BID (Page 1 of 2)

Procurement Official Name Department of Technology Statewide Technology Procurement Division P. O. BOX 1810, MS Y12 Rancho Cordova, CA 95741 Phone: (916) E-mail address: mail to: We: (select one) ____

Intend to submit a bid.

____

Intend to submit a bid, but have a problem with one (1) or more of the requirements for the reason stated below.

____

Do not intend to submit a bid for reason(s) stated below.

The individual to whom all information regarding this IFB shall be transmitted is:

Name: Address: City, State and ZIP Code: Telephone:

FAX:

E-Mail:

Comment(s)/Explanation(s) Sincerely, Name (Signature)

Name and Title

Email

Company

Telephone

FAX

25 11/26/2013 11:11 AM

p. 27

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 2 – Bidder Response

ATTACHMENT 2: CONFIDENTIALITY STATEMENT (M) As an authorized representative and / or corporate officer of the company named below, I agree that all persons employed by this company will adhere to the following policy: All information belonging to the Department of Technology or its affiliated agencies is considered sensitive and / or confidential and cannot be disclosed to any person or entity that is not directly approved to participate in the work required to execute this Agreement. I certify that I will keep all project information, including, but not limited to information concerning the planning, processes, development or procedures of the Project, and all communication with Department of Technology or its affiliates derivate of any procurement process, confidential and secure. I will not copy, give or otherwise disclose such information to any other person unless the Department of Technology has on file a Confidentiality Statement signed by the other persons, and the disclosure is authorized and necessary for the Project. I understand that the information to be kept confidential includes, but is not limited to, specifications, administrative requirements, terms and conditions, concepts and discussions, as well as written and electronic materials. I further understand that if I leave this project before it ends, I must still keep all project information confidential. I agree to follow any instructions provided by the Project relating to the confidentiality of project information. I fully understand that any unauthorized disclosure I make may be basis for civil or criminal penalties and / or disciplinary action (for state employees). I agree to advise the contract manager immediately in the event of an unauthorized disclosure, inappropriate access, misuse, theft or loss of data. All materials provided for this Project, except where explicitly stated will be promptly returned or destroyed, as instructed by an authorized Department of Technology representative. If the materials are destroyed and not returned, a letter attesting to their complete destruction which documents the destruction procedures must be sent to the contract manager at the Department of Technology before payment can be made for services rendered. In addition, all copies or derivations, including any working or archival backups of the information, will be physically and / or electronically destroyed within five (5) calendar days immediately following either the end of the contract period or the final payment, as determined by the Department of Technology. All personnel assigned to this project shall be provided a Confidentiality Statement and will be expected to sign and return it to the representative listed below before beginning work on this project.

Representative Name

Title

Phone Number

Company Name Street Address City/State/Zip Code Signature Date

26 11/26/2013 11:11 AM

p. 28

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 2 – Bidder Response

ATTACHMENT 3: BIDDERS CHECKLIST RESPONSE TO ADMINISTRATIVE REQUIREMENTS (M) Bidder shall indicate agreement to each of the Administrative Requirements as presented in IFB 13001, Section 2.3 in the Table below. By indicating “Yes” the Bidder affirms that it understands the requirement and agrees to comply with it. IFB Section

Administrative Requirement - IFB Section 2.3

5.1

Information Technology General Terms and Conditions (GSPD-401IT) (M) CDCR Special Provisions Exhibit C (M) Attachment 1, Intent to Bid

5.1.6

Confidentiality Statement (M)

5.1.7

Primary Bidder (M) (Bidder Checklist)

5.1.8

Subcontractors (M) (probably no attachment needed)

2.3.5

Workers’ Compensation (M)

5.1.1

Attachment #

Bidder Agrees Y/N

No Attachment Bidder must agree 1 2 3 No Attachment Bidder must agree and attach separately if applicable 4 No Attachment Bidder must agree and attach separately if applicable No Attachment Bidder must agree 5

Contractor’s License Information 2.3.6

Commercial General Liability (M)

5.1.10

Payee Data Record (M)

5.1.12

Certification for Use Tax for Seller’s Permit (M)

6

5.1.13

Contractor’s Certification Clause (CCC-307) (M)

2.3.10

Darfur Contracting Act of 2008 (M)

5.1.14

Iran Contracting Act of 2010 (M)

5.1.15

Productive Use Requirements

5.1.16

Small Business Preference

7 No Attachment Bidder must agree and attach separately if applicable 8 No Attachment Bidder must agree 9

5.1.17

DVBE Program and Incentive

5.1.18 5.1.20

GSPD-05-105 Bidder Declarations Target Area Contract Preference

2.3.17

Enterprise Zone Act Preference

2.3.18

Local Agency Military Base Recovery Act Preference

10

General Administrative Requirements (M) 2.3.19

11 12 No Attachment Bidder must agree and attach separately if applicable No Attachment Bidder must agree and attach separately if applicable No Attachment Bidder must agree

27 11/26/2013 11:11 AM

p. 29

State of California

Bid IFB 13-001

State of California Department of Corrections and Rehabilitation

IFB 13-001 Part 2 – Bidder Response

ATTACHMENT 3: BIDDERS CHECKLIST RESPONSE TO ADMINISTRATIVE REQUIREMENTS (M) CONTINUED

Part 2

Bidders Qualification Summary Form Instructions

13

Part 2

Bidders Qualification Summary Form (M)

13A

Part 2

Bidders Qualification Reference Form (M)

14

Part 2

STD 213, Standard Agreement (M)

15

Part 2

Unanticipated Tasks Work Authorization

16

Part 2

Sample Deliverable Milestone Submittal Form

17

Part 2

Staff Qualification Summary Form (Instructions)

18

Part 2

Staff Qualification Summary Form (Instructions)

18A-18F

Part 2

Bidders Library

19

Part 2

Network Diagram

20

Part 2

Partner Level Agreement

21

Part 2

Project Team Information

22

Part 2

OEM Telephone Specifications

23

Part 2

Avaya Price Book Catalog

24

Part 2

Itemized List of Components

25

Part 2

Staff Qualification Reference Form (M)

26A-26F

Name of Bidder: Signature of Representative:

Date:

Typed Name and Title:

28 11/26/2013 11:11 AM

p. 30

State of California

Bid IFB 13-001

State of California Department of Corrections and Rehabilitation

IFB 13-001 Part 2 – Bidder Response

ATTACHMENT 4: WORKERS’ COMPENSATION CERTIFICATION (M) The undersigned in submitting this document hereby certifies the following: I am aware of the provisions of Section 3700 of the California Labor Code which requires every employer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with such provisions before commencing the performance of the work of this contract.

Signature

Date

Name and Title (Print or Type)

Street Address

Firm Name

City, State, ZIP

29 11/26/2013 11:11 AM

p. 31

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 2 – Bidder Response

ATTACHMENT 5: PAYEE DATA RECORD (M) ATTACH A COPY OF THE BIDDERS STD 204, PAYEE DATA RECORD TO THIS EXHIBIT.

http://www.documents.dgs.ca.gov/pd/masters/debris/Std204.pdf

30 11/26/2013 11:11 AM

p. 32

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 2 – Bidder Response

ATTACHMENT 6: CERTIFICATION FOR USE TAX FOR SELLER’S PERMIT (M) ATTACH A COPY OF THE BIDDERS CALIFORNIA SELLERS PERMIT TO THIS EXHIBIT.

31 11/26/2013 11:11 AM

p. 33

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 2 – Bidder Response

ATTACHMENT 7: CONTRACTOR’S CERTIFICATION CLAUSE (CCC-307) CCC-307 (M) CERTIFICATION I, the official named below, CERTIFY UNDER PENALTY OF PERJURY that I am duly authorized to legally bind the prospective Contractor to the clause(s) listed below. This certification is made under the laws of the State of California.

Contractor/Bidder Firm Name (Printed)

Federal ID Number

By (Authorized Signature)

Printed Name and Title of Person Signing

Date Executed

Executed in the County of

CONTRACTOR CERTIFICATION CLAUSES 1. STATEMENT OF COMPLIANCE: Contractor has, unless exempted, complied with the nondiscrimination program requirements. (Gov. Code §12990 (a-f) and CCR, Title 2, Section 8103) (Not applicable to public entities.) 2. DRUG-FREE WORKPLACE REQUIREMENTS: Contractor will comply with the requirements of the Drug-Free Workplace Act of 1990 and will provide a drug-free workplace by taking the following actions: a. Publish a statement notifying employees that unlawful manufacture, distribution, dispensation, possession or use of a controlled substance is prohibited and specifying actions to be taken against employees for violations. b. Establish a Drug-Free Awareness Program to inform employees about: 32 11/26/2013 11:11 AM

p. 34

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 2 – Bidder Response

1) The dangers of drug abuse in the workplace; 2) The person's or organization's policy of maintaining a drug-free workplace; 3) Any available counseling, rehabilitation and employee assistance programs; and, 4) Penalties that may be imposed upon employees for drug abuse violations. c. Every employee who works on the proposed Agreement will: 1) Receive a copy of the company's drug-free workplace policy statement; and, 2) Agree to abide by the terms of the company's statement as a condition of employment on the Agreement. Failure to comply with these requirements may result in suspension of payments under the Agreement or termination of the Agreement or both and Contractor may be ineligible for award of any future State agreements if the department determines that any of the following has occurred: the Contractor has made false certification, or violated the certification by failing to carry out the requirements as noted above. (Gov. Code §8350 et seq.) 3. NATIONAL LABOR RELATIONS BOARD CERTIFICATION: Contractor certifies that no more than one (1) final unappealable finding of contempt of court by a Federal court has been issued against Contractor within the immediately preceding two-year period because of Contractor's failure to comply with an order of a Federal court, which orders Contractor to comply with an order of the National Labor Relations Board. (Pub. Contract Code §10296) (Not applicable to public entities.) 4. CONTRACTS FOR LEGAL SERVICES $50,000 OR MORE- PRO BONO REQUIREMENT: Contractor hereby certifies that contractor will comply with the requirements of Section 6072 of the Business and Professions Code, effective January 1, 2003. Contractor agrees to make a good faith effort to provide a minimum number of hours of pro bono legal services during each year of the contract equal to the lessor of 30 multiplied by the number of full time attorneys in the firm’s offices in the State, with the number of hours prorated on an actual day basis for any contract period of less than a full year or 10% of its contract with the State. Failure to make a good faith effort may be cause for non-renewal of a state contract for legal services, and may be taken into account when determining the award of future contracts with the State for legal services. 5. EXPATRIATE CORPORATIONS: Contractor hereby declares that it is not an expatriate corporation or subsidiary of an expatriate corporation within the meaning of Public Contract Code Section 10286 and 10286.1, and is eligible to contract with the State of California. 6. SWEATFREE CODE OF CONDUCT: a. All Contractors contracting for the procurement or laundering of apparel, garments or corresponding accessories, or the procurement of equipment, materials, or supplies, other than procurement related to a public works contract, declare under penalty of perjury that no apparel, garments or corresponding accessories, equipment, materials, or supplies furnished to the state pursuant to the contract have been laundered or produced in whole or in part by sweatshop labor, forced labor, convict labor, indentured labor under penal sanction, abusive forms of child labor or exploitation of children in sweatshop labor, or with the benefit of sweatshop labor, forced labor, convict labor, indentured labor under penal sanction, abusive forms of child labor or exploitation of children in sweatshop labor. The 33 11/26/2013 11:11 AM

p. 35

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 2 – Bidder Response

contractor further declares under penalty of perjury that they adhere to the Sweatfree Code of Conduct as set forth on the California Department of Industrial Relations website located at www.dir.ca.gov, and Public Contract Code Section 6108. b. The contractor agrees to cooperate fully in providing reasonable access to the contractor’s records, documents, agents or employees, or premises if reasonably required by authorized officials of the contracting agency, the Department of Industrial Relations, or the Department of Justice to determine the contractor’s compliance with the requirements under paragraph (a). 7. DOMESTIC PARTNERS: For contracts over $100,000 executed or amended after January 1, 2007, the contractor certifies that contractor is in compliance with Public Contract Code section 10295.3. DOING BUSINESS WITH THE STATE OF CALIFORNIA The following laws apply to persons or entities doing business with the State of California. 1. CONFLICT OF INTEREST: Contractor needs to be aware of the following provisions regarding current or former state employees. If Contractor has any questions on the status of any person rendering services or involved with the Agreement, the awarding agency must be contacted immediately for clarification. Current State Employees (Pub. Contract Code §10410): 1). No officer or employee shall engage in any employment, activity or enterprise from which the officer or employee receives compensation or has a financial interest and which is sponsored or funded by any state agency, unless the employment, activity or enterprise is required as a condition of regular state employment. 2). No officer or employee shall contract on his or her own behalf as an independent contractor with any state agency to provide goods or services. Former State Employees (Pub. Contract Code §10411): 1). For the two-year period from the date he or she left state employment, no former state officer or employee may enter into a contract in which he or she engaged in any of the negotiations, transactions, planning, arrangements or any part of the decision-making process relevant to the contract while employed in any capacity by any state agency. 2). For the twelve-month period from the date he or she left state employment, no former state officer or employee may enter into a contract with any state agency if he or she was employed by that state agency in a policy-making position in the same general subject area as the proposed contract within the 12-month period prior to his or her leaving state service. If Contractor violates any provisions of above paragraphs, such action by Contractor shall render this Agreement void. (Pub. Contract Code §10420) Members of boards and commissions are exempt from this section if they do not receive payment other than payment of each meeting of the board or commission, payment for preparatory time and payment for per diem. (Pub. Contract Code §10430 (e)) 34 11/26/2013 11:11 AM

p. 36

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 2 – Bidder Response

2. LABOR CODE/WORKERS' COMPENSATION: Contractor needs to be aware of the provisions which require every employer to be insured against liability for Worker's Compensation or to undertake self-insurance in accordance with the provisions, and Contractor affirms to comply with such provisions before commencing the performance of the work of this Agreement. (Labor Code Section 3700) 3. AMERICANS WITH DISABILITIES ACT: Contractor assures the State that it complies with the Americans with Disabilities Act (ADA) of 1990, which prohibits discrimination on the basis of disability, as well as all applicable regulations and guidelines issued pursuant to the ADA. (42 U.S.C. 12101 et seq.) 4. CONTRACTOR NAME CHANGE: An amendment is required to change the Contractor's name as listed on this Agreement. Upon receipt of legal documentation of the name change the State will process the amendment. Payment of invoices presented with a new name cannot be paid prior to approval of said amendment. 5. CORPORATE QUALIFICATIONS TO DO BUSINESS IN CALIFORNIA: a. When agreements are to be performed in the state by corporations, the contracting agencies will be verifying that the contractor is currently qualified to do business in California in order to ensure that all obligations due to the state are fulfilled. b. "Doing business" is defined in R&TC Section 23101 as actively engaging in any transaction for the purpose of financial or pecuniary gain or profit. Although there are some statutory exceptions to taxation, rarely will a corporate contractor performing within the state not be subject to the franchise tax. c. Both domestic and foreign corporations (those incorporated outside of California) must be in good standing in order to be qualified to do business in California. Agencies will determine whether a corporation is in good standing by calling the Office of the Secretary of State. 6. RESOLUTION: A county, city, district, or other local public body must provide the State with a copy of a resolution, order, motion, or ordinance of the local governing body which by law has authority to enter into an agreement, authorizing execution of the agreement. 7. AIR OR WATER POLLUTION VIOLATION: Under the State laws, the Contractor shall not be: (1) in violation of any order or resolution not subject to review promulgated by the State Air Resources Board or an air pollution control district; (2) subject to cease and desist order not subject to review issued pursuant to Section 13301 of the Water Code for violation of waste discharge requirements or discharge prohibitions; or (3) finally determined to be in violation of provisions of federal law relating to air or water pollution. 8. PAYEE DATA RECORD FORM STD. 204: This form must be completed by all contractors that are not another state agency or other governmental entity.

35 11/26/2013 11:11 AM

p. 37

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 2 – Bidder Response

ATTACHMENT 8: IRAN CONTRACTING ACT OF 2010 (M) IRAN CONTRACTING ACT (Public Contract Code sections 2202-2208) Prior to bidding on, submitting a proposal or executing a contract or renewal for a State of California contract for goods or services of $1,000,000 or more, a vendor must either: a) certify it is not on the current list of persons engaged in investment activities in Iran created by the California Department of General Services (“DGS”) pursuant to Public Contract Code section 2203(b) and is not a financial institution extending twenty million dollars ($20,000,000) or more in credit to another person, for 45 days or more, if that other person will use the credit to provide goods or services in the energy sector in Iran and is identified on the current list of persons engaged in investment activities in Iran created by DGS; or b) demonstrate it has been exempted from the certification requirement for that solicitation or contract pursuant to Public Contract Code section 2203(c) or (d). To comply with this requirement, please insert your vendor or financial institution name and Federal ID Number (if available) and complete one of the options below. Please note: California law establishes penalties for providing false certifications, including civil penalties equal to the greater of $250,000 or twice the amount of the contract for which the false certification was made; contract termination; and three-year ineligibility to bid on contracts. (Public Contract Code section 2205.)

OPTION #1 - CERTIFICATION I, the official named below, certify I am duly authorized to execute this certification on behalf of the vendor/financial institution identified below, and the vendor/financial institution identified below is not on the current list of persons engaged in investment activities in Iran created by DGS and is not a financial institution extending twenty million dollars ($20,000,000) or more in credit to another person/vendor, for 45 days or more, if that other person/vendor will use the credit to provide goods or services in the energy sector in Iran and is identified on the current list of persons engaged in investment activities in Iran created by DGS. Vendor Name/Financial Institution (Printed)

Federal ID Number (or n/a)

By (Authorized Signature) Printed Name and Title of Person Signing Date Executed

Executed in

OPTION #2 – EXEMPTION Pursuant to Public Contract Code sections 2203(c) and (d), a public entity may permit a vendor/financial institution engaged in investment activities in Iran, on a case-by-case basis, to be eligible for, or to bid on, submit a proposal for, or enters into or renews, a contract for goods and services. If you have obtained an exemption from the certification requirement under the Iran Contracting Act, please fill out the information below, and attach documentation demonstrating the exemption approval. Vendor Name/Financial Institution (Printed)

Federal ID Number (or n/a)

By (Authorized Signature) Printed Name and Title of Person Signing

Date Executed

36 11/26/2013 11:11 AM

p. 38

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 2 – Bidder Response

ATTACHMENT 9: BIDDING PREFERENCES AND INCENTIVES (M) ALL BIDDERS: COMPLETE ALL SECTIONS BELOW AND SUBMIT WITH YOUR PROPOSAL. 1. SMALL BUSINESS PREFERENCE

Bidder must check the appropriate box from the choices below. ☐

I am a DGS certified Small Business and claim the Small Business Preference. My DGS Small Business certification number is:



I have recently filed for DGS Small Business preference but have not yet received certification, but I am claiming the Small Business preference.



I am not a DGS certified Small Business, but 25% or more of the revenue from the award will go to DGS certified Small Business Subcontractors performing a Commercially Useful Function and therefore I am claiming the preference. Bidder must complete and submit Exhibit 12: GSPD-05-105 Bidder Declaration, indicating the percentage of the revenue that will be received by each DGS certified Small Business Subcontractor.



I am not claiming the DGS Small Business preference.

2. DVBE INCENTIVE

Bidder must check the appropriate box from the choices below. ☐

I am a DGS certified DVBE. A copy of my STD. form 843 is attached.



I have recently filed for DGS DVBE certification, but have not yet received certification.



I am not a DGS certified DVBE, but a percentage of the revenue will be going to DGS certified DVBE Subcontractors performing a Commercially Useful Function, and therefore I am claiming the DVBE incentive. Bidder must submit a complete Exhibit 12: GSPD-05-105, Bidder Declaration, indicating the percentage of the revenue that will be received by each DGS certified DVBE Subcontractor. Bidder must also submit an Exhibit 11, STD 843 DVBE Declarations, for each DVBE Subcontractor, signed by the DVBE owner/manager.



I am not claiming the DVBE incentive.

3. ADDITIONAL BIDDING PREFERENCES

The Bidder shall check the appropriate box or boxes from the choices below. ☐

I am not claiming the TACPA preference.



I am claiming the TACPA bidding preference. Bidder must submit Exhibit 13: STD 830 TACPA Preference Request.

Name of Bidder: Signature and Date:

37 11/26/2013 11:11 AM

p. 39

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 2 – Bidder Response

ATTACHMENT 10: STD 843 DVBE DECLARATIONS (M) A copy of the DVBE Declarations, Form STD 843 is available as a fill and print PDF at: http://www.documents.dgs.ca.gov/pd/poliproc/STD-843FillPrintFields.pdf

38 11/26/2013 11:11 AM

p. 40

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 2 – Bidder Response

ATTACHMENT 11: GSPD 05-105 BIDDER DECLARATION (M) A copy of the GSPD-05-105 Bidder Declaration and its instructions, is available as a fill and print PDF at: http://www.documents.dgs.ca.gov/pd/poliproc/Master-Biddeclar08-09.pdf

39 11/26/2013 11:11 AM

p. 41

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 2 – Bidder Response

ATTACHMENT 12: STD 830 TACPA PREFERENCE REQUEST (M) A copy of the STD 830 TACPA Preference Request and its instructions, is available as a fill and print PDF at: http://www.documents.dgs.ca.gov/osp/pdf/std830.pdf

40 11/26/2013 11:11 AM

p. 42

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 2 – Bidder Response

ATTACHMENT 13: ATTACHMENT 13: Bidder QUALIFICATION SUMMARY FORM INSTRUCTIONS: The Bidder shall complete the Bidder Qualification Form that qualifies the Bidder ability to implement and support the CTEN solution. Note: This section must clearly specify how the Bidder meets each of the minimum requirements specified in Table XXX., Bidder Qualification Requirements.

The Bidder must complete the Bidder Qualification Summary Form (Attachments 13) in accordance with the instructions provided below.

All dates must be in MM/DD/YYYY format.

All experience must have occurred within five (5) years prior to the IFB release date, unless stated otherwise. Bidders may use multiple projects to meet the total experience required for each mandatory requirement. A separate summary form must be completed for each project cited.

All information submitted will be evaluated in determining Bidder qualifications. Any narrative description must be clear and apply directly to the requirements of this bid; the narrative description may be used to validate other information. Any conflicting information may result in the bid being deemed non-responsive and may result in the bid being disqualified. Use additional sheets as needed to complete each question.

Customer reference contact persons must not be members of the CDCR bid evaluation team.

Box 1, Bidder Name: Provide the name of the company submitting the bid on IFB 13-001.

Box 2, Project Name and Description: Provide the project name and give a brief description of the nature of the project.

Boxes 3, 4, Bidder’s Client Name, Client contact information: Self-explanatory.:

Boxes 5 and 6, Start Date and End Date: Provide the start and end date the bidder worked on the cited project using MM/DD/YYYY format.

41 11/26/2013 11:11 AM

p. 43

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 2 – Bidder Response

ATTACHMENT 13: CONTINUED

Boxes 7, Check the appropriate response, “Yes” or “No”.

Boxes 8, Check the appropriate response, “Yes” or “No”.

Box 9, Project Contract Amount: Provide the dollar amount of the Project Contract.

Box 10, Duties and Responsibilities: Describe the duties and responsibilities that are required by the bidder to enable an assessment of the provided Minimum qualification requirements.

Definitions:  

Successfully – Executed the stated objectives on time and on budget. Experience - knowledge or skill gained through being involved in or exposed to something over a period of time.

Note: It is the Bidder’s responsibility to ensure that each Minimum Experience Requirement is met in full and addressed in the Bidder Qualification Summary Forms so that the State can establish compliance. If the State cannot determine that the years of experience for each of the Minimum Experience Requirements has been met, your bid may be deemed non-response.

42 11/26/2013 11:11 AM

p. 44

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 2 – Bidder Response

PAGE INTENTIONALLY LEFT BLANK

43 11/26/2013 11:11 AM

p. 45

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 2 – Bidder Response

ATTACHMENT 13A: BIDDER QUALIFICATION SUMMARY FORM BIDDERS MAY USE MULTIPLE PROJECTS TO MEET THE TOTAL EXPERIENCE REQUIRED FOR EACH MANDATORY REQUIREMENT. A SEPARATE SUMMARY FORM MUST BE COMPLETED FOR EACH PROJECT CITED.

1

Bidder Name:

2

Project Name and Description:

3

Bidder’s Client Name:

4

Client Contact Name, email Address and Telephone Number:

5

Start Date (MM/DD/YYYY):

6

End Date (MM/DD/YYYY):

7

Was the Bidder that Performed the Work the Prime Contractor? Yes ___ No ___

8

Did the Bidder Complete the Project? Yes ___ No ___

9

Project Contract Amount: $

10

Duties and Responsibilities: For each Mandatory Qualification below, write “yes” or “no” in Column B to determine if Total Experience Requirement was met (Pass/Fail). NOTE: If Total Experience Requirements was met on this cited Project, check “yes”. If Total Experience Requirement was not met on this cited Project; check “no”. If partial experience was met, enter as years and/or months of experience gained on this cited Project. If partial experience was met, the Bidder must refer to the additional cited Project Name that will meet the total Mandatory Minimum Experience level.

(B)

Mandatory Minimum Experience (A) Total Experience Requirement

Bidders Meets (A) Total Mandatory Experience Requirement?

Yes/No 1

Bidder has experience successfully implementing and maintained OHAS, within the last five (5) years.

1 Year

Mandatory Minimum Experience Gained on This Cited Project?

Yes ____ _ No

2

_____ or Partial ____ Yr.__ Mo___ If partial, provide additional cited project name _________________

Bidder must have successfully implemented MPLS and SIP networking multiple PBX systems over 20 locations, within the last five (5) years.

3 Years

Mandatory Minimum Experience Gained on This Cited Project?

Yes _____ No

_____ or Partial ____ Yr.__ Mo___ If partial, provide additional cited project name _________________

44 11/26/2013 11:11 AM

p. 46

State of California

State of California Department of Corrections and Rehabilitation

3

Bid IFB 13-001

IFB 13-001 Part 2 – Bidder Response

Bidder must have successfully implemented a large scale centralized Voice Mail System with over 20,000 users within the last five (5) years.

3 Years

Mandatory Minimum Experience Gained on This Cited Project?

Yes _____ No

4

_____ or Partial ____ Yr.__ Mo___ If partial, provide additional cited project name _________________

Bidder must have successfully implemented and maintained a large scale enterprise supporting centralized automated attendant system with over 20 locations.

3 Years

Mandatory Minimum Experience Gained on This Cited Project?

Yes _____ No

5

_____ or Partial ____ Yr.__ Mo___ If partial, provide additional cited project name _________________

Bidder must have experience implementing and maintaining a large scale enterprise supporting centralized call accounting with over 20 locations.

3 Years

Mandatory Minimum Experience Gained on This Cited Project?

Yes _____ No

6

_____ or Partial ____ Yr.__ Mo___ If partial, provide additional cited project name _________________

Bidder must have experience implementing and maintaining Telecommunications solutions within a Correctional Facility or Prison within the last five (5) years.

3 Years

Mandatory Minimum Experience Gained on This Cited Project?

Yes _____ No

_____ or Partial ____ Yr.__ Mo___ If partial, provide additional cited project name _________________

45 11/26/2013 11:11 AM

p. 47

State of California

Bid IFB 13-001

State of California Department of Corrections and Rehabilitation

IFB 13-001 Part 2 – Bidder Response

ATTACHMENT 14 ATTACHMENT 14: BIDDER QUALIFICATION REFERENCE FORM: Bidder Instructions: Complete the first four (1-4) fields of this Attachment 14, Bidder Qualification -Reference Form, for each corresponding Attachment 13A, Bidder Qualification Summary Form, submitted. The Client information below must be the same as the corresponding Attachment 13A. Submit a copy of the corresponding Attachment 13A with the corresponding Attachment 14 to the Client References for their validation and signature. Client Reference Instructions: Please complete item five (5) by circling “Yes or No” to validate that the Bidder performed the services described on Attachment 13A. Date and sign this Attachment 14 and return the forms to the Bidder. 1

Bidder’s Staff Name:

2

Project Name:

3

Staff’s Client Name:

4

Client Contact Name, Email Address, and Telephone Number:

Client Reference Confirmation Client reference shall validate the Bidder staff has provided the requirements listed in Attachment 15A, answering “Yes” or “No”.

5

The bidders staff performed the service described in Attachment A is accurate.

Yes

No

By signing below, I declare that I have reviewed the information contained in Attachment 13A and 14 and that the information is true and correct. Client Reference Signature:

Date:

Printed Name:

46 11/26/2013 11:11 AM

p. 48

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 2 – Bidder Response

ATTACHMENT 15: STD 213, STANDARD AGREEMENT (M) Bidders are to submit four (4) originally signed printed STD 213, Standard Agreement forms and include all four (4) within their Volume 1 hard copy submittal. The STD 213, Standard Agreement must be signed by a party authorized to bind the firm contractually. Only one (1) scanned copy of the signed STD 213, Standard Agreement needs to be included in each CD of Volume 1. The Bidder shall only complete the “CONTRACTOR’S NAME” in block 1, and all of the information required for the “CONTRACTOR” block in the lower part of the form. The Bidder shall attach as indicated, the Section 11, Statement of Work.

47 11/26/2013 11:11 AM

p. 49

State of California

Bid IFB 13-001

State of California Department of Corrections and Rehabilitation

IFB 13-001 Part 2 – Bidder Response REGISTRATION NUMBER

STATE OF CALIFORNIA

STANDARD AGREEMENT STD. 213 (REVISED 07/12)

1.

AGREEMENT NUMBER

PURCHASING AUTHORITY NUMBER

This Agreement is entered into between the State Agency and the Contractor named below STATE AGENCY’S NAME

Department of Corrections and Rehabilitation CONTRACTOR’S NAME

2. 3. 4.

The term of this Agreement is: The maximum amount $ XXXXX.XX (not including 10% of total contract amount for Unanticipated Costs) if this Agreement is: The parties agree to comply with the terms and conditions of the following attachments which are by this reference made a part of the Agreement: (*) General Provisions – Information Technology (GSPD – 401IT) revised 06/08/2010 Section 11, Statement of Work Appendix C, Cost Worksheets (*) IFB XXX in its entirety (*) Contractor’s Final Proposal to IFB XXX in its entirety

Items shown with an Asterisk (*), are hereby incorporated by reference and made part of this agreement as if attached hereto.

IN WITNESS WHEREOF, this Agreement has been executed by the parties hereto. Statewide Technology Procurement Division Use Only

CONTRACTOR CONTRACTOR’S NAME (If other than an individual, state whether a corporation, partnership, etc.)

BY (Authorized Signature)

DATE SIGNED

 PRINTED NAME AND TITLE OF PERSON SIGNING ADDRESS

STATE OF CALIFORNIA AGENCY NAME

Department of Corrections and Rehabilitation BY (Authorized Signature)

DATE SIGNED

 PRINTED NAME AND TITLE OF PERSON SIGNING

Deborah Chu – IT Acquisitions Manager ADDRESS

1900 Birkmont Drive, Rancho Cordova, CA 95742

Exempt per

48 11/26/2013 11:11 AM

p. 50

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 2 – Bidder Response

ATTACHMENT 16: UNANTICIPATED TASKS WORK AUTHORIZATION Project Title XXXXXXX Statement of Purpose Explain the purpose of the Work Authorization. Objective/Goals to be undertaken by the Contractor What will the end result be? Materials to be developed by the Contractor and delivered to the CDCR Example: if the Work Authorization is to develop a training manual for CDCR, name the type of training manual to be developed. Materials to be developed by the CDCR and delivered to the Contractor If this section is not applicable, input: No action required by the CDCR. Schedule Dates Enter the term dates needed to complete the Work Authorization. Start Date: xx/xx/20xx Estimated Labor Hours

Completion Date: xx/xx/20xx Labor Rate $

Contractor Personnel To Be Assigned

Estimated Total Cost $ Job Classification/Skill Level

Completion Criteria Acceptance of (input the purpose) by CDCR. This task will be performed in accordance with this Work Authorization and the provisions of the Contract or Purchase Order Number _______________. Approval ______________________________ Contractor Project Manager

Date _______________

______________________________ CDCR Management

Date _______________

______________________________ CDCR Procurement Analyst

Date _______________

49 11/26/2013 11:11 AM

p. 51

State of California

Bid IFB 13-001

State of California Department of Corrections and Rehabilitation

IFB 13-001 Part 2 – Bidder Response

ATTACHMENT 17: SAMPLE DELIVERABLE/MILESTONE SUBMITAL FORM Client Name: Project Name: Contractor Name: Deliverable To Be Reviewed or Milestone Attained: Date Deliverable Submitted for Review or Milestone Achievement Date:

The [insert deliverable/milestone name] Deliverable/milestone is complete. This Deliverable/milestone has been completed/attained by [insert Corporate name] in accordance with the requirements specified in the IFB and Project Plan. Please obtain signatures below indicating the compliance of [insert Deliverable/milestone name]. Please obtain all signatures within XX calendar days of the Submitted or Achievement Date, above [insert date XX calendar date XX calendar days from submitted date]. Please contact ____________________________ at XXX XXX-XXXX with any questions. [Insert Company Name] Insert Project Name] Project Manager ____________________________________________________________________________ __ Printed Name Contractor Project Manager [Same as person signing above]

COMPLIANT:

YES _______ NO _______

N/A ________

Signature of State Project Representative/Date

NOT COMPLIANT: Describe reason/s for non-compliance: (continue on back if necessary)

Signature of State Project Representative/Date

50 11/26/2013 11:11 AM

p. 52

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 2 – Bidder Response

ATTACHMENT 18: STAFF QUALIFICATION SUMMARY FORM ATTACHMENT 18: Staff QUALIFICATION SUMMARY FORM INSTRUCTIONS The Bidder shall complete the Bidder Qualification Form that qualifies the Bidder ability to implement and support the CTEN solution. Note: This section must clearly specify how the Bidder meets each of the minimum requirements specified in Table XXX., Bidder Qualification Requirements.

The Bidder must complete the Bidder Qualification Summary Form (Attachments XXX) in accordance with the instructions provided below.

All dates must be in MM/DD/YYYY format.

All experience must have occurred within five (5) years prior to the IFB release date, unless stated otherwise. Bidders may use multiple projects to meet the total experience required for each mandatory requirement. A separate summary form must be completed for each project cited.

All information submitted will be evaluated in determining Bidder qualifications. Any narrative description must be clear and apply directly to the requirements of this bid; the narrative description may be used to validate other information. Any conflicting information may result in the bid being deemed non-responsive and may result in the bid being disqualified. Use additional sheets as needed to complete each question.

Customer reference contact persons must not be members of the CDCR bid evaluation team.

Box 1, Bidder Name: Provide the name of the company submitting the bid on IFB XXX.

Box 2, Project Name and Description: Provide the project name and give a brief description of the nature of the project.

Boxes 3, 4, Bidder’s Client Name, Client contact information: Self-explanatory.:

Boxes 5 and 6, Start Date and End Date: Provide the start and end date the bidder worked on the cited project using MM/DD/YYYY format.

51 11/26/2013 11:11 AM

p. 53

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 2 – Bidder Response

Boxes 7, Check the appropriate response, “Yes” or “No”.

Boxes 8, Check the appropriate response, “Yes” or “No”.

Box 9, Project Contract Amount: Provide the dollar amount of the Project Contract.

Box 10, Duties and Responsibilities: Describe the duties and responsibilities that are required by the bidder to enable an assessment of the provided Minimum qualification requirements.

Definitions:  

Successfully – Executed the stated objectives on time and on budget. Experience - knowledge or skill gained through being involved in or exposed to something over a period of time.

Note: It is the Bidder’s responsibility to ensure that each Minimum Experience Requirement is met in full and addressed in the Bidder Qualification Summary Forms so that the State can establish compliance. If the State cannot determine that the years of experience for each of the Minimum Experience Requirements has been met, your bid may be deemed non-response.

52 11/26/2013 11:11 AM

p. 54

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 2 – Bidder Response

ATTACHMENT 18A: STAFF QUALIFICATION SUMMARY FORM (ACCOUNT MANAGER) BIDDERS MAY USE MULTIPLE PROJECTS TO MEET THE TOTAL EXPERIENCE REQUIRED FOR EACH MANDATORY REQUIREMENT. A SEPARATE SUMMARY FORM MUST BE COMPLETED FOR EACH PROJECT CITED.

1

Bidder Name:

2

Staff Name:

3

Project Name and Description:

4

Staff’s Reference Company Name:

5

Staff’s Reference Contact Name, email Address and Telephone Number:

6

Staff Start Date (MM/DD/YYYY):

7

Staff End Date (MM/DD/YYYY):

8

Duties and Responsibilities: For each Mandatory Qualification below, write “yes” or “no” in Column B to determine if Total Experience Requirement was met (Pass/Fail). NOTE: If Total Experience Requirements was met on this cited Project, check “yes”. If Total Experience Requirement was not met on this cited Project; check “no”. If partial experience was met, enter as years and/or months of experience gained on this cited Project. If partial experience was met, the Bidder must refer to the additional cited Project Name that will meet the total Mandatory Minimum Experience level. Mandatory Minimum Experience

(A)Total Experience Requirement

(B) Bidders Meets (A) Total Mandatory Experience Requirement?

Yes/No M1

Experience in resolving customer issue and problem-solving capabilities resulting in customer satisfaction.

3 Years

Mandatory Minimum Experience Gained on This Cited Project?

Yes _____ No M2

_____ or Partial ____ Yr.__ Mo___ If partial, provide additional cited project name _________________

Account Management experience on large Enterprise Customers VoIP and Data Network Projects.

3 Years

Mandatory Minimum Experience Gained on This Cited Project?

Yes _____ No

_____ or Partial ____ Yr.__ Mo___ If partial, provide additional cited project name _________________

53 11/26/2013 11:11 AM

p. 55

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 2 – Bidder Response

ATTACHMENT 18B: STAFF QUALIFICATION SUMMARY FORM (Customer Service Executive) BIDDERS MAY USE MULTIPLE PROJECTS TO MEET THE TOTAL EXPERIENCE REQUIRED FOR EACH MANDATORY REQUIREMENT. A SEPARATE SUMMARY FORM MUST BE COMPLETED FOR EACH PROJECT CITED.

1

Bidder Name:

2

Staff Name:

3

Project Name and Description:

4

Staff’s Reference Company Name:

5

Staff’s Reference Contact Name, email Address and Telephone Number:

6

Staff Start Date (MM/DD/YYYY):

7

Staff End Date (MM/DD/YYYY):

8

Duties and Responsibilities: For each Mandatory Qualification below, write “yes” or “no” in Column B to determine if Total Experience Requirement was met (Pass/Fail). NOTE: If Total Experience Requirements was met on this cited Project, check “yes”. If Total Experience Requirement was not met on this cited Project; check “no”. If partial experience was met, enter as years and/or months of experience gained on this cited Project. If partial experience was met, the Bidder must refer to the additional cited Project Name that will meet the total Mandatory Minimum Experience level. Mandatory Minimum Experience

(A)Total Experience Requirement

(B) Bidders Meets (A) Total Mandatory Experience Requirement?

Yes/No M1

Experience in supporting and resolving large-scale Enterprise Customer service issues, within the last five (5) years.

3 Years

Mandatory Minimum Experience Gained on This Cited Project?

Yes _____ No M2

_____ or Partial ____ Yr.__ Mo___ If partial, provide additional cited project name ____________

Must demonstrate excellent verbal and written communications skills.

3 Years

Mandatory Minimum Experience Gained on This Cited Project?

Yes _____ No

_____ or Partial ____ Yr.__ Mo___ If partial, provide additional cited project name ____________

ATTACHMENT 18C: STAFF QUALIFICATION SUMMARY FORM (PROJECT MANAGER)

54 11/26/2013 11:11 AM

p. 56

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 2 – Bidder Response

BIDDERS MAY USE MULTIPLE PROJECTS TO MEET THE TOTAL EXPERIENCE REQUIRED FOR EACH MANDATORY REQUIREMENT. A SEPARATE SUMMARY FORM MUST BE COMPLETED FOR EACH PROJECT CITED.

1

Bidder Name:

2

Staff Name:

3

Project Name and Description:

4

Staff’s Reference Company Name:

5

Staff’s Reference Contact Name, email Address and Telephone Number:

6

Staff Start Date (MM/DD/YYYY):

7

Staff End Date (MM/DD/YYYY):

8

Duties and Responsibilities: For each Mandatory Qualification below, write “yes” or “no” in Column B to determine if Total Experience Requirement was met (Pass/Fail). NOTE: If Total Experience Requirements was met on this cited Project, check “yes”. If Total Experience Requirement was not met on this cited Project; check “no”. If partial experience was met, enter as years and/or months of experience gained on this cited Project. If partial experience was met, the Bidder must refer to the additional cited Project Name that will meet the total Mandatory Minimum Experience level. Mandatory Minimum Experience

(A)Total Experience Requirement

(B) Bidders Meets (A) Total Mandatory Experience Requirement?

Yes/No M1

Three (3) years of experience applying PM principles, methods, techniques and tools.

3 Years

Mandatory Minimum Experience Gained on This Cited Project?

Yes _____ No M2

_____ or Partial ____ Yr.__ Mo___ If partial, provide additional cited project name _________________

Three (3) years of experience managing large Enterprise Customers VoIP and Data Network Projects.

3 Years

Mandatory Minimum Experience Gained on This Cited Project?

Yes _____ No M3

_____ or Partial ____ Yr.__ Mo___ If partial, provide additional cited project name _________________

Project Management Institution (PMI) and/or Project Management Professional (PMP) certification.

Attach Certificate

Attach Certificate to Attachment XXX

ATTACHMENT 18D: STAFF QUALIFICATION SUMMARY FORM (TECHNICAL LEAD)

55 11/26/2013 11:11 AM

p. 57

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 2 – Bidder Response

BIDDERS MAY USE MULTIPLE PROJECTS TO MEET THE TOTAL EXPERIENCE REQUIRED FOR EACH MANDATORY REQUIREMENT. A SEPARATE SUMMARY FORM MUST BE COMPLETED FOR EACH PROJECT CITED.

1

Bidder Name:

2

Staff Name:

3

Project Name and Description:

4

Staff’s Reference Company Name:

5

Staff’s Reference Contact Name, email Address and Telephone Number:

6

Staff Start Date (MM/DD/YYYY):

7

Staff End Date (MM/DD/YYYY):

8

Duties and Responsibilities: For each Mandatory Qualification below, write “yes” or “no” in Column B to determine if Total Experience Requirement was met (Pass/Fail). NOTE: If Total Experience Requirements was met on this cited Project, check “yes”. If Total Experience Requirement was not met on this cited Project; check “no”. If partial experience was met, enter as years and/or months of experience gained on this cited Project. If partial experience was met, the Bidder must refer to the additional cited Project Name that will meet the total Mandatory Minimum Experience level. Mandatory Minimum Experience

(A)Total Experience Requirement

(B) Bidders Meets (A) Total Mandatory Experience Requirement?

Yes/No M1

Three (3) years experience tests and validation of Converged Networking/VoIP infrastructures, systems tests, network testing, and user acceptance testing.

3 Years

Mandatory Minimum Experience Gained on This Cited Project?

Yes _____ No M2

_____ or Partial ____ Yr.__ Mo___ If partial, provide additional cited project name _________________ Attach Certificate

Certified Avaya Implementation Specialist.

Attach Certificate to Attachment XXX

56 11/26/2013 11:11 AM

p. 58

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 2 – Bidder Response

ATTACHMENT 18E: STAFF QUALIFICATION SUMMARY FORM (TECHNICIAN) BIDDERS MAY USE MULTIPLE PROJECTS TO MEET THE TOTAL EXPERIENCE REQUIRED FOR EACH MANDATORY REQUIREMENT. A SEPARATE SUMMARY FORM MUST BE COMPLETED FOR EACH PROJECT CITED.

1

Bidder Name:

2

Staff Name:

3

Project Name and Description:

4

Staff’s Reference Company Name:

5

Staff’s Reference Contact Name, email Address and Telephone Number:

6

Staff Start Date (MM/DD/YYYY):

7

Staff End Date (MM/DD/YYYY):

8

Duties and Responsibilities: For each Mandatory Qualification below, write “yes” or “no” in Column B to determine if Total Experience Requirement was met (Pass/Fail). NOTE: If Total Experience Requirements was met on this cited Project, check “yes”. If Total Experience Requirement was not met on this cited Project; check “no”. If partial experience was met, enter as years and/or months of experience gained on this cited Project. If partial experience was met, the Bidder must refer to the additional cited Project Name that will meet the total Mandatory Minimum Experience level. Mandatory Minimum Experience

(A)Total Experience Requirement

((B) Bidders Meets (A) Total Mandatory Experience Requirement?

Yes/No M1

Three (3) years’ experience performing remote M/A/Cs, installation, and maintenance of telecommunications and networking systems.

3 Years

Mandatory Minimum Experience Gained on This Cited Project?

Yes _____ No M2

_____ or Partial ____ Yr.__ Mo___ If partial, provide additional cited project name _________________ Attach Certificate

Must be Manufacturer certified in the proposed OEM.

Attach Certificate to Attachment XXX M2

Three (3) years proficiency in Microsoft Excel and Word.

3 Years

Mandatory Minimum Experience Gained on This Cited Project?

Yes _____ No

_____ or Partial ____ Yr.__ Mo___ If partial, provide additional cited project name _________________

57 11/26/2013 11:11 AM

p. 59

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 2 – Bidder Response

ATTACHMENT 18F: STAFF QUALIFICATION SUMMARY FORM (VoIP NETWORK ENGINEER) BIDDERS MAY USE MULTIPLE PROJECTS TO MEET THE TOTAL EXPERIENCE REQUIRED FOR EACH MANDATORY REQUIREMENT. A SEPARATE SUMMARY FORM MUST BE COMPLETED FOR EACH PROJECT CITED.

1

Bidder Name:

2

Staff Name:

3

Project Name and Description:

4

Staff’s Reference Company Name:

5

Staff’s Reference Contact Name, email Address and Telephone Number:

6

Staff Start Date (MM/DD/YYYY):

7

Staff End Date (MM/DD/YYYY):

8

Duties and Responsibilities: For each Mandatory Qualification below, write “yes” or “no” in Column B to determine if Total Experience Requirement was met (Pass/Fail). NOTE: If Total Experience Requirements was met on this cited Project, check “yes”. If Total Experience Requirement was not met on this cited Project; check “no”. If partial experience was met, enter as years and/or months of experience gained on this cited Project. If partial experience was met, the Bidder must refer to the additional cited Project Name that will meet the total Mandatory Minimum Experience level. Mandatory Minimum Experience

(A)Total Experience Requirement

(B) Bidders Meets (A) Total Mandatory Experience Requirement?

Yes/No M1

Three (3) years’ experience designing a converged QoS multi-service network for large, enterprise networks.

3 Years

Mandatory Minimum Experience Gained on This Cited Project?

Yes _____ No M2

_____ or Partial ____ Yr.__ Mo___ If partial, provide additional cited project name _________________

Demonstrates the ability to work with customers and teams for successful design, staging, and implementation of VoIP solutions.

3 Years

Mandatory Minimum Experience Gained on This Cited Project?

Yes _____ No M2

_____ or Partial ____ Yr.__ Mo___ If partial, provide additional cited project name _________________

Manufacturer Certifications in the proposed OEM is required and shall be submitted as Attachment XXX.

Attach Certificate

Attach Certificate to Attachment XXX

58 11/26/2013 11:11 AM

p. 60

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 2 – Bidder Response

ATTACHMENT 19: BIDDER’S LIBRARY AND REQUEST FOR INFORMATION CALIFORNIA DEPARTMENT OF CORRECTIONS AND CTEN PROJECT Bidder’s Library Instructions The State will make the following additional facility related-materials in an electronic Bidder’s Library available via the Internet: 1) Bidder Site Visit Photographs; 2) CDCR Construction Guidelines; 3) CDCR Telecommunications Design and Engineering Guidelines; 4) Agency Change Control Governance and Structure; 5) CDCR Information Access and Security Agreement 6) CDCR CURRENT PBX 7) CDCR LOCATIONS 8) DTI OHAS 9) NETWORK WAN 10) CDCR Design Criteria Guidelines 11) CDCR ISO1900 To obtain the log-on and password to the Bidder’s Library, Bidders must sign and submit Part 2, Attachment 1, Letter of Intent to Bid as identified in Attachment 19, Information Access and Security Agreement, to the State Procurement Official. It is the Bidder’s responsibility to provide the State Procurement Official the required documentation to obtain the log-on and password for access to the Bidder’s Library. The Bidder must identify a Bidder’s Library single point of contact, email, street address, and phone number in the cover letter, Bid Cover Letter, along with the Letter of Intent to Bid. The website link, log-on, and password will be emailed back to a single company contact within three (3) days after receipt of Intent to Bid. Bidders are encouraged to review the information in the Bidder’s Library to gain a thorough understanding of the CDCR CTEN facility-related materials. If as-built information is required, the Bidder shall submit a written request to the State Procurement Official. Documentation DVDs will be distributed in-person, or shipped via prepaid postage. If Bidders require additional site specific information, the Bidder shall submit a written request to the procurement official using Attachment 19, Request for Information. The State will evaluate the request to ensure there is no risk to security before releasing the information.

59 11/26/2013 11:11 AM

p. 61

State of California

Bid IFB 13-001

State of California Department of Corrections and Rehabilitation

IFB 13-001 Part 2 – Bidder Response

ATTACHMENT 19 REQUEST FOR INFORMATION CALIFORNIA DEPARTMENT OF CORRECTIONS AND CTEN PROJECT TO:

Facility Name

FROM:

Phase Number

SUBJECT: __________________________________ BUILDING/ROOM: ___________________________ DATE ISSUED: ____________________________ DWG. REF._______________ SPEC REF.________DATE RESPONSE REQUIRED: ______________ QUESTION/PROPOSED SOLUTION:

Attached Sheets:

YES

NO

POTENTIAL IMPACT ( ) SCHED ( ) LABOR ( ) MTR’L ( ) NO IMPACT ( ) OTHER Contractor Rep.________________________

Reviewed by CM:_______________________ Date:_______________ Sent To:__________________ REPLY:

Attached Sheets:

YES

NO

Responding Firm:____________________________ By:__________________Date:_______________ Response Reviewed and Forwarded by CM:_________________________ Date:__________________

60 11/26/2013 11:11 AM

p. 62

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 2 – Bidder Response

ATTACHMENT 20 NETWORK DIAGRAM AS REFERENCED IN APPENDIX A, TR 43 – 67 Bidder shall diagram the proposed solution below:

61 11/26/2013 11:11 AM

p. 63

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 2 – Bidder Response

ATTACHMENT 21 PARTNER LEVEL AGREEMENT AS REFERENCED IN APPENDIX B, BR Bidder shall attach their manufacturer certification level within this attachment.

62 11/26/2013 11:11 AM

p. 64

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 2 – Bidder Response

ATTACHMENT 22: PROJECT TEAM INFORMATION

Bidders shall provide and attach resumes for the Project Team members who will be supporting the delivery of the CDCR CTEN solution. In the Column labeled “Resume Enclosed” Bidders shall respond “Yes” or “No”.

Item

1

2

3

4

5

6

Item Account Team Member Title and Description

Resume Enclosed

Account Manager: Will be a customer advocate, manage day-to-day account initiatives, problem resolution, and be accountable for overall customer satisfaction. VoIP/Network Engineer: Personnel with experience designing a converged QoS multi-service network of similar size and complexity; including bandwidth requirements and analysis, load balancing, capacity planning, failover, high availability, redundancy, and fault tolerance.

Technical Lead: Experience in the technical development and implementation of conversion planning. This shall include testing and validation of Converged Networking/VoIP infrastructures, systems tests, network testing, and user acceptance testing. Project Manager: Personnel with experience in project management and project control including the creation and maintenance of project scope, timelines and scheduling, as well as change control documentation and processes. This shall also include quality control and a proven track record of timely completion of deliverable items. Must be PMP certified Technician: Experience performing remote, onsite installation (M/A/Cs) and maintenance of telecommunications and networking systems. Must be proficient in Excel and Word. Customer Service Executive: Experience in Enterprise Customer service and support. Duties include attending quarterly meetings, problem reporting, triage, escalation, and resolution. Available 24/7.

63 11/26/2013 11:11 AM

p. 65

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 2 – Bidder Response

ATTACHMENT 23: OEM TELEPHONE SPECIFICATIONS

Bidders shall provide and attach all OEM Telephone Specifications and distance limitations.

64 11/26/2013 11:11 AM

p. 66

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 2 – Bidder Response

ATTACHMENT 24: AVAYA PRICE BOOK CATALOG

Bidder shall provide the Avaya Price book here.

65 11/26/2013 11:11 AM

p. 67

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 2 – Bidder Response

ATTACHMENT 25: ITEMIZED LIST OF COMPONENTS Bidder shall provide detail pricing for the Core Voice Telephony platform and Institutional PBX solution as described in Appendix C.

66 11/26/2013 11:11 AM

p. 68

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 2 – Bidder Response

ATTACHMENT 26A ATTACHMENT 26A: STAFF QUALIFICATION REFERENCE FORM (ACCOUNT MANAGER) Bidder Instructions: Complete the first four (1-4) fields of this Attachment 26A, Staff Qualification Reference Form, for each corresponding Attachment 18A, Staff Qualification Summary Form, submitted. The Client information below must be the same as the corresponding Attachment 18A. Submit a copy of the corresponding Attachment 26A with the corresponding Attachment 18A to the Client References for their validation and signature. Client Reference Instructions: Please complete item five (5) by circling “Yes or No” to validate that the Staff performed the services described on Attachment 18A. Date and sign this Attachment 26A and return the forms to the Bidder. 1

Bidder’s Staff Name:

2

Project Name:

3

Staff’s Client Name:

4

Client Contact Name, Email Address, and Telephone Number:

Client Reference Confirmation Client reference shall validate the Bidder staff has provided the requirements listed in Attachment 26A, answering “Yes” or “No”.

5

The bidders staff performed the service described in Attachment A is accurate.

Yes

No

By signing below, I declare that I have reviewed the information contained in Attachment 18A and 26A and that the information is true and correct. Client Reference Signature:

Date:

Printed Name:

67 11/26/2013 11:11 AM

p. 69

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 2 – Bidder Response

ATTACHMENT 26B ATTACHMENT 26B: STAFF QUALIFICATION REFERENCE FORM (CUSTOMER SERVICE EXECUTIVE) Bidder Instructions: Complete the first four (1-4) fields of this Attachment 26B, Staff Qualification Reference Form, for each corresponding Attachment 18B, Staff Qualification Summary Form, submitted. The Client information below must be the same as the corresponding Attachment 18B. Submit a copy of the corresponding Attachment 26B with the corresponding Attachment 18B to the Client References for their validation and signature. Client Reference Instructions: Please complete item five (5) by circling “Yes or No” to validate that the Staff performed the services described on Attachment 18B. Date and sign this Attachment 26B and return the forms to the Bidder. 1

Bidder’s Staff Name:

2

Project Name:

3

Staff’s Client Name:

4

Client Contact Name, Email Address, and Telephone Number:

Client Reference Confirmation Client reference shall validate the Bidder staff has provided the requirements listed in Attachment 26B, answering “Yes” or “No”.

5

The bidders staff performed the service described in Attachment A is accurate.

Yes

No

By signing below, I declare that I have reviewed the information contained in Attachment 18B and 26B and that the information is true and correct. Client Reference Signature:

Date:

Printed Name:

68 11/26/2013 11:11 AM

p. 70

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 2 – Bidder Response

ATTACHMENT 26C ATTACHMENT 26C: STAFF QUALIFICATION REFERENCE FORM (PROJECT MANAGER) Bidder Instructions: Complete the first four (1-4) fields of this Attachment 26C, Staff Qualification Reference Form, for each corresponding Attachment 18C, Staff Qualification Summary Form, submitted. The Client information below must be the same as the corresponding Attachment 18C. Submit a copy of the corresponding Attachment 26C with the corresponding Attachment 18C to the Client References for their validation and signature. Client Reference Instructions: Please complete item five (5) by circling “Yes or No” to validate that the Staff performed the services described on Attachment 14A. Date and sign this Attachment 26C and return the forms to the Bidder. 1

Bidder’s Staff Name:

2

Project Name:

3

Staff’s Client Name:

4

Client Contact Name, Email Address, and Telephone Number:

Client Reference Confirmation Client reference shall validate the Bidder staff has provided the requirements listed in Attachment 26C, answering “Yes” or “No”.

5

The bidders staff performed the service described in Attachment A is accurate.

Yes

No

By signing below, I declare that I have reviewed the information contained in Attachment 18C and 26C and that the information is true and correct. Client Reference Signature:

Date:

Printed Name:

69 11/26/2013 11:11 AM

p. 71

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 2 – Bidder Response

ATTACHMENT 26D ATTACHMENT 26D: STAFF QUALIFICATION REFERENCE FORM (TECHNICAL LEAD) Bidder Instructions: Complete the first four (1-4) fields of this Attachment 26D, Staff Qualification Reference Form, for each corresponding Attachment 18D, Staff Qualification Summary Form, submitted. The Client information below must be the same as the corresponding Attachment 18D. Submit a copy of the corresponding Attachment 26D with the corresponding Attachment 18D to the Client References for their validation and signature. Client Reference Instructions: Please complete item five (5) by circling “Yes or No” to validate that the Staff performed the services described on Attachment 18D. Date and sign this Attachment 26D and return the forms to the Bidder. 1

Bidder’s Staff Name:

2

Project Name:

3

Staff’s Client Name:

4

Client Contact Name, Email Address, and Telephone Number:

Client Reference Confirmation Client reference shall validate the Bidder staff has provided the requirements listed in Attachment 26D, answering “Yes” or “No”.

5

The bidders staff performed the service described in Attachment A is accurate.

Yes

No

By signing below, I declare that I have reviewed the information contained in Attachment 18D and 26D and that the information is true and correct. Client Reference Signature:

Date:

Printed Name:

70 11/26/2013 11:11 AM

p. 72

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 2 – Bidder Response

ATTACHMENT 26E ATTACHMENT 26E: STAFF QUALIFICATION REFERENCE FORM (TECHNICIAN) Bidder Instructions: Complete the first four (1-4) fields of this Attachment 26E, Staff Qualification Reference Form, for each corresponding Attachment 18E, Staff Qualification Summary Form, submitted. The Client information below must be the same as the corresponding Attachment 18E. Submit a copy of the corresponding Attachment 26E with the corresponding Attachment 18E to the Client References for their validation and signature. Client Reference Instructions: Please complete item five (5) by circling “Yes or No” to validate that the Staff performed the services described on Attachment 18E. Date and sign this Attachment 26E and return the forms to the Bidder. 1

Bidder’s Staff Name:

2

Project Name:

3

Staff’s Client Name:

4

Client Contact Name, Email Address, and Telephone Number:

Client Reference Confirmation Client reference shall validate the Bidder staff has provided the requirements listed in Attachment 26E, answering “Yes” or “No”.

5

The bidders staff performed the service described in Attachment A is accurate.

Yes

No

By signing below, I declare that I have reviewed the information contained in Attachment 18E and 26E and that the information is true and correct. Client Reference Signature:

Date:

Printed Name:

71 11/26/2013 11:11 AM

p. 73

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 2 – Bidder Response

ATTACHMENT 26F ATTACHMENT 26F: STAFF QUALIFICATION REFERENCE FORM (VoIP NETWORK ENGINEER) Bidder Instructions: Complete the first four (1-4) fields of this Attachment 26F, Staff Qualification Reference Form, for each corresponding Attachment 18F, Staff Qualification Summary Form, submitted. The Client information below must be the same as the corresponding Attachment 18F. Submit a copy of the corresponding Attachment 26F with the corresponding Attachment 18F to the Client References for their validation and signature. Client Reference Instructions: Please complete item five (5) by circling “Yes or No” to validate that the Staff performed the services described on Attachment 18F. Date and sign this Attachment 26F and return the forms to the Bidder. 1

Bidder’s Staff Name:

2

Project Name:

3

Staff’s Client Name:

4

Client Contact Name, Email Address, and Telephone Number:

Client Reference Confirmation Client reference shall validate the Bidder staff has provided the requirements listed in Attachment 26F, answering “Yes” or “No”.

5

The bidders staff performed the service described in Attachment A is accurate.

Yes

No

By signing below, I declare that I have reviewed the information contained in Attachment 18F and 26F and that the information is true and correct. Client Reference Signature:

Date:

Printed Name:

72 11/26/2013 11:11 AM

p. 74

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 2 – Bidder Response

ATTACHMENT 27: COMMERCIALLY USEFUL FUNCTION (CUF) CERTIFICATION Date: __________ Name of Bidder: ________________________ A business that is performing a commercially useful function is one that does all of the following: (i) Is responsible for the execution of a distinct element of the work of the contract. (ii) Carries out its obligation by actually performing, managing, or supervising the work involved. (iii) Performs work that is normal for its business services and functions. (iv) Is responsible, with respect to products, inventories, materials, and supplies required for the contract, for negotiating price, determining quality and quantity, ordering, installing, if applicable, and making payment. (v) Is not further subcontracting a portion of the work that is greater than that expected to be subcontracted by normal industry practices. The Bidder must provide a written, signed statement below detailing the role, services and/or goods the Subcontractor(s) will provide to meet the Commercially Useful Function requirement. If the Bidder is not claiming the preference credits available for subcontracting to a small business for performance of Commercially Useful Function, complete and sign the form with “Not Applicable”

Bidder’s Signature: Printed Name:

73 11/26/2013 11:11 AM

p. 75

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 2 – Bidder Response

GLOSSARY DEFINITIONS, ACRONYMS, AND ABBREVIATIONS Table 20: DEFINITIONS, ACRONYMS, AND ABBREVIATIONS ASP

Avenal State CDCR

ADR

Application Detail Record

ANI

Automatic Number Identification

API

Application Programming Interface

ASR

Automatic Speech Recognition

BIOS

Basic Input / Output System

BMAC

Backbone Media Access Control Address

BRS

Business Requirements Specification

CAC

Call Admission Control

CAL

Calipatria State CDCR

CALNET

California Network

CAS

Channel Associated Signaling

CCA

Call Classification Analysis

CCC

California Correctional Center

CCI

California Correctional Institution

74 11/26/2013 11:11 AM

p. 76

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 2 – Bidder Response

CCWF

Central California Women’s Facility

CDCR

California Department of Corrections and Rehabilitation

CDH

Call Data handler

CDR

Call Detail Record

CE

Customer Edge Router

CEN

Centinela State CDCR

CERTIFICATION DATE

Projected or anticipated completion date

CIM

California Institution for Men

CIW

California Institution for Women

CMC

California Men’s Colony

CMF

California Medical Facility

CMS

Call Management System

CO

Central Office

COR

California State CDCR, Corcoran

CoS

Class of Service

COT

Central Office Trunks

CPU

Central Processing Unit

CRC

California Rehabilitation Center

75 11/26/2013 11:11 AM

p. 77

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 2 – Bidder Response

CTF

Correctional Training Facility

CTI

Computer Telephony Integration

CVSP

Chuckawalla Valley State CDCR

DAY DCB

Data Center Bridging

DID

Direct Inward Dial

DJJ

Department of Juvenile Justice

DNIS

Dialed Number Identification Service

DOD

Direct Outward Dial

DTE

Data terminal equipment

DTMF

Dual Tone Multi-Frequency

DTR

Data terminal ready

DVI

Deuel Vocational Institution

ECF

Estrella Correctional Facility

EIS ICU

Enterprise Information System Integrated Communication Unit

ELAN

Emulated Local Area Network

EMS

Expanded memory system

EOC

Emergency Operation Center

76 11/26/2013 11:11 AM

p. 78

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 2 – Bidder Response

EOL

End of Life

EOV

End of Version

ERS

Ethernet Routing Switch

ESN

Electronic Switch Network

EXPERIENCE FSP

Folsom State CDCR

HDSP

High Desert State CDCR

HGSCF

Heman G. Stark Correctional Facility

HSRP

Hot Standby Router Protocol

ISDN

Integrated Services Digital Network

ISP

Ironwood State CDCR

ITSP

Internet Telephony Service Provider

IVR

Interactive Voice Response

KVM

Keyboard Video Mount

KVSP

Kern Valley State CDCR

LAC

California State CDCR (Lancaster)

LAN

Local Area Network

LCR

Least Cost Routing

77 11/26/2013 11:11 AM

p. 79

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 2 – Bidder Response

LEC

Local Exchange Carrier

LOCATION/S

Shall include CDCR Institutions, Training Centers, Facilities, and Offices

M/A/C

Moves, Adds, and Changes

MAC

Media Access Control

MAN

Metropolitan Area Network

MB

Measured Business Line

Mbps

Megabits Per Second

MCSP

Mule Creek State CDCR

MPLS

Multiprotocol Label Switching

MPOE

Minimum Point of Entry

MPP

Media Processing Platform

MWI

Message Waiting Indication

NCRF

Northern California Reentry Facility

NCYCC

Northern California Youth Correctional Center

NKSP

North Kern State CDCR

NMS

Network Management System

NOC

Network Operations Center

78 11/26/2013 11:11 AM

p. 80

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 2 – Bidder Response

NPA

Number Plan Area

NXX

Three Digit Code That Forms The Second Portion of the North American Telephone Numbering Plan

OC-xx

Optical Carrier (Type)

OEM

Original Equipment Manufacturer

OHAS

Off Hook Alarm System

PBB

Provider Backbone Bridging

PBSP

Pelican Bay State CDCR

PBX

Private Branch exchange

PE

Provider Edge Router

PFT

Power Failure Transfer

PFTU

Power Fail Transfer Unit

PLDS

Product Licensing and Delivery System

PoE

Power Over Ethernet

POP

Point Of Presence

POP3

Post Office Protocol version 3

POTS

Plain Old telephone System

PSTN

Public Switched Telephone Network

79 11/26/2013 11:11 AM

p. 81

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 2 – Bidder Response

PVSP

Pleasant Valley State CDCR

QoS

Quality Of Service

RAM

Richard A. McGee Correctional Training Center

RJD

R.J. Donovan Correctional Facility at Rock Mountain

RPE

Remote Peripheral Equipment

RSMLT

Routed Split Multi-Link Trunking

RTP

Real Time Transfer Protocol

RTSP

Real Time Streaming Protocol

SAC

California State CDCR, Sacramento

SATF

Substance Abuse Treatment Facility

SBC

Session Border Controller

SCC

Sierra Conservation Center

SDR

Session Detail Record

SIP

Session Initiation Protocol

SISP

Strategic Information Systems Plan

SNMP

Simple Network Management Protocol

SOL

California State CDCR, Solano

SOW

Scope of Work

80 11/26/2013 11:11 AM

p. 82

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 2 – Bidder Response

SPB

Shortest Path Bridging

SPIT

SPAM over Internet Telephony

SPN

Special Prefix Number

SQ

California State CDCR, San Quentin

SSL

Secure Sockets Layer

STC

Stockton Training Center

SUCCESFULLY SUI

Speech User Interface

SVSP

Salinas Valley State CDCR

T1

T carrier service

TCP/IP

Transmission Control Protocol/Internet Protocol

TDM

Time Division Multiplexed / Multiplexing

TELCO

A public utility that provides telephone service

TIE

Communication Connection Between Two PBXs

TUI

Telephone User Interface

UDP

User Datagram Protocol

VLAN

Virtual Local Area Network

VoIP

Voice Over Internet Protocol

81 11/26/2013 11:11 AM

p. 83

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 2 – Bidder Response

VPMS

Voice Portal Management System

VRRP

Virtual Router Redundancy Protocol

VSP

Valley State CDCR

VYCF

Ventura Youth Correctional Facility

WAN

Wide Area Network

WSP

Wasco State CDCR

82 11/26/2013 11:11 AM

p. 84

State of California

Bid IFB 13-001

INVITATION FOR BID IFB 13-001 PART 1 – GENERAL INSTRUCTIONS FOR CONVERGED TELEPHONY ENTERPRISE NETWORK (CTEN) November 25, 2013 Issued by: STATE OF CALIFORNIA Department of Corrections and Rehabilitation

Disclaimer: The original version and any subsequent addendums of the IFB released by the Procurement Official of this bid remain the official version. In the event of any inconsistency between the Bidder’s versions, articles, attachments, specifications or provisions which constitute the Contract, the official State version of the IFB in its entirety shall take precedence.

11/26/2013 11:11 AM

p. 85

State of California

Bid IFB 13-001

INTENTIONAL BLANK PAGE

11/26/2013 11:11 AM

p. 86

State of California

Bid IFB 13-001

TABLE OF CONTENTS 1

INTRODUCTION ...................................................................................................... 3 1.1 PURPOSE OF THIS INVITATION FOR BID .................................................... 3 1.2 BACKGROUND ................................................................................................ 3

2

CURRENT ENVIRONMENT ..................................................................................... 4 2.1 PBX .................................................................................................................. 4 2.1.1

PBX Introduction and Background ...................................................................4

2.1.2

PBX Features and Functionality.......................................................................5

2.2 Inside Cable Plant .......................................................................................... 10 2.3 Voice Messaging System ............................................................................... 10 2.3.1

Voice Messaging Introduction and Background .............................................10

2.3.2

Voice Messaging Features and Functionality .................................................10

2.4 Off Hook Alarm System (OHAS) ..................................................................... 15 2.4.1

OHAS Introduction and Background ..............................................................15

2.4.2

OHAS Features and Functionality..................................................................15

2.4.3

OHAS Architecture ........................................................................................19

2.5 System Administration .................................................................................... 22 2.5.1

System Administration Introduction and Background .....................................22

2.5.2

System Administration Features and Functionality ........................................22

2.6 Call Accounting and Call Detail Reporting (CDR) ........................................... 22 2.6.1

Call Accounting Introduction and Background................................................22

2.6.2

AMCOM Features and Functionality ..............................................................22

2.6.3

AMCOM Architecture .....................................................................................23

2.7 Count Bridge................................................................................................... 26 2.7.1

Count Bridge Introduction and Background ...................................................26

2.7.2

Count Bridge Features and Functionality .......................................................26

2.8 Alarm Notification System............................................................................... 27

11/26/2013 11:11 AM

2.8.1

Alarm Notification System Introduction and Background ................................27

2.8.2

Alarm Notification Features and Functionality ................................................27

p. 87

State of California

Bid IFB 13-001

2.9 Public Switched Telephone Network (PSTN) Connectivity ............................. 28 2.9.1

PSTN Introduction and Background ...............................................................28

2.9.2

PSTN Features and Functionality ..................................................................28

2.10 Data Network .................................................................................................. 31 2.10.1 Data Network Introduction and Background ...................................................32 2.10.2 Data Network Features and Functionality ......................................................32 2.10.3 Data Network Architecture .............................................................................32

2.11 Wide Area Network (WAN) ............................................................................. 32 2.11.1 WAN Introduction and Background ................................................................32 2.11.2 WAN Features and Functionality ...................................................................32 2.11.3 WAN Architecture ..........................................................................................33

3

PROPOSED CTEN ARCHITECTURE ................................................................... 33 3.1 Proposed CTEN Features .............................................................................. 33 3.2 Proposed CTEN Footprint .............................................................................. 33 3.2.1

Data Center I Components: ...........................................................................33

3.2.2

Data Center II Components: ..........................................................................34

3.2.3

CDCR Facilities: ............................................................................................34

3.3 Major Components ......................................................................................... 34 3.3.1

VoIP Processors - Primary:............................................................................35

3.4 Proposed high level design............................................................................. 35 3.4.1

Design (Hybrid) facilities ................................................................................36

3.4.2

The centralized CTEN solution is providing: ..................................................36

3.4.3

The network infrastructure is providing: .........................................................36

4

TERM OF CONTRACT .......................................................................................... 37

5

BIDDING INSTRUCTIONS ..................................................................................... 37 5.1 COMMUNICATIONS AND CONTACTS ......................................................... 37

11/26/2013 11:11 AM

5.1.1

Procurement Official ......................................................................................38

5.1.1

Bidders Conference .......................................................................................38

5.1.2

KEY ACTION DATES ....................................................................................39

5.1.3

ADMINISTRATIVE REQUIREMENTS ...........................................................41

5.1.4

TERMS AND CONDITIONS ..........................................................................41

p. 88

State of California

Bid IFB 13-001

5.1.5

Confidentiality Statement (M) .........................................................................41

5.1.6

Primary Bidder (M).........................................................................................41

5.1.7

Subcontractors (M) ........................................................................................41

5.1.8

Contractor’s License (M) ................................................................................42

5.1.9

Payee Data Record (STD 204) (M) ................................................................42

5.1.10 Bidder’s Checklist Response to Administrative Requirements Attachment 3 (M) .................................................................................................................42 5.1.11 Certification for Use Tax Collection for Seller’s Permit (M) .............................42 5.1.12 Contractor’s Certification Clause (CCC-307) (M) ...........................................43 5.1.13 Iran Contracting Act of 2010 (M) ....................................................................43 5.1.14 Productive Use Requirements (M) .................................................................43 5.1.15 Small Business Preference ............................................................................44 5.1.16 DVBE Program and Incentive ........................................................................45 5.1.17 Commercially Useful Function (M) .................................................................46 5.1.18 Availability of Refreshed Technology and Additional Service Items (M) .........47 5.1.19 Target Area Contract Preference ...................................................................48 5.1.20 Performance Bond Notice (M) .......................................................................48 5.1.21 Public Works Requirements (M) ....................................................................48

5.2 BIDDING RULES ............................................................................................ 50 5.2.1

Rules Governing Competitive Bidding ...........................................................50

5.2.2

Identification and Classification of IFB Requirements ....................................50

5.2.3

Irrevocable Offer ............................................................................................51

5.2.4

IFB Documents ..............................................................................................51

5.2.5

Examination of the Work ................................................................................51

5.2.6

Protests of Bid Requirements ........................................................................51

5.2.7

Addenda ........................................................................................................52

5.2.8

Financial Stability ...........................................................................................52

5.2.9

Joint Bids .......................................................................................................52

5.2.10 Confidentiality ................................................................................................53 5.2.11 Bidder’s Cost .................................................................................................53 5.2.12 False or Misleading Statements .....................................................................53 5.2.13 Withdrawal and Resubmission of Bids ...........................................................53

11/26/2013 11:11 AM

p. 89

State of California

Bid IFB 13-001

5.2.14 Rejection of Bids............................................................................................53 5.2.15 Disclosure of Financial Interest ......................................................................54 5.2.16 Discounts.......................................................................................................54 5.2.17 Exclusion for Conflict of Interest.....................................................................54

6

BID FORMAT AND SUBMISSION REQUIREMENTS ........................................... 54 6.1 DATE, TIME, AND ADDRESS OF SUBMITTALS .......................................... 55 6.2 PACKAGING AND LABELING ....................................................................... 55 6.3 FORMATTING ................................................................................................ 56 6.4 DRAFT BIDS Formating ................................................................................. 56 6.5 FINAL BIDFormating ...................................................................................... 57

7

6.5.1

Specific Instructions for Final Bid Items .........................................................57

6.5.2

Bidder’s Response to Administrative Requirements Submission Checklist Attachment 3 .................................................................................................59

COST ...................................................................................................................... 59 7.1 COST INTRODUCTION ................................................................................. 59 7.2 COST DEFINITIONS ...................................................................................... 60 7.2.1

Equipment Cost .............................................................................................60

7.2.2

Implementation Costs ....................................................................................60

7.2.3

Maintenance and Operations Costs ...............................................................60

7.2.4

Wired-for Definition ........................................................................................60

7.2.5

Manufactured Suggested Retail Price (MSRP) ..............................................61

7.2.6

Software Assurance.......................................................................................61

7.2.7

Bill of Materials ..............................................................................................61

7.2.8

Unanticipated Task Cost ................................................................................61

7.2.9

Cost Workbook Instructions ...........................................................................61

7.3 PROJECT PAYMENT TERMS ....................................................................... 63 8

EVALUATION ........................................................................................................ 63 8.1 Evaluation Response Requirements .............................................................. 63 8.2 Evaluation Team............................................................................................. 64 8.3 Evaluation Process ......................................................................................... 64 8.4 RECEIPT ........................................................................................................ 64

11/26/2013 11:11 AM

p. 90

State of California

Bid IFB 13-001

8.5 Draft Proposal Evaluation ............................................................................... 65 8.6 CONFIDENTIAL DISCUSSIONS (If Applicable) ............................................. 65 8.7 Second Draft Bid (If Applicable)...................................................................... 66 8.8 Final BID Evaluation ....................................................................................... 66 8.8.1

Bid Opening and Validation Check ................................................................66

8.8.2

Validation Against Requirements ...................................................................66

8.8.3

Errors in the Final Bid ....................................................................................67

8.8.4

Evaluation of Required Information ................................................................68

8.9 Proceeding to Negotiations............................................................................. 74 8.10 NEGOTIATION PROCESS AND INVITATION ............................................... 74 8.10.1 Negotiation Invitation .....................................................................................75 8.10.2 Best and Final Offer Submission....................................................................76

8.11 EVALUATION OF BAFOs .............................................................................. 76 8.12 Selection and Award ...................................................................................... 77 9

AWARD AND EXECUTION ................................................................................... 77 9.1 AWARD OF CONTRACT ............................................................................... 77 9.2 NOTIFICATION OF AWARDS........................................................................ 77 9.3 PROTESTS OF AWARDS.............................................................................. 78 9.4 DEBRIEFING.................................................................................................. 78 9.5 AUTHORIZATION TO EXECUTE AGREEMENT ........................................... 78

10 ATTACHMENTS .................................................................................................... 78

11/26/2013 11:11 AM

p. 91

State of California

Bid IFB 13-001

LIST OF TABLES AND FIGURES TABLE 1: PBX LOCATION AND SOFTWARE RELEASE ............................................... 6 TABLE 2: VOICE MAIL SYSTEMS ................................................................................ 12 FIGURE 1: OHAS ARCHITECTURE.............................................................................. 19 TABLE 3: OHAS ............................................................................................................. 19 TABLE 4: CALL ACCOUNTING SYSTEMS ................................................................... 24 TABLE 5: PSTN CONNECTIVITY .................................................................................. 29 FIGURE 2: SAMPLE CTEN ARCHITECTURE.............................................................. 37 TABLE 6: PROCUREMENT OFFICIAL .......................................................................... 38 TABLE 7: KEY ACTION DATES .................................................................................... 40 TABLE 8: PRODUCTIVE USE TIMEFRAMES ............................................................... 44 TABLE 9: DVBE INCENTIVE SCALE ............................................................................ 45 TABLE 10: PROTEST DELIVERY INFORMATION ....................................................... 52 TABLE 11 BIDDER QUALIFICATION REQUIREMENTS .............................................. 69 TABLE 12 DVBE INCENTIVES ...................................................................................... 73 TABLE 13 DVBE INCENTIVES CALCULATION ............................................................ 73

11/26/2013 11:11 AM

p. 92

State of California

Bid IFB 13-001

IFB PART 1 GENERAL INSTRUCTIONS

11/26/2013 11:11 AM

p. 93

State of California

1

Bid IFB 13-001

INTRODUCTION 1.1 PURPOSE OF THIS INVITATION FOR BID It is the purpose of this Invitation for Bid (IFB) to solicit responses from qualified vendors who are able to: 1. Configure, plan, implement and manage a Converged Telephony Enterprise Network (CTEN) solution. 2. Implement centralized Voice Mail, Automated Attendant, and Call Accounting. 3. Network multiple locations utilizing a Multiprotocol Label Switching (MPLS) network. 4. Maintain the CTEN Solution, sub-systems, and add-on applications. It is the State’s intent to award this contract to a single vendor as a result of this solicitation. All awards will be based on lowest net cost evaluation as described in Part 1, Section 8.3, Final Bid Evaluation, of this IFB.

1.2

BACKGROUND The California Department of Corrections and Rehabilitation’s (CDCR) telecommunication systems serve a highly critical role in supporting operations in the Department’s adult and juvenile institutions by ensuring communication for the safety and security of staff, inmates, vendors, visitors, and the general public. Additional safety and security subsystems, specifically the Off Hook Alarm System (OHAS), are integrated into these telecommunication systems. Failure of any part of these systems will lead to the catastrophic failure of key public safety communications resulting in a critical breach of security and corresponding threat to life/safety of the adult institutions and surrounding communities. A primary concern of the CDCR is that many institutions are currently utilizing Private Branch Exchange (PBX) systems containing manufacturer discontinued core hardware. CDCR continues to experience various hardware failures which disable portions of the PBX system and result in institution/facility lockdowns and disruption to ongoing operations and inmate programs. Many of the CDCR PBXs continue to be a daily challenge to find the necessary support from the manufacturer to keep the systems up and running efficiently and effectively. The estimated mean-time-between failure is shortening daily. Repair parts are increasingly becoming more difficult and costly to obtain. Due to the outdated software and subsystems, certified technicians are becoming very hard to find. Technical expertise to perform maintenance or repair is limited. The systems are not cost-effective due to the increasing number of repairs that are only temporary fixes.

11/26/2013 11:11 AM

p. 94

State of California

Bid IFB 13-001

In the event of a system failure, CDCR has very few and often costly, options to return to minimally acceptable operation and, in some cases, may not even be possible. Failures of system components jeopardize the safety and security of staff, inmates, and the public, resulting in substantial unbudgeted costs. At some institutions, the related subsystems (OHAS, voicemail, and call accounting) have already failed in place. Most of the current systems in the institutions cannot support existing requests for expansion of new telephone users and/or voicemail users. In addition, mandated projects are creating a significant impact to the telephone systems throughout CDCR. Each institution, facility, division, or program area must try to appropriate funding for their specific need, which is not the most cost-effective method at an enterprise level.

2

CURRENT ENVIRONMENT 2.1

PBX The following sections and subsections detail the CDCR system current-state PBX infrastructure. Bidders are encouraged to reference the Bidder’s Library for additional information. Bidder’s Library instructions may be found in Part 2, Attachment 19.

2.1.1 PBX Introduction and Background The PBX provides all voice communication services for CDCR locations, including 40 locations throughout California. The oldest enterprise PBX system(s) in production was originally procured in 1988 and many of the PBXs have been in continuous operation for over 20 years. The current environment includes the following: 1. 39 Nortel/Avaya PBX systems which include: Nortel Option 11, Nortel Option 61, Nortel Option 81 (some of which are in hybrid mode and paired with Nortel/Avaya CS1000 IP PBXs). System software versions ranging from x11 Release 19 to x21 Succession 7.5. 2. One (1) Avaya Definity TDM/VoIP Hybrid Solution. CDCR has a maintenance contract in place to support the system and sub-system components. Many of the enterprise PBX systems are traditional Time-Division Multiplexing (TDM) digital architecture. The CDCR Voice Telephony Platform functionally consists of 40 distributed PBXs. Each PBX is designed for high availability, with the exception of Meridian Option 11/CS1000M cabinet. If there is a failure within the primary Central Processing Unit (CPU), the PBX does an automatic fail-over to the secondary CPU.

11/26/2013 11:11 AM

p. 95

State of California

Bid IFB 13-001

2.1.2 PBX Features and Functionality The current-state PBX systems provide inbound, outbound, and station-to-station calling for the CDCR facilities and also integrates with various on premise sub-systems. Features and functionality include: 1. Telephony services - The PBX is the primary system for voice communications within the CDCR facility; 2. Public Switched Telephone Network (PSTN) Connectivity - The PBX provides connectivity to PSTN services 2-way trunks, Direct Inward Dial (DID)/ Direct Outward Dial (DOD), and T1; a. The PBX at each CDCR facility is architected for high availability (with the exception of Option 11/CS1000M cabinet) and has no service dependency on the WAN; 3. Redundant Control – Each PBX has dual Control Processor Cards for redundancy (with the exception of Option 11/CS1000M cabinet) and for enhanced reliability. The primary CPU will fail-over to the secondary CPU if the primary CPU fails; 4. Power Failure Transfer (PFT) – If power is not distributed to the PBX, industry standard 2500 sets access analog ground start trunks to make inbound/outbound calls; 5. Voice Mail/Automated Attendant – there are several stand-alone voice messaging platforms integrated within the CDCR facility PBXs. These systems include; Centigram, CallPilot, Meridian Mail, NuPoint, and Audix. Each provides voice messaging services with Message Waiting Indication (MWI) on the desktop set; 6. Integration with the OHAS; 7. Support for the Count Bridge feature; 8. Interfaces with Call Accounting systems for call costing information and call forensics; 9. Alarm Notification systems; 10. Provides PBX interconnection to other PBXs through the use of T1 TIE lines. Sites that are located in close proximity have CDCR private fiber connectivity. The sites and their “sister” sites are listed below: a. CCC connects to HDSP; b. CMF connects to SOL; c.CTF connects to SVSP; d. CCWF connects to VSP;

11/26/2013 11:11 AM

p. 96

State of California

Bid IFB 13-001

e. CVSP connects to ISP; f. SAC connects to FSP; g. KVSP connects to NKSP; and h. COR connects to SATF. Refer to Table 1: PBX Location and Software Release for a “high level” configuration and Software Release of each PBX. In addition, the column labeled “Reference” provides the File Location where additional inventory and configuration details can be found within the Bidders Library. *Reference Part 2, GLOSSARY Table 20: Definitions, Acronyms, and Abbreviations for Acronym/Name correlation.

Table 1: PBX Location and Software Release Institution*

PBX

Software Release/ Level

Active Ports

Reference Refer to Part 1, Bidders Conference Section, 5.1.1

ASP

Option 61C-CP PII(3221)

3.0

1511

BIDDER’S LIBRARY CURRENT PBX

CCC

Option 81C-CPPIV (3021)

3.0

1264

BIDDER’S LIBRARY CURRENT PBX

CCI

CIM

G3

Option 81C-CP4 (2611)

R014x.00.1. 731.2

1488

23.37

1868

BIDDER’S LIBRARY CURRENT PBX BIDDER’S LIBRARY CURRENT PBX

CIW

Option 61C-CP4 (2921)

3.0

1001

BIDDER’S LIBRARY CURRENT PBX

CMF

CS1000M MG – CP PIV (3621)

7.5

2179

BIDDER’S LIBRARY CURRENT PBX

CMC

Option 81C – CP-4 (3021)

3.0

2142

BIDDER’S LIBRARY CURRENT PBX

11/26/2013 11:11 AM

p. 97

State of California

Bid IFB 13-001

Institution*

PBX

Software Release/ Level

Active Ports

Reference Refer to Part 1, Bidders Conference Section, 5.1.1

LAC

Option 81C –CP PIV (3621)

4.5

1714

BIDDER’S LIBRARY CURRENT PBX

SAC

CS1000M SG CP PIV (3521)

7.5

1503

BIDDER’S LIBRARY CURRENT PBX

SOL

Option 81-CP1 (1611)

21.45

1307

BIDDER’S LIBRARY CURRENT PBX

CAL

Option 61 (1111)

21.54

1278

BIDDER’S LIBRARY CURRENT PBX

CEN

Option 71 (1211)

21.54

1407

BIDDER’S LIBRARY CURRENT PBX

CCWF

Option 61C CP II (3221)

3.0

1292

BIDDER’S LIBRARY CURRENT PBX

COR

Option 61C-CP PII (3221)

3.0

1768

BIDDER’S LIBRARY CURRENT PBX

CRC

Option 81C - CP4 (3021)

3.0

1199

BIDDER’S LIBRARY CURRENT PBX

CTF

Option 81C-CP4 (3011)

23.55

1613

BIDDER’S LIBRARY CURRENT PBX

CVSP

Option 61C-CPP (3221)

3.0

1011

BIDDER’S LIBRARY CURRENT PBX

DVI

Option 81C-CP4 (3011)

23.55

1306

BIDDER’S LIBRARY CURRENT PBX

11/26/2013 11:11 AM

p. 98

State of California

Bid IFB 13-001

Institution*

PBX

Software Release/ Level

Active Ports

Reference Refer to Part 1, Bidders Conference Section, 5.1.1

FSP

Option 61C-CP PII (3221)

3.0

1133

BIDDER’S LIBRARY CURRENT PBX

HDSP

Option 81-CP1 (1611)

21.45

1349

BIDDER’S LIBRARY CURRENT PBX

ISP

Option 71 - M1 (1211)

21.54

1371

BIDDER’S LIBRARY CURRENT PBX

KVSP

Option 81C CP PII (3321)

4.0

1422

BIDDER’S LIBRARY CURRENT PBX

MCSP

CS1000M MG-CPPIV (3621)

5.50

1292

BIDDER’S LIBRARY CURRENT PBX

NCRF

CS1000M Cabinet (2121)

4.5

99

BIDDER’S LIBRARY CURRENT PBX

NKSP

Option 61 (1111)

21.54

1365

BIDDER’S LIBRARY CURRENT PBX

PBSP

Option 61C CP PII (3221)

3.0

1471

BIDDER’S LIBRARY CURRENT PBX

PVSP

CS1000M MG-CP PIV (3621)

5.50

1361

BIDDER’S LIBRARY CURRENT PBX

RJD

CS1000M SG-CP PIV (3521)

5.50

1521

BIDDER’S LIBRARY CURRENT PBX

SVSP

Option 81-CP1 (1611)

21.54

1697

BIDDER’S LIBRARY CURRENT PBX

11/26/2013 11:11 AM

p. 99

State of California

Bid IFB 13-001

Institution*

PBX

Software Release/ Level

Active Ports

Reference Refer to Part 1, Bidders Conference Section, 5.1.1

SQ

CS1000M MG-CP PIV (3621)

4.50

2434

BIDDER’S LIBRARY CURRENT PBX

SCC

Option 61C-CP PII (3221)

3.0

907

BIDDER’S LIBRARY CURRENT PBX

SATF

Option 81C-CP2 (1991)

22.46

2133

BIDDER’S LIBRARY CURRENT PBX

VSP

Option 81-CP1 (1611)

21.54

1202

BIDDER’S LIBRARY CURRENT PBX

WSP

CS1000M SG-CP PIV (3521)

5.50

1515

BIDDER’S LIBRARY CURRENT PBX

HGSCF

Option 61C-CPPIV (3521)

4.50

109

BIDDER’S LIBRARY CURRENT PBX

VYCF

Option 11E (1411)

20.19

368

BIDDER’S LIBRARY CURRENT PBX

RAM

Option 61C CP PIV (3521)

4.50

466

BIDDER’S LIBRARY CURRENT PBX

STC

CS1000M Cabinet (2121)

4.50

194

BIDDER’S LIBRARY CURRENT PBX

NCYCC*

ESTRELLA**

Harris

Option 61C CP PIV (3521)

XCPU Version 25.11.07

1002

4.5

339

BIDDER’S LIBRARY CURRENT PBX

BIDDER’S LIBRARY CURRENT PBX

11/26/2013 11:11 AM

p. 100

State of California

Bid IFB 13-001

*NCYCC = Option 61C Release = 5.50; this system was purchased but never brought online. Also includes OTM and CallPilot. **ESTRELLA = Option61C; currently shutdown.

2.2

INSIDE CABLE PLANT The CDCR cable scheme varies by each site. Some of the prisons were constructed over 100 years ago. The fundamental construction design and security concepts of a CDCR make new cable installations, routing, and termination challenging. Many of the inside cable plants were installed prior to 1990 and have not been refreshed. The majority of the telephony cable infrastructure is Category 3 (CAT3); however, some of the cable plant predates the CAT3 standard. The majority of telephone stations do not have Category 5 (CAT5) Local Area Network (LAN) access within seven feet. Many of the telephones are more than 100 meters from the nearest data switch. It is a challenging environment to install new cabling infrastructure for many reasons including: asbestos, building layout and design, access to locations, and distance limitations.

2.3

VOICE MESSAGING SYSTEM This section discusses the Voice Mail and Automated Attendant systems within each CDCR facility.

2.3.1 Voice Messaging Introduction and Background The voice messaging system is utilized to provide Voice Mail and Automated Attendant services in conjunction with the enterprise PBX. Each site is equipped with a voice messaging system. CDCR has several platforms within production; Centigram, Call Pilot, Meridian Mail, NuPoint, and Audix. The voice messaging systems were procured as turnkey systems, including all hardware, operating systems, and application software. The voice messaging systems are full-featured Voice Mail and Automated Attendant systems.

2.3.2 Voice Messaging Features and Functionality The current-state voice messaging System provides Voice Mail and Automated Attendant service for the CDCR’s authorized users. Even though the majority of the systems have been placed in operation for a number of years, they offer a robust feature-set for users. System features include: 1. Voice Mail MWI for all telephones (visual on equipped models and audible on all other models); 2. Any user with a valid mailbox and password is able to perform the following functions:

11/26/2013 11:11 AM

p. 101

State of California

Bid IFB 13-001

a. Playback voicemail messages; b. Delete voicemail messages; c. Change voicemail greetings; and d. Change voicemail password. 3. Ability for users to record personal greetings; 4. Ability for users to record time-of-day greetings; 5. Ability to change, record, and activate a new or existing greeting from a remote location; 6. Attendant zero out options (e.g. exiting a voicemail box by using a “0” to be forwarded to a pre-designated destination); 7. Multi-lingual prompting; 8. Mailboxes initially configurable by subscribers aided by embedded voice prompts/tutorials; 9. Support mailboxes for field staff, or staff that do not have a physical telephone, direct line, or DID number; 10. Time and date stamping of voicemail messages with the ability to play before or after a message on presentation. Date and time stamp must be included when exporting voicemail messages; 11. Ability to broadcast distribution of a single voicemail message to multiple voicemail boxes with subscriber broadcast distribution lists; 12. Personal lists – labeled collection of addresses that users can create and save for later use. Users who frequently send messages to the same group of people can create one personal distribution list for each group. Messaging sends the message to each member of the list. Users can create a maximum of 89 personal distribution lists. Only the user who creates a personal distribution list can view and manage the list; 13. Password protection of voicemail boxes with security features to avoid unauthorized system access via the voice messaging system and unauthorized access by system administrators to personal voicemail boxes; 14. Ability to modify message playback controls; and 15. The support of a teletypewriter (TTY), a data terminal that people who are hearing impaired or speech impaired can use to transmit and receive text through a telephone system. For more detail, Table 2: Voice Mail Systems display the site location, PBX type, and voice messaging system type and Software Release.

11/26/2013 11:11 AM

p. 102

State of California

Bid IFB 13-001

Table 2: Voice Mail Systems

11/26/2013 11:11 AM

Institution

PBX

VM/Auto Attendant System/Software Release

ASP

Option 61C-CP PII(3221)

Bay Point Innovations-Centigram/6.1B

CCC

Option 81C-CPPIV (3021)

Bay Point Innovations-Centigram/6.1B

CCI

G3

Audix-S3210R v2.0

CIM

Option 81C-CP4 (2611)

Bay Point Innovations-Centigram/6.1B

CIW

Option 61C-CP4 (2921)

Bay Point Innovations-Centigram/6.1B

CMF

CS1000M MG – CP PIV (3621)

NuPoint Messenger

CMC

Option 81C – CP-4 (3021)

NuPoint Messenger

LAC

Option 81C –CP PIV (3621)

Nortel CallPilot 4.0

SAC

CS1000M SG CP PIV (3521)

Bay Point Innovations-Centigram/6.1B

SOL

Option 81-CP1 (1611)

Bay Point Innovations-Centigram/6.1B

CAL

Option 61 (1111)

Bay Point Innovations-Centigram/6.0

p. 103

State of California

11/26/2013 11:11 AM

Bid IFB 13-001

Institution

PBX

VM/Auto Attendant System/Software Release

CEN

Option 71 (1211)

Bay Point Innovations-Centigram/6.1B

CCWF

Option 61C CP II (3221)

Bay Point Innovations-Centigram/6.1B

COR

Option 61C-CP PII (3221)

Bay Point Innovations-Centigram/6.1B

CRC

Option 81C - CP4 (3021)

Bay Point Innovations-Centigram/6.1B

CTF

Option 81C-CP4 (3011)

Bay Point Innovations-Centigram/6.1B

CVSP

Option 61C-CPP (3221)

Bay Point Innovations-Centigram/6.1B

DVI

Option 81C-CP4 (3011)

Bay Point Innovations-Centigram/6.1B

FSP

Option 61C-CP PII (3221)

Bay Point Innovations-Centigram/6.1B

HDSP

Option 81-CP1 (1611)

Bay Point Innovations-Centigram/6.1B

ISP

Option 71 - M1 (1211)

Bay Point Innovations-Centigram/6.1B

KVSP

Option 81C CP PII (3321)

CallPilot/2.0

MCSP

CS1000M MG-CPPIV (3621)

Bay Point Innovations-Centigram/6.1B

p. 104

State of California

11/26/2013 11:11 AM

Bid IFB 13-001

Institution

PBX

VM/Auto Attendant System/Software Release

NCRF

CS1000M Cabinet (2121)

Bay Point Innovations-Centigram/6.1B

NKSP

Option 61 (1111)

Bay Point Innovations-Centigram/6.1B

PBSP

Option 61C CP PII (3221)

Bay Point Innovations-Centigram/6.1B

PVSP

CS1000M MG-CP PIV (3621)

Nortel 600R/5.0

RJD

CS1000M SG-CP PIV (3521)

Bay Point Innovations-Centigram/6.1B

SVSP

Option 81-CP1 (1611)

Bay Point Innovations-Centigram/6.1B

SQ

CS1000M MG-CP PIV (3621)

CallPilot/4.0

SCC

Option 61C-CP PII (3221)

Bay Point Innovations-Centigram/6.1B

SATF

Option 81C-CP2 (1991)

NuPoint Messenger

VSP

Option 81-CP1 (1611)

Bay Point Innovations-Centigram/6.1B

WSP

CS1000M SG-CP PIV (3521)

CallPilot/5.0

HGSCF

Option 61C-CPPIV (3521)

CallPilot/4.0

VYCF

Option 11E (1411)

Nortel/Meridian Mail

p. 105

State of California

Bid IFB 13-001

Institution

PBX

VM/Auto Attendant System/Software Release

RAM

Option 61C CP PIV (3521)

CallPilot/4.0

STC

CS1000M Cabinet (2121)

CallPilot/4.0

NCYCC*

Harris

Verbatim

ESTRELLA**

Option 61C CP PIV (3521)

CallPilot

*NCYCC = Option 61C Release = 5.50; this system was purchased but never brought online. Also includes OTM and CallPilot 5.0. **ESTRELLA = OP61; currently shutdown.

2.4

OFF HOOK ALARM SYSTEM (OHAS) This section will discuss the OHAS that is installed within each CDCR and is a subsystem within the current-state Telephony Platform.

2.4.1 OHAS Introduction and Background OHAS was created for the CDCR based on specific requirements. OHAS is a life/safety system which processes fire/emergency calls, disturbance calls, off hook alarms and disconnect alarms. Digital Techniques (DTI) was the original provider of the OHAS. The DTI OHAS platform was manufacturer discontinued in the year 2000. It is the goal of CDCR to migrate all OHAS to the Red Phoenix platform. Red Phoenix was established in 2001 and provides limited support of DTI OHAS. Since 2003/2004 the Red Phoenix platform has been provisioned for all but five CDCR facilities.

2.4.2 OHAS Features and Functionality This sub-section describes the functionality, features, and capabilities of OHAS. 1. Off-Hook Alarm - The system shall register an alarm on OHAS when any station remains off hook without dialing any digits for 15 seconds; 2. Dial Alarm - The system shall register an alarm on the OHAS whenever any station dials either of the designated emergency numbers;

11/26/2013 11:11 AM

p. 106

State of California

Bid IFB 13-001

3. Cut Cord Alarm - The system shall register a cut cord alarm on the OHAS whenever any Nortel/Avaya digital station set that has its line cord unplugged or severed; and 4. Initiating Stations - Every telephone attached to the PBX and/or RPE (except ring downs) shall be able to initiate an Off-Hook or Dial Alarm regardless of the type of station equipment installed or the line seized on a multi-line set. 5. Alarm Indication Two types of Audible Signal Alarm Indicators shall be provided: a. All alarms shall begin a distinctive audible signal on the OHAS server when an alarm is registered and shall sound until the signal is silenced; b. A switch to silence the audible signal for the current alarm shall be provided. This switch shall not cancel nor clear the alarm. Any subsequent alarms shall cause the audible signal to begin sounding again. c. OHAS provides the following Flashing Visual Indication features and capabilities: i. A distinctive visual indicator shall begin flashing when any alarm is registered and shall continue flashing until the indicator is deactivated. The alarm indicator shall be visible from a minimum of 10 feet away; and ii. A switch to deactivate the flashing indicator for the current alarm shall be provided. This switch shall not cancel or clear the alarm. Any subsequent alarms shall cause the indicator to begin flashing again. d. OHAS displays the following alarm data when any alarm is registered: i. Type of alarm (off-hook disturbance, dialed disturbance, fire/life safety or cut cord); ii. Date and time when the alarm is initiated (time shall be indicated in a HH:MM:SS format on a 24-hour cycle); iii. Station number initiating the alarm; iv. Physical location of the station initiating the alarm (shall consist of the location name programmed on the telephone); v. Date and time when the alarm is cleared, using the same format as for displaying the initiated alarm information; vi. Name of the State staff person clearing the alarm, this information is entered from the keyboard; and

11/26/2013 11:11 AM

p. 107

State of California

Bid IFB 13-001

vii. The screen shall display a minimum of 50 alphanumeric characters per alarm. Each alarm shall be indicated on a separate line. 6. Printer a. The printer is capable of automatically printing an audit trail of when an alarm is registered and cleared. Printed data consists of the same data elements in the same format as the visual display data identified above; b. Each alarm is indicated on a separate line; and c. The printer utilizes continuous-feed paper. 7. Keyboard The keyboard permits State personnel to annotate all alarm displays with such information as the name of the State staff person clearing the alarm. 8. Call Monitoring Telephone a. A dedicated telephone allows a State staff person to monitor the station that initiated the alarm while it is still off-hook for any OHAS and dialed Disturbance Control Alarms; and b. The control phone shall allow a State staff person to speak with the calling station for any Fire/Life Safety dialed alarm. 9. Fire/Life Safety Alarm a. In addition to a handset, the control phone includes a speaker and microphone for two-way, hands-free operation; b. There is a mute button for silencing the microphone while allowing any conversation or sounds at the off-hook station to be heard; and c. Visual indication includes group member status. 10. Vehicle Sallyport Speaker a. This speaker is used to receive and monitor all Fire/Life Safety conversations between the station initiating the alarm and control point(s); and b. This speaker is supported using the existing telecommunications cable plant. 11. Multiple Alarms a. It is possible to display at least 20 alarms simultaneously on the OHAS monitor;

11/26/2013 11:11 AM

p. 108

State of California

Bid IFB 13-001

b. These 20 alarms can be all Off Hook, Cut Cord or Dial Alarms, or any combination thereof; c. If there is more than one alarm, the system shall display each new alarm at the top of the Cathode Ray Tube (CRT) or flat panel screen and scroll data from preceding alarms; and d. There shall be no limit to the number of alarms registered on the printer. 12. Alarm Cancellation a. Once any alarm condition has been registered, the initiating station cannot cancel it by going back on hook; b. No alarm shall be cancelled by any other station or by the attendant console; c. Alarms shall be cancelled only by personnel utilizing the equipment located in Central Control; d. Cancellation of any alarm shall only be accomplished by action at the OHAS with the appropriate input from the keyboard; and e. It shall be possible to cancel a specific station's alarm without canceling any other alarm. 13. Alarm Cancellation Audit Trail The printer automatically prints a record of the alarm cancellation including the following data: a. Date and time when the alarm is cancelled, utilizing the same time format as used for registering the alarm initiation; b. Name of the State staff person clearing the alarm; c. Automatically removes the station number and location initiating the alarm from the display screen. 14. Timing Parameter The system-wide timing parameter for how long a station is off hook before initiating an alarm shall be from 10 to 15 seconds. 15. Station Locations a. It is possible to add, move, or change the system's station location configuration information using a terminal other than the alarm-reporting terminal; b. The terminal utilized for system configuration is a separate terminal employed for that function.

11/26/2013 11:11 AM

p. 109

State of California

Bid IFB 13-001

16. Database Update The system database automatically updates each day. The time of day for the update is adjustable.

2.4.3 OHAS Architecture 1. Red Phoenix has updated the OHAS platform and it replaces obsolete and unsupported equipment with standard “off the shelf” hardware and open standards. Figure 1: OHAS Architecture displays the connectivity required for the PBX.

Figure 1: OHAS Architecture

Table 3: OHAS, displays the site locations, PBX information, and OHAS system in production.

Table 3: OHAS

11/26/2013 11:11 AM

Institution

PBX

Off Hook Alarm System/Software Release

ASP

Option 61C-CP PII(3221)

CCC

Option 81C-CPPIV (3021)

Red Phoenix OHAS

CCI

G3

No - Integrated Feature

Red Phoenix/3.0.2.0

p. 110

State of California

11/26/2013 11:11 AM

Bid IFB 13-001

Institution

PBX

Off Hook Alarm System/Software Release

CIM

Option 81C-CP4 (2611)

Red Phoenix 3.0.4.0 and 3.0.5.0j

CIW

Option 61C-CP4 (2921)

Red Phoenix/3.0.0.0

CMF

CS1000M MG – CP PIV (3621)

Red Phoenix/3.0.0.0

CMC

Option 81C – CP-4 (3021)

Red Phoenix/3.0.4.0

LAC

Option 81C –CP PIV (3621)

SAC

CS1000M SG CP PIV (3521)

Red Phoenix/3.0.0.0

SOL

Option 81-CP1 (1611)

Red Phoenix/3.0.2.0

CAL

Option 61 (1111)

Digital Techniques Inc./1.70

CEN

Option 71 (1211)

Digital Techniques Inc./1.70

CCWF

Option 61C CP II (3221)

Red Phoenix 4.0

COR

Option 61C-CP PII (3221)

Red Phoenix/3.0.2.0

CRC

Option 81C - CP4 (3021)

Red Phoenix 4.0

CTF

Option 81C-CP4 (3011)

Digital Techniques/1.70

CVSP

Option 61C-CPP (3221)

Red Phoenix 4.0

DVI

Option 81C-CP4 (3011)

Red Phoenix/3.0.2.0

FSP

Option 61C-CP PII (3221)

Red Phoenix/2.1.3.0

HDSP

Option 81-CP1 (1611)

Red Phoenix/3.0.2.0

ISP

Option 71 - M1 (1211)

KVSP

Option 81C CP PII (3321)

Digital Techniques Inc./1.70

Red Phoenix Red Phoenix/3.0.4.0

p. 111

State of California

Bid IFB 13-001

Institution

PBX

Off Hook Alarm System/Software Release

MCSP

CS1000M MG-CPPIV (3621)

Red Phoenix/3.0.0.0

NCRF

CS1000M Cabinet (2121)

Red Phoenix 4.0

NKSP

Option 61 (1111)

Red Phoenix

PBSP

Option 61C CP PII (3221)

Red Phoenix/3.0.0.0

PVSP

CS1000M MG-CP PIV (3621)

Red Phoenix/3.0.0.0

RJD

CS1000M SG-CP PIV (3521)

Red Phoenix/3.0.0.0

SVSP

Option 81-CP1 (1611)

Red Phoenix/3.0.0.0

SQ

CS1000M MG-CP PIV (3621)

Red Phoenix/3.0.4.0 and 3.0.5.0

SCC

Option 61C-CP PII (3221)

Red Phoenix 4.0

SATF

Option 81C-CP2 (1991)

Digital Techniques Inc./1.70

VSP

Option 81-CP1 (1611)

Red Phoenix/3.0.0.0

WSP

CS1000M SG-CP PIV (3521)

Red Phoenix/3.0.2.0

HGSCF

Option 61C-CPPIV (3521)

N/A

VYCF

Option 11E (1411)

N/A

RAM

Option 61C CP PIV (3521)

Red Phoenix 4.0

STC

CS1000M Cabinet (2121)

None

NCYCC*

Harris

None

Estrella**

Option 61C CP PIV (3521)

None

*NCYCC = Option 61C Release = 5.50; this system was purchased but never brought online. Also includes OTM and CallPilot 5.0. **ESTRELLA = OP61; currently shutdown.

11/26/2013 11:11 AM

p. 112

State of California

2.5

Bid IFB 13-001

SYSTEM ADMINISTRATION This section describes the System Administration capabilities within the current state Telephony Platform.

2.5.1 System Administration Introduction and Background Each system contains its own System Management capability. This application allows System Administrators to manage the features and functions of the PBX.

2.5.2 System Administration Features and Functionality The System Administration Terminal allows the following features and functionality: 1. Adding or deleting system users; 2. Adding or deleting endpoint devices; 3. Adding system and station Features and Functionality; and 4. System and station Reports and Queries;

2.6

CALL ACCOUNTING AND CALL DETAIL REPORTING (CDR) This section describes the Call Accounting and CDR capabilities within the currentstate Telephony Platform.

2.6.1 Call Accounting Introduction and Background As part of the CDCR System Cost Accounting and call forensics verification, the telecom unit provides integrated systems that track, provide call costing, and calling forensics capability to the enterprise Voice Channel. CDCR has several Call Accounting systems in operation including: Optivity Telephony Manager (OTM), Telephony Manager ™, SwitchView, Mircocall, and Amcom Eclipse. It is CDCR’s intent to reuse the Amcom Eclipse 5000 Call Accounting system and expand it to support the entire enterprise. The Amcom Server is currently located at the California Medical Facility in Vacaville, California and shall be moved and reinstalled into Data Center 1.

2.6.2 AMCOM Features and Functionality The Amcom system supports the following features and functionality: 1. Send reports to any printer on the CDCR’s network; 2. Set up for up to 20 CDCR predefined custom reports; 3. Up to 10 separate custom user groups, not to exceed 15 user groups;

11/26/2013 11:11 AM

p. 113

State of California

Bid IFB 13-001

4. User can only run reports on themselves; 5. User can run predefined reports on a designated group of extensions; 6. User can run predefined reports on all extensions at their Institution; 7. User can run predefined reports on all extensions at one or more institutions; 8. User can run predefined reports for all users at all sites; 9. User can create and run custom reports for their designated group of extensions; 10. User can create and run custom reports for their institution; 11. User can create and run custom reports on all extensions at one or more institutions; 12. User can create and run custom reports for all users at all institutions; 13. Global Administrator capabilities; and 14. Scheduled weekly database backups. 15. Collect all CDR for: a. Extension-to-Extension (Internal CDR); b. On-Net to On-Net (Call from one PBX to another); c. On-Net to Off-Net (Call from PBX to PSTN); and d. Off-Net to On-Net (Call from PSTN to PBX). CDR is accessible for review and reporting from a centralized database and can be used from the local system administrator or designated users.

2.6.3 AMCOM Architecture The current Server that supports the Amcom Eclipse Enterprise 5000 is an Amcom specified AMCOMAPL2A Eclipse Application Server (Dell Database Server – R710 2RU 19”Rack Mountable Server). There is one buffer box per PBX, totaling 39 poll-able buffer boxes. The buffer box data/call records will be collected over the CDCR WAN via the Eclipse Server. The Scannex ip.1-32.m IP buffer is currently in use. Table 4: Call Accounting Systems display the site institution, the PBX and the Call Accounting System and Software release:

11/26/2013 11:11 AM

p. 114

State of California

Bid IFB 13-001

Table 4: Call Accounting Systems

11/26/2013 11:11 AM

Institution

PBX

Call Accounting System/Software Release

ASP

Option 61C-CP PII(3221)

SwitchView-Avotus 6.45/K11

CCC

Option 81C-CPPIV (3021)

SwitchView-Avotus 6.45/K12

CCI

G3

MicroCall v5.10

CIM

Option 81C-CP4 (2611)

SwitchView-Avotus/6.1 G68

CIW

Option 61C-CP4 (2921)

SwitchView-Avotus/6.5 K12

CMF

CS1000M MG – CP PIV (3621)

Amcom

CMC

Option 81C – CP-4 (3021)

LAC

Option 81C –CP PIV (3621)

Nortel TM/2.2

SAC

CS1000M SG CP PIV (3521)

MicroCall/DOS 7.6

SOL

Option 81-CP1 (1611)

SwitchView-Avotus/6.1 G68

CAL

Option 61 (1111)

SwitchView-Avotus/6.4

CEN

Option 71 (1211)

SwitchView-Avotus/6.2 G68

CCWF

Option 61C CP II (3221)

SwitchView-Avotus/6.4

COR

Option 61C-CP PII (3221)

SwitchView-Avotus/6.5 K12

CRC

Option 81C - CP4 (3021)

SwitchView-Avotus/6.5 K12

CTF

Option 81C-CP4 (3011)

SwitchView-Avotus/6.1 G68

CVSP

Option 61C-CPP (3221)

MicroCall/Windows 1.0

DVI

Option 81C-CP4 (3011)

SwitchView-Avotus/6.1 G68

Amcom

p. 115

State of California

11/26/2013 11:11 AM

Bid IFB 13-001

Institution

PBX

Call Accounting System/Software Release

FSP

Option 61C-CP PII (3221)

SwitchView-Avotus/6.4

HDSP

Option 81-CP1 (1611)

SwitchView-Avotus/6.1 G68

ISP

Option 71 - M1 (1211)

SwitchView-Avotus/6.1 G68C

KVSP

Option 81C CP PII (3321)

SwitchView-Avotus/6.4

MCSP

CS1000M MG-CPPIV (3621)

Telephony Manager/3.2

NCRF

CS1000M Cabinet (2121)

Telephony Manager/2.2

NKSP

Option 61 (1111)

SwitchView-Avotus/6.1 G68

PBSP

Option 61C CP PII (3221)

MicroCall/Windows 1.0

PVSP

CS1000M MG-CP PIV (3621)

Telephony Manager/3.2

RJD

CS1000M SG-CP PIV (3521)

Telephony Manager/3.2

SVSP

Option 81-CP1 (1611)

SwitchView-Avotus/6.1 G68

SQ

CS1000M MG-CP PIV (3621)

Telephony Manager/2.2

SCC

Option 61C-CP PII (3221)

Microcall 5.1 for CDR

SATF

Option 81C-CP2 (1991)

SwitchView-Avotus/6.1 G68

VSP

Option 81-CP1 (1611)

SwitchView-Avotus/6.1 G68

WSP

CS1000M SG-CP PIV (3521)

Telephony Manager/3.2

HGSCF

Option 61C-CPPIV (3521)

Telephony Manager/3.0

VYCF

Option 11E (1411)

N/A

RAM

Option 61C CP PIV (3521)

Telephony Manager/2.2

p. 116

State of California

Bid IFB 13-001

Institution

PBX

Call Accounting System/Software Release

STC

CS1000M Cabinet (2121)

OTM/2.2

NCYCC*

Harris

None

ESTRELLA**

Option 61C CP PIV (3521)

OTM

*NCYCC = Option 61C Release = 5.50; this system was purchased but never brought online. Also includes OTM and CallPilot 5.0. **ESTRELLA = OP61; currently shutdown.

2.7

COUNT BRIDGE The Count Bridge is not a sub-system but a feature that resides on the Avaya/Nortel PBX. The Count Bridge feature is described in the following sub-sections.

2.7.1 Count Bridge Introduction and Background The Count Bridge is used by Central Control to conduct scheduled physical count of the inmates. It uses a two-way conference circuit providing full duplex communication between multiple dedicated inmate count telephones and a count control station located in Central Control. Located at Central Control, the Count Bridge includes a Multi-line Digital Display Telephone that displays the count telephone Directory Numbers (DNs). The display will show the real time on/off hook status of each count location telephone.

2.7.2 Count Bridge Features and Functionality This subsection describes the Count Bridge feature and functionality. 1. Conference initiation There are two ways that a conference may be initiated: a. Initiation by Count Control Station - each Count Bridge permits a dedicated count control station at a central point to initiate the conference by going off-hook and pressing the appropriate group call key/button. All group members are automatically called, thereby automatically ringing all predesignated Count Bridge stations that have been assigned to that control phone and group. As the stations are answered, they automatically join the conference call. All phones ring with a distinctive or uninterrupted ring and shall continue to ring until answered, or until a program-definable period of time has elapsed; and b. Initiation by Count Location - any of the count locations can ring the count control station only by going off-hook.

11/26/2013 11:11 AM

p. 117

State of California

Bid IFB 13-001

2. Ringing Signals Ringing signals are not heard on the conference call after the first station answers but continues to ring at the other stations. 3. Control Station Equipment The count control station is equipped to provide full-duplex speakerphone operation. A line status display is provided for each station on the Count Bridge call. As each station is connected onto the conference, the station’s designated status display at the control phone shall indicate that the station has joined the conference. All visual status displays reflect the on-hook status of the individual stations. The status display represents (lights) when the count location telephones are off. No conference circuit can be subdivided to have more than one count control station. Each count station location is equipped with a dedicated, non- dial (keypad). 4. Programming the System Ring Timing Parameter - it is possible to program on a system-wide basis the timing parameter for the period of time that a count phone will ring without being answered. Group parameters - the system shall have up to 64 groups assigned. Each group has up to 20 group members.

2.8

ALARM NOTIFICATION SYSTEM This section discusses the Alarm Notification Subsystems within the current-state Voice Telephony Platform.

2.8.1 Alarm Notification System Introduction and Background The alarm system is manufactured by Puleo Electronics and is maintained to continuously monitor, in real-time, the performance status of the PBX, the interconnecting transmission facilities, and the PBX room environmental conditions. The system is able to initiate alarms when operational tolerances are not met. The alarm system automatically logs the PBX trouble conditions which cause alarms and logs any other defined PBX failure or error condition (such as loss of a single trunk or line) with a time stamp.

2.8.2 Alarm Notification Features and Functionality The following conditions for which the system automatically generates an alarm are as follows:

11/26/2013 11:11 AM

p. 118

State of California

Bid IFB 13-001

1. Shutdown of any major component; 2. Fuse or breaker opening in any major component; 3. Loss of any redundant component; 4. Failure of any eight or more lines and/or trunks; 5. Failure of any trunk; 6. Failure of system logging or Standard Message Detail Record; 7. Less-than-acceptable environmental conditions in the PBX room (i.e., heat or humidity as defined by manufacturer's specifications); and 8. Loss of power from the battery system; All alarms are categorized and marked using two separate and distinct alarm areas on the alarm indicators. They are: 1) PBX Alarms and 2) Environmental Alarms. All alarms register both audibly and visually on an alarm panel(s). The audible portion of the alarm can be silenced and reset. The visual alarm is removed once the malfunction is corrected. There are 2 alarm panels: one located in the PBX room and the other located in Central Control.

2.9

PUBLIC SWITCHED TELEPHONE NETWORK (PSTN) CONNECTIVITY This section describes the PSTN connectivity that supports the current-state Voice Telephony Platform.

2.9.1 PSTN Introduction and Background Each site uses a variety of PSTN connectivity including: two-way Central Office Trunks (COTs), DID Trunks, DOD Trunks, Digital Trunk Interface (DTI), and Integrated Service Digital Network - Primary Rate Interface (ISDN-PRI). The services are procured from the Local Exchange Carrier (LEC), usually AT&T or Verizon, which CDCR is allowed to order from the California CALNET contract.

2.9.2 PSTN Features and Functionality COTs are two-way trunks and support inbound and outbound calls. They are supported by copper facilities that terminate within the Minimum Point of Entry (MPOE). Analog copper trunks allow for PFT to standard 2500 Telephones in case PBX operations are disrupted by loss of power. DID trunks support calls that are only inbound. DID is supported by analog copper trunks or ISDN-PRI. The majority of CDCR facility DID trunks are terminated on analog copper circuits. DID service is provisioned in blocks of 100 numbers.

11/26/2013 11:11 AM

p. 119

State of California

Bid IFB 13-001

DOD Trunks support outbound only calls. DOD is supported by analog copper trunks or ISDN PRI. The majority of CDCR facility DOD trunks are terminated on analog copper circuits. ISDN PRI supports 23 simultaneous calls over one circuit. One common D channel performs call signaling. ISDN PRI will dynamically support both COT and DID trunks. Table 5: PSTN Connectivity displays COT, DID, and ISDN PRI quantities at each site.

Table 5: PSTN Connectivity Institution

PBX Type

Number of DID's Number of COT's/ PRI DOD’s

ASP

Option 61C-CP PII(3221)

10

50

0

CCC

Option 81C-CPPIV (3021)

10

40

0

CCI

G3

0

24

3

CIM

Option 81C-CP4 (2611)

20

50

0

CIW

Option 61C-CP4 (2921)

10

26

0

CMF

CS1000M MG – CP PIV (3621)

17

33

4

CMC

Option 81C – CP-4 (3021)

18

24

0

LAC

Option 81C –CP PIV (3621)

56

54

2

CSP SAC

CS1000M SG CP PIV (3521)

10

32

0

SOL

Option 81-CP1 (1611)

20

20

0

CAL

Option 61 (1111)

10

52

0

CEN

Option 71 (1211)

15

50

0

11/26/2013 11:11 AM

p. 120

State of California

Institution

PBX Type

Bid IFB 13-001

Number of DID's Number of COT's/ PRI DOD’s

CCWF

Option 61C CP II (3221)

10

49

0

COR

Option 61C-CP PII (3221)

10

56

0

CRC

Option 81C - CP4 (3021)

17

31

0

CTF

Option 81C-CP4 (3011)

46

24

2

CVSP

Option 61C-CPP (3221)

20

5

0

DVI

Option 81C-CP4 (3011)

23

24

1

FSP

Option 61C-CP PII (3221)

10

43

0

HDSP

Option 81-CP1 (1611)

30

47

0

ISP

Option 71 - M1 (1211)

10

50

0

KVSP

Option 81C CP PII (3321)

21

30

0

MCSP

CS1000M MG-CPPIV (3621)

10

36

0

NCRF***

CS1000M Cabinet (2121)

33

9

1

NKSP

Option 61 (1111)

10

40

0

PBSP

Option 61C CP PII (3221)

15

39

0

PVSP

CS1000M MG-CP PIV (3621)

30

39

0

RJD

CS1000M SG-CP PIV (3521)

33

49

1

SVSP

Option 81-CP1 (1611)

30

30

0

11/26/2013 11:11 AM

p. 121

State of California

Institution

PBX Type

Bid IFB 13-001

Number of DID's Number of COT's/ PRI DOD’s

SQ

CS1000M MG-CP PIV (3621)

24

50

6

SCC

Option 61C-CP PII (3221)

33

37

1

SATF

Option 81C-CP2 (1991)

71

30

2

VSP

Option 81-CP1 (1611)

25

25

0

WSP

CS1000M SG-CP PIV (3521)

10

40

0

HGSCF

Option 61C-CPPIV (3521)

20

23

0

VYCF

Option 11E (1411)

8

14

0

RAM

Option 61C CP PIV (3521)

0

16

1

STC

CS1000M Cabinet (2121)

0

0

1

NCYCC*

Harris

0

24

0

ESTRELLA

Option 61C CP PIV (3521)

0

0

0

*NCYCC = Option 61C Release = 5.50; this system was purchased but never brought on line. Also includes OTM and CallPilot 5.0. **ESTRELLA = OP61; currently shutdown. ***NCRF – 1 PRI programmed; no TELCO circuit.

2.10

DATA NETWORK This section discusses the Data Network infrastructure that supports the currentstate CDCR facility.

11/26/2013 11:11 AM

p. 122

State of California

Bid IFB 13-001

2.10.1 Data Network Introduction and Background The current LAN environment at each adult institution has standardized on HP Procurve since 2008 with little deviation. The juvenile correctional facilities are configured similarly, but with a different hardware configuration. The prevalent switch vendor at the juvenile sites is Enterasys, but the Department is planning on upgrading the hardware with comparable HP Procurve switches.

2.10.2 Data Network Features and Functionality At each institution, there are two distribution switches (HP Procurve J8698A) in the PBX/Computer room. At each IDF there is at least a single switch that is connected to both distribution switches via single mode fiber. The two distribution switches provide redundancy and fault tolerance. Depending on the number of users each IDF supports, the types of switches in operation include; HP Procurve 2610-24 (J9085A), HP Procurve 2626 (J4900B), HP Procurve 2610-48 (J9089A), HP Procurve 2650 (J4899B), HP 4204 (J9064A), and HP 4208 (J9030A).

2.10.3 Data Network Architecture The CDCR Data Network architecture is displayed in Bidder’s Library – Network WAN folder

2.11

WIDE AREA NETWORK (WAN) This section describes the current-state WAN that supports CDCR.

2.11.1 WAN Introduction and Background The CDRC WAN consists of the following components: MPLS Network – each CDCR facility site has an OC3 155 Mg circuit connecting to the Service Provider MPLS cloud. There are two host sites, Data Center I and Data Center II located in the greater Sacramento area. Each host port is 500 Mbps connecting to the Service Provider cloud. Each Data Center connects to each other with a private fiber circuit that is 1000 Mbps. There is also a Data Center in Torrance, California that has two OC-3 155 Mbps circuits connecting to the Service Provider cloud. Data Center I receives internet via a 500 Mbps Opt-e-man circuit.

2.11.2 WAN Features and Functionality No voice is traversing the WAN. Currently the network only supports data applications.

11/26/2013 11:11 AM

p. 123

State of California

Bid IFB 13-001

2.11.3 WAN Architecture The CDCR WAN architecture is displayed in the Bidder’s Library – Network WAN folder

3

PROPOSED CTEN ARCHITECTURE This subsection will provide a descriptive narrative of the CDCR future-state CTEN solution.

3.1

PROPOSED CTEN FEATURES The CTEN solution shall provide the following functionality: 1. Upgrade or replacement of, the legacy PBX systems located at the CDCR facilities. 2. Implement a survivable core IP Telephony platform within the two Data Centers that will provide: a. A full-featured Voice Mail system scaled to support the entire enterprise; b. A fully functional and customizable Automated Attendant system that partitions each institution with multiple call trees and submenus; c. A centralized Call Accounting platform scaled to support the entire enterprise; and d. Centralized System Administration. 3. Dependability - Survivability rating of at least 99.9%; 4. On-net calling – calls between endpoints within the enterprise do not traverse the PSTN; and 5. Call Admission Control – Routes calls based on pre-established quality tolerances.

3.2

PROPOSED CTEN FOOTPRINT The Proposed CTEN solution shall provide Core telephony for the CDCR enterprise, and allow for the CDCR facilities to upgrade their systems at the local level to take advantage of centralized enterprise features.

3.2.1 Data Center I Components: The Data Center I shall house the components listed below: 1. Active/primary Session Initiated Protocol (SIP) routing server; 2. Active/primary session management solution;

11/26/2013 11:11 AM

p. 124

State of California

Bid IFB 13-001

3. Active/primary Voice Mail platform, including feature and storage services; 4. Active Automated Attendant platform, including feature and storage services; and 5. Call Detail Records solution. Any other centralized feature/solution server or device, such as administrative services required for the proposed solution. This location will host the primary PSTN (or SIP trunk) demarcation point. The non-server device(s) required for PSTN access, such as voice gateway(s) or session border control(s), will be located in the demarcation location. A complete assessment should be performed prior to making any deployment decisions. No IP handsets or agent desktops are required for this location

3.2.2 Data Center II Components: Data Center II shall house the components listed below: 1. This site is the expected location for the Secondary/fail-over SIP routing server; 2. Secondary/fail-over Voice Mail platform, including feature and storage services will be located in the server room; and 3. Secondary/fail-over Automated Attendant platform, including feature and storage services. Any other secondary/fail-over centralized feature/solution server or devices not listed as being located elsewhere, such as administrative services and servers required for the proposed solution will be located in the Data Center II server room. No IP handsets or agent desktops are required for this location This location would also house the secondary PSTN (or SIP trunk) demarcation point.

3.2.3 CDCR Facilities: These sites are not IP ready. Due to the cabling and network infrastructure in place, it is likely the least cost solution will be to upgrade the PBX onsite to the latest software/hardware version and reuse the analog and digital phones at each location. The WAN shall be used as a transport mechanism to route calls throughout the enterprise reducing metered phone call charges.

3.3

11/26/2013 11:11 AM

MAJOR COMPONENTS

p. 125

State of California

Bid IFB 13-001

3.3.1 VoIP Processors - Primary: Located in the Data Center I, these are the servers/devices that maintain the user profiles, system configuration, master dial plan, and provide the administration interface. Also, these are the device(s) where the SIP endpoints register. Depending on the specific platform selected, this may consist of one, or more servers or devices: 1. VoIP Processors – Secondary: Located at the Data Center II, these are the servers/devices that maintain a copy of the user profiles and system configuration, backup dial plan, and provide the administration interface to the survivable instance. Also, these are the device(s) that the SIP endpoints register to in the event of certain failure scenarios. Depending on the specific platform selected, this may consist of one, or more servers or devices; 2. VoIP Feature Servers – Primary: Located at Data Center I, these are the servers/devices that provide a specific feature or function (such as Voice Mail or Automated Attendant). Depending on the specific feature and platform selected, this may consist of one, or more servers or devices; 3. VoIP Feature Servers – Secondary: Located at Data Center II, these are the servers/devices that provide a survivable functionality of a specific feature or function (such as Voice Mail or Automated Attendant). Depending on the specific feature and platform selected, this may consist of one, or more servers or devices. 4. SBC (Session Border Control): These are devices that are required in order to terminate the SIP trunks. They make routing decisions based on the content of the SIP header information. 5. Session Management Device: This device is needed to manage SIP sessions within the VoIP solution. It would be required if SIP trunking is utilized, or if SIP signaling is used within the solution. 6. (Voice) Gateway: This is the device that allows access to the PSTN from the VoIP platform; it provides analog circuits, and/ transcodes between the VoIP and analog/digital solution segments.

3.4

PROPOSED HIGH LEVEL DESIGN Below is recommended guidelines for the transitional CTEN architecture. This architecture is not specific to any particular OEM, so terms are generic. Bidders shall provide a diagram of the Bidder’s proposed CTEN solution in Attachment 20 NETWORK DIAGRAM AS REFERENCED IN APPENDIX A, TR 43 – 67. Bidders shall refer to Figure 2: Sample CTEN Architecture for a high-level design guideline. Details of each major component are listed in the following sub-sections: a. Locally-provided telephony features, such as OHAS and Count Bridge.

11/26/2013 11:11 AM

p. 126

State of California

Bid IFB 13-001

3.4.1 Design (Hybrid) facilities 1. On-net traffic is directed toward the WAN connection; a. Call Admission Control is configured between the WAN and PBX; b. Centralized telephony features are leveraged; c. The CDCR PBXs are still in service and are providing: i. Telephony services to the TDM endpoints at each facility; ii. Secondary or backup PSTN link connectivity via COTs; and iii. Locally-provided telephony features, such as OHAS and Count Bridge.

3.4.2 The centralized CTEN solution is providing: 1. Primary and secondary Internet Telephony Service Provider (ITSP) link connectivity via SIP trunks at the Data Centers: a. SIP session management and SIP normalization; b. Digital Signal Processing / transcoding and compression resources; c. Centralized Voice Mail services; d. Centralized Automated Attendant, for or facility-directory services; e. Centralized Call Accounting; and f. Enterprise-level fail-over from Data Center I to Data Center II.

3.4.3 The network infrastructure is providing: 1. Quality of Service across the LAN and Class of Service across the WAN: a. Performance monitoring through the use of performance monitoring tools; b. Voice/Data traffic segregation using 802.1q tagging; c. Inline power (Power over Ethernet) using 802.3af compliant power delivery mechanism(s); and d. Fault-tolerant transport of the voice signaling and payload packets.

11/26/2013 11:11 AM

p. 127

State of California

Bid IFB 13-001

Figure 2: Sample CTEN architecture

4

TERM OF CONTRACT The Contract awarded as a result of this IFB shall become effective upon approval by the Department of Technology and shall remain effective for five years. The State may, at its sole discretion, authorize a maximum of one(1), one year extension for a total contract term of six years.

5

BIDDING INSTRUCTIONS 5.1

COMMUNICATIONS AND CONTACTS The State uses an online procurement system known as BidSync to communicate with perspective Bidders and suppliers. Information and ongoing communications for this IFB will be posted by the State on the BidSync website, www.bidsync.com. In order to ensure communication, it is important that Bidders submit Attachment 1, Intent to Bid, to the Procurement Official listed in Section 5.1.1 by the date identified in Section 5.1.3, Key Action

11/26/2013 11:11 AM

p. 128

State of California

Bid IFB 13-001

Dates. Submittal of the Intent to Bid may be via email. Bidders must notify the Procurement Official whenever their intent to bid changes or whenever there is a change in the Bidder’s designated contact information. Only questions submitted in writing and answered in writing by the Procurement Official shall be binding and official. Written questions must be submitted by email to the Procurement Official identified in Section 5.1.1, Procurement Official, using the template provided in Bidsync, Template for Question Submittal. All written questions submitted by the due date as stated in Section 5.1.2, Key Action Dates, will be responded to at the same time with all questions and answers posted to BidSync in the form of a Question and Answer set. Oral communications by department officers and employees concerning this IFB shall not be binding on the State and shall in no way excuse the Bidder of any obligations set forth in this IFB. Written questions that are received prior to the cutoff date for submission of such questions, as noted in the Key Action Dates, will be answered without divulging the source of the query. Answers to questions will be posted to www.bidsync.com .

5.1.1 Procurement Official The Agency Procurement Official is the State’s designated authorized representative regarding this procurement. Bidders are directed to communicate with the Procurement Official at the address below in Table 6: Procurement Official to submit questions, deliver Bids, and submit all other formal correspondence regarding this procurement.

Table 6: Procurement Official Hand Delivered Bid, Parcel Post (FedEx, UPS, etc.)

United States Postal Service (USPS)

Department of Technology Statewide Technology Procurement Division Attn: Tiffany Angulo, Procurement Official 10860 Gold Center Drive, Suite 200 - Security Desk Rancho Cordova, CA 95670

Department of Technology Statewide Technology Procurement Division Attn: Tiffany Angulo, Procurement Official Mail Stop Y12 P.O. Box 1810 Rancho Cordova, CA 95741

Tiffany Angulo, Procurement Official Phone: (916) 431-5068Email: [email protected]

5.1.1 Bidders Conference Participation at the Bidders’ Conference is optional, but highly recommended. It is mandatory that each attendee shall submit electronically a signed Confidentiality Statement, Part 2 Attachment 2, prior to access to the Bidders Library.

11/26/2013 11:11 AM

p. 129

State of California

Bid IFB 13-001

During the Bidders’ Conference, the State will present an overview of the CTEN (Converged Telephony Enterprise Network) bid opportunity, bidding requirements, service requirements, multimedia presentation, and Bidders’ Library (http://extranet.cdcr.ca.gov). If questions are asked at or before the conference, bidders will be asked to submit the questions in writing to the procurement official via email (do not submit questions on Bidsync) at least 24 hours prior to the conference. Answers to these questions will be published in a question and answer set. Questions from the floor will be accepted and responses provided, as time allows. Responses provided orally are not binding and only questions submitted and responded to in writing shall be considered binding. Bidders’ Conference will be held at the time and place indicated below: Bidder’s Conference: Date:

Tuesday, December 10, 2013

Time:

1:00-4:00 pm., PST

Location: Technology Agency Training and Events Center 10860 Gold Center Drive Rancho Cordova, CA 95670 A conference line may be established; however, Bidders will be limited to a fixed number of participants. Bidders who request to attend via the conference call line may do so no later than 24 hours prior to conference. The conference room is wheelchair accessible and parking is available. Please contact the Department Official for any required accommodations. A transcript of the Bidders Conference will not be created.

5.1.2 KEY ACTION DATES Key Action Dates provided in Table 7 contain pertinent dates and times by which actions must be taken or completed. If the State finds it necessary to change these dates or times, it will be accomplished via an addendum to this IFB with the exception of dates listed after the Bidder’s Submission of Final Bids. Dates listed after the Bidder’s Submission of Final Bids are estimated and may be adjusted without addendum to this IFB. All times listed are for Pacific Standard Time.

11/26/2013 11:11 AM

p. 130

State of California

Bid IFB 13-001

Table 7: Key Action Dates STEP

1. 2.

ACTION

*DATE AND TIME

State Release of the IFB

11/25/2013

Submit Attachment 1 and 2, Intent to Bid and Confidentiality Statement

12/9/2013

Bidder's Conference - Refer to Part 1, 5.1.1 Bidder's Conference for location and time.

3.

12/10/2013 A Confidentiality Statement submission is Mandatory prior to access of Bidders Library.

12/16/2013

4.

Last day to submit questions

5.

**Last Day to Protest Requirements

6.

State Response to Protest

1/10/2014

7.

***Last Day to Submit Draft Bids

1/17/2014

8.

***Last Day to Submit Final Bids

2/18/2014

9.

****Negotiations process begins

TBD

10.

Last Day to Submit Best and Final Offers (BAFOs)

TBD

11.

Notification of Award

TBD

12.

Contract Award and Execution

1/6/2014

On or before 04/02/14

*All times are Pacific Standard Time unless otherwise specified. **See Section 5.2.6. , Protests of Bid Requirements. ***Or five (5) calendar days following the last addendum that materially changes the requirements or the IFB ****Indicates that the key action date may be adjusted when the numbers of Final bids are known. Each bidder who submitted a Final Proposal will be notified of its revised schedule if an adjustment occurs.

11/26/2013 11:11 AM

p. 131

State of California

Bid IFB 13-001

5.1.3 ADMINISTRATIVE REQUIREMENTS All requirements listed in this Section with an (M) are Mandatory and not negotiable. Bidders must indicate their willingness and ability to satisfy these requirements by marking “Yes” to the “Bidder agrees Yes/No” on Part 2, Attachment 3, Bidder’s Checklist Response to Administrative Requirements. Answering “No” to any of the Mandatory Administrative Requirements (M) in the Final Bid will result in the bid being deemed non-responsive, and therefore disqualified.

5.1.4 TERMS AND CONDITIONS a) Bidders are advised that all Contracts awarded as a result of this IFB shall automatically incorporate by reference the GSPD – 401IT, which can be found at the following URL: http://www.documents.dgs.ca.gov/pd/modellang/GPIT060810.pdf

b) CDCR Special Provisions, Part 2 Exhibit C

5.1.5 Confidentiality Statement (M) Bidders must agree to the State’s confidentiality requirements by submitting a signed Attachment 2, Confidentiality Statement, as indicated in Section 5.1.2, Key Action Dates.1

5.1.6 Primary Bidder (M) Each award, if made, will be to a Primary Bidder. Each selected Primary Bidder will be responsible for successful performance of all subcontractors and support services offered in response to this Bid. Furthermore, the State will consider each Primary Bidder to be the sole point of contact regarding contractual matters for the term of the resulting Contract. The Bidder shall not assign financial documents to a third-party without prior written approval by the State, and an amendment to the resulting Contract.

5.1.7 Subcontractors (M) Any subcontractor that the Bidder chooses to use in fulfilling the requirements of this IFB, and which is expected to receive more than fifteen percent (15%) of the value of the Contract, must also meet all Administrative Requirements and Business and Technical Requirements of the IFB, as applicable to the services provided, and must be approved in advance by the State. Nothing contained in the resulting contract shall create any relationship between the State and any subcontractors, and no Subcontractor shall relieve the Bidder of its responsibilities and obligations. The Bidder is fully responsible to the State for the acts and omissions of its Subcontractors and of persons either directly or indirectly employed by any of them.

1

Attachment 2, Confidentiality Statement, must be included in the Final Bid and/or prior to Bidders access to Bidders Library.

11/26/2013 11:11 AM

p. 132

State of California

Bid IFB 13-001

The Contractor shall not change Subcontractor(s) and/or DVBE Subcontractor(s) if such changes conflict with the work to be performed under this contract. For DVBE Subcontractor changes, the Contractor shall utilize another DVBE Subcontractor. The State recognizes that changes to Subcontractor(s) may be necessary and in the best interests of the State; however, advance notification of a contemplated change and the reasons for such change must be made to the State no less than seven business days prior to the existing Subcontractor’s termination. If this should occur, the Contractor should be aware that the State contract administrator or designee must approve any changes to the Subcontractor(s) prior to the termination of the existing Subcontractor(s). This also includes any changes made between submittal of the Final Bid and actual start of the contract. The State will not compensate the Contractor for any of the Contractor’s time or effort to educate or otherwise make the new Subcontractor(s) ready to begin work on the contract. The Bidder’s obligation to pay its subcontracts is an independent obligation from the State’s obligation to pay or to enforce the payment of any money to any Subcontractor. The Contractor is solely responsible for any payments to or claims made by Subcontractors.

5.1.8 Contractor’s License (M) Contractors and Subcontractors performing cable and/or wiring installation work or structural modifications for the State are required to have the appropriate State Contractor's License. THE COMPANY SUBMITTING THE BID MUST HAVE THE APPROPRIATE LICENSE, AS WELL AS ANY SUBCONTRACTORS PERFORMING THE WORK UNLESS THE PRIME CONTRACTOR’S LICENSE IS THAT OF “GENERAL CONTRACTOR”. The License must be in the name of the company or the name of the "qualifying individual" of the company. Bidders are to complete Exhibit 4, Contractor’s License Information, as applicable and if no license is required it should be noted on the Attachment. A Bid that does not contain the above information, or if the information is later proven false, may be considered non-responsive and may be rejected by the State.

5.1.9 Payee Data Record (STD 204) (M) Bidders must complete Part 2 Attachment 5, Payee Data Record, and submit it with their Proposal. The Bidder shall provide the company’s Federal Employer Identification Number (Business IRS Number) with their final bid submission on this form.

5.1.10 Bidder’s Checklist Response to Administrative Requirements Attachment 3 (M) A Final Bid Submission Checklist of submittal documents is provided as Part 2, Attachment 3.

5.1.11 Certification for Use Tax Collection for Seller’s Permit (M) This proposal is subject to all requirements set forth in Sections 6452, 6487, 7101 and 18510 of the Revenue and Taxation Code, and Section 10295 of the Public Contract Code, requiring suppliers to provide a copy of their retailer’s seller’s permit or certification of

11/26/2013 11:11 AM

p. 133

State of California

Bid IFB 13-001

registration, and, if applicable, the permit or certification of all participating affiliates issued by the State of California’s Board of Equalization. The seller’s permit must be attached to Part 2, Attachment 6, Certification of Use Tax Collection for Seller’s Permit.

5.1.12 Contractor’s Certification Clause (CCC-307) (M) Bidder must complete Part 2 Attachment 7, CCC-307, Contractor’s Certification Clause, and submit it with their Proposal.

5.1.13 Iran Contracting Act of 2010 (M) Division 2, Part 1, Chapter 2.7 of the PCC is the Iran Contracting Act of 2010 (Act). This Act requires at §2203 that no one shall submit a bid for a contract, or enter into or renew a contract, with a public entity for goods or services valued at $1,000,000 or more if that person (i.e., Bidder or Contractor) engages in investment activities of $20,000,000 or more as described in PCC §2202.5 pursuant to all provisions of the Act. The Act, at §2204 requires Bidders to certify at the time the bid is submitted or the contract is renewed, that the person is not identified on a list created pursuant to subdivision (b) of PCC §2203 as a person engaging in investment activities in Iran described in subdivision (a) of PCC §2202.5, or as a person described in subdivision (b) of PCC §2202.5, as applicable. Bidders are therefore required to complete Attachment 8, Iran Contracting Act of 2010, and submit it with their Final Bid, and again each time their awarded contract is renewed.

5.1.14 Productive Use Requirements (M) The objective of the Productive Use Requirements is to protect the State from being an experimentalist for new equipment and software that has no record of proven performance. In the event a Bidder's proposed bid would not meet one or more of these requirements, subsection 4, provides for Remedies for Exceptions. 1. Customer In-Use The purpose of the Customer In-use requirement is to allow time for the bidder to correct defects that could prevent new equipment and software from performing correctly in support of State programs. The State requires that each equipment and software component proposed as part of an automated system must have been installed and in productive use, in substantially the conformation bid, for a paying customer external to the Bidder's organization, for at least the number of months shown in the table below prior to the required (date of installation).

11/26/2013 11:11 AM

p. 134

State of California

Bid IFB 13-001

Table 8: Productive Use Timeframes Product

Installation

Final Bid Submission

1) More than $100,000

8 months

6 months

2) $10,000 up to $100,000

4 months

3 months

3) Less than $10,000

1 month

1 month

1) More than $100,000

6 months

4 months

2) $10,000 up to $100,000

4 months

3 months

3) Less than $10,000

1 month

1 month

Project Cost

Category 1 - Critical Software Software that is required to control the overall operation of a computer system or peripheral equipment. Included in this category are operating systems, data base management systems, language interpreters, assemblers and compilers, communications software, and other essential system software.

Category 2 - All Information Technology Equipment and Noncritical Software. Information technology equipment is defined in SAM Section 4819.2.

Substantial design changes in required system control modules, or in components critical to the processing requirements of the State's workload are also subject to the In-use requirement. Increases or decreases in numbers of components or minor alteration in equipment or minor modifications or updates to software to provide improvements or features, to correct errors, or to accommodate hardware changes may be exempt from the In-use requirement by the Department of Technology, Statewide Technology Procurement Division, if no substantial changes in logic, architecture or design are involved.

5.1.15 Small Business Preference Sections 14835, et seq. of the California Government Code requires that a five percent (5%) preference be given to Bidders who are certified by the Department of General Services (DGS) as a Small Business, or to Bidders who are not certified by DGS as a Small Business but claim at least twenty-five percent (25%) California certified Small Business Subcontractor participation. The rules and regulations of this law, including the definition of a Small Business, or qualifying non-Small Business, are in California Code of Regulations, Title 2, Sections 1896, et seq. Small Business Nonprofit Veteran Service Agency (SB/NVSA) prime Bidders that are California Small Business certified and meet the requirements under Military and Veterans Code sections 999.50, et seq. are eligible for the five percent (5%) Small Business preference.

11/26/2013 11:11 AM

p. 135

State of California

Bid IFB 13-001

More information regarding the Small Business preference www.dgs.ca.gov/pd/Programs/OSDS.aspx

may be found

at:

The Small Business Preference is optional on the part of the Bidder (not mandatory), is for Bid evaluation purposes only, and does not alter the amount of the awarded Contracts. If a Bidder is claiming the Small Business preference, it must complete and submit as part of its bid response, Attachment 9, Bidding Preferences and Incentives. Bidders claiming the Small Business preference must also complete and submit as part of the Final Bid response, Attachment 11, GSPD-05-105 Bidder Declarations, also available at: www.documents.dgs.ca.gov/pd/poliproc/MASTEr-BidDeclar08-09.pdf A Bidder claiming the Small Business Preference by using DGS certified Small Business Subcontractors shall be contractually obligated to use those Subcontractors for the corresponding work identified, unless the State agrees in writing to a substitution per 2 CCR §1896.10. Certification applications and required support documents must be submitted to the DGS Office of Small Business and DVBE Services (OSDS) no later than 5:00 p.m. on the Final Bid due date; and the OSDS must be able to approve the application as submitted. Bidders may contact the OSDS at (916) 375-4940 for any information or questions concerning certification.

5.1.16 DVBE Program and Incentive For the purpose of this solicitation, the DVBE program participation requirement has been waived, but the DVBE Incentive is still applicable. DVBE incentives will be applied pursuant to California Code of Regulations (CCR), Title 2, §§1896.99.100 and 1896.99.120. The incentive will be applied during the evaluation process, and will only be applied to responsive bids from responsible Bidders providing at least three point zero one percent (3.01%) DVBE participation. The incentive amount is based on a scale under which Bidders obtaining higher levels of participation qualify for greater incentive amounts, according to Table 9, DVBE Incentive Scale, below. The minimum incentive amount for this IFB is three point zero one percent (3.01%) of the total available points not including points for socio-economic incentives or preferences, with a maximum incentive amount of five percent (5%) of those total available points.

Table 9: DVBE Incentive Scale

11/26/2013 11:11 AM

Confirmed DVBE Participation of:

DVBE Incentive:

5% and above inclusive

5%

4% to 4.99% inclusive

4%

3.01% to 3.99% inclusive

3%

p. 136

State of California

Bid IFB 13-001

For Best Value: The awarded DVBE incentive points will be included in the sum of non-cost points. OR For Lowest Cost: The incentive will be applied by reducing the bid price by the amount of incentive as computed from the lowest responsive bid submitted by a responsible Bidder. The computation is for evaluation purposes only. Application of the incentive shall not displace an award to a Small Business with a NonSmall Business. If the lowest responsive bid is from a responsible California certified Small Business, the only Bidders eligible for the incentive will be California certified Small Businesses. The incentive adjustment cannot exceed five percent (5%) or $100,000, whichever is less, of the lowest responsive bid price from a responsible bidder. Claiming a DVBE Incentive is optional on the part of the Bidder (not mandatory), is for Bid evaluation purposes only, and does not alter the amount of the awarded Contracts. Bidders claiming a DVBE incentive must complete Part 2 Attachment 11, GSPD-05-105 Bidder Declarations, also available at www.documents.dgs.ca.gov/pd/poliproc/MASTErBidDeclar08-09.pdf, and Part 2 Attachment 10, STD 843 Disabled Veteran Business Enterprise Declaration, also available at www.documents.dgs.ca.gov/pd/poliproc/STD843FillPrintFields.pdf. A separate STD 843 must be completed by California-certified DVBE owners and managers of each DVBE firm that will be participating in the awarded purchase document. A Bidder claiming the DVBE Incentive by using DGS certified DVBE Subcontractors shall be contractually obligated to use those Subcontractors for the corresponding work identified, unless the State agrees in writing to a substitution.

5.1.17 Commercially Useful Function (M) All Bidders and Subcontractors identified in the bid response to fulfill the requirements for one or more of the socio-economic programs (e.g., DVBE, small business) must perform a commercially useful function (CUF) in the resulting contract. CUF is defined pursuant to Military and Veterans Code section 999(b)(5)(B) and Government Code section 14837(d)(4)(A) for the DVBE and small business programs, respectively. Bidders claiming one or more of the socio-economic programs must complete and submit as part of the Final Bid response, Part 2 Attachment 11, GSPD-05-105 Bidder Declarations, also available at: www.documents.dgs.ca.gov/pd/poliproc/MASTEr-BidDeclar08-09.pdf. Bidder(s) may be required to submit additional written clarifying information regarding CUF. Failure to submit the requested written information as specified may be grounds for bid rejection.

11/26/2013 11:11 AM

p. 137

State of California

Bid IFB 13-001

5.1.18 Availability of Refreshed Technology and Additional Service Items (M) Contractor shall evolve, supplement, and enhance the goods and services provided in the normal course of business and that which is in scope of the contract during the Term, both to keep pace with and utilize technological advancements and improvements in the method of delivering telecommunications related services and the pricing thereof. Contractor also acknowledges that the telecommunications environment is critical to the State’s business success, and that the State’s needs and requirements with regard to the telecommunications environment may also evolve and change over time, and that the need for enhanced or modified functionality may arise. Therefore, during the Term and within contract scope, either party may suggest enhancements or additional required goods or services, modifications, cost saving items, or items that might be considered to keep pace with and/or to take advantage of the latest and most useful technological advancements and improvements in Contractor’s performance (collectively, “Enhancements”). When such Enhancements substitute, replace, modify or improve goods or services already being received by the State (e.g., network backbone upgrades that generally benefit all users of the network and are not specifically requested by the State), Contractor will make such Enhancements available to the State under this Contract at no additional cost to the State. If Enhancements do not substitute, replace, modify or improve goods or services already being received by the State under this Contract, but instead add to additional material functionality and features, Contractor will make such Enhancements available to the State under the existing Contract through a written proposal. Each proposal for Enhancements must provide a 1) business case that includes potential users and technical requirements, if any, and 2) competitive pricing that includes market analysis that illustrates cost benefits and cost justification. The State, in its sole discretion, shall determine whether to approve of the proposal Enhancements and its inclusion in the Contract. If the State chooses to proceed hereunder, the State and Contractor will negotiate in good faith to agree on any additional terms and conditions, if any, under which the Enhancement will be added to this Contract through the amendment process. The Contractor shall update any applicable marketing plans used in connection with the goods or services hereunder. Contractor understands that the State is solely responsible for approval of proposal and agrees, absent an approved amendment from the contracts authorized State agency or/States designated authority; Enhancements must not be added to this Contract. Nothing in this Section shall prohibit the State from pursuing or obtaining the same or similar Enhancements with or from other providers or requiring that certain enhancements may only be obtained from certain providers.

11/26/2013 11:11 AM

p. 138

State of California

Bid IFB 13-001

5.1.19 Target Area Contract Preference Preference will be granted to the California-based Bidders in accordance with Government Code section 4530 whenever agreements for goods and services are in excess of $100,000 and the Bidder meets certain requirements, as defined in the California Code of Regulations (Title 2, section 1896.30), regarding labor needed to produce the goods or provide the services being procured. The Target Area Preference is optional on the part of the Bidder (not mandatory), is for Bid evaluation purposes only, and does not alter the amount of the awarded Contracts. Bidders desiring to claim Target Area Contract Preference Act (TACPA) preference shall complete Attachment 12, STD 830 Target Area Contract Preference Act Preference Request for Goods and Services, and submit it with the Final Bid. STD 830 is also available at www.documents.dgs.ca.gov/osp/pdf/std830.pdf. Additional instructions are provided on the form.

5.1.20 Performance Bond Notice (M) In order to protect the State and reduce the potential project risks, all Bidders must submit the following security instrument as described below with its Final Proposal response. Final Proposal responses submitted without a Letter of Bondability shall be considered nonresponsive and the bid shall be rejected. For this requirement, the length of time for surety consideration shall be through implementation and warranty/maintenance period of one (1) year. Letter of Bondability and Bond The Letter of Bondability shall be from an admitted Surety Insurer which states the surety unconditionally offers to guarantee to the extent of fifty percent (50%) of the Project Deliverables Cost guarantying the Bidder’s performance in all respects of the terms and conditions and provisions of the Agreement. Because of the potential consequences, which might result if the successful Bidder is unable to furnish the surety document, Bidders should take the necessary steps, prior to submittal of their proposals, to ensure that if awarded the contract; they will be able to comply with this requirement. Failure to submit the required Bond within 21 calendar days after contract award may cause for termination of the contract.

5.1.21 Public Works Requirements (M) For all instances where Customer orders for services require the Contractor to perform Public Works as defined by California Labor Code section 1720, the Contractor shall comply with the following requirements for that work: 1) In accordance with the provisions of section 1773 of the California Labor Code, except as allowed in section 1771, the Contractor shall conform and stipulates to the general prevailing rate of wages, including employer benefits as defined in section 1773.1 of the California Labor Code, applicable to the classes of labor to be used for public works such as at the delivery site for the assembly and installation of the equipment of materials purchased under the Customer order.

11/26/2013 11:11 AM

p. 139

State of California

Bid IFB 13-001

Pursuant to section 1770 of the California Labor Code, the Department of Industrial Relations (DIR) has ascertained the general prevailing rate of wages in the county in which the work is to be done, available at: www.dir.ca.gov/oprl/DPreWageDetermination.htm. The Department of Industrial Relations, Prevailing Wage Unit may be contacted at www.dir.ca.gov or (415) 7034774. 2) Prior to the commencement of performance, the Contractor must obtain and provide to the State, a payment bond, on STD 807 when the order involves public works expenditure (labor/installation costs) in excess of $25,000. Such bond shall be in a sum not less than one-half the order price for the public works portion of the labor/installation costs. Forms will be made available to the Contractor. 3) Each participating Prime Contractor that submits a public works offer shall provide a list of proposed Subcontractors (Public Works), with its offer or indicate that none are to be used. The State reserves the right to approve or object to the use of proposed Subcontractors on the list. 4) Each participating Prime Contractor that submits a public works offer must certify that it is aware of the provisions of section 3700 of the California Labor Code, which requires every employer to be insured against liability for workers’ compensation or to undertake self -insurance in accordance with the provisions of that Code, and will comply with such provisions before commencing with the performance of work of this Contract. A Workers’ Compensation Certification (Part 2, Attachment 4 Workers Compensation Certification) must be completed and submitted with an original signature with the Contractor’s offer. 5)

Laws To Be Observed

a)

Labor

Pursuant to section 1775 of the California Labor Code and except as allowed in section 1771, the Contractor shall, as a penalty to the State or political subdivision on whose behalf the order is made or awarded, forfeit not more than fifty dollars ($50) for each calendar day, or portion thereof, for each worker paid by the Contractor, or its Subcontractor, less than the prevailing wage so stipulated; and in addition, the Contractor further agrees to pay to each worker the difference between the actual amount paid for each calendar day, or portion thereof, and the stipulated prevailing wage rate for the same. This provision shall not apply to properly registered apprentices. Pursuant to sections 1810-1815 of the California Labor Code, inclusive, it is further agreed that the maximum hours a worker is to be employed is limited to eight (8) hours a day and 40 hours a week and the Contractor shall forfeit, as a penalty to the State, $25 for each worker employed in the execution of the Contract for each calendar day during which a worker is required or permitted to labor more than eight (8) hours in any calendar day or more than 40 hours in any calendar week, in violation of sections 1810-1815 of the California Labor Code, inclusive.

11/26/2013 11:11 AM

p. 140

State of California

Bid IFB 13-001

b) Travel and Subsistence Payments The Contractor shall pay the travel and subsistence of each worker needed to execute the work, as such travel and subsistence payments are defined in the applicable collective bargaining agreements filed in accordance with California Labor Code section 1773.8. c) Apprentices Special attention is directed to sections 1777.5, 1777.6, and 1777.7 of the California Labor Code and Title 8, California Code of Regulations, section 200 et seq. Each Contractor and/or Subcontractor must, prior to commencement of the public works Contract, contact the Division of Apprenticeship Standards, 525 Golden Gate Avenue, San Francisco, CA, or one of its branch offices to ensure compliance and complete understanding of the law regarding apprentices and specifically the required rationale there under. Responsibility for compliance with this section lies with the prime Contractor. d) Payroll The Contractor shall keep an accurate payroll record showing the name, address, Social Security Account Number, work classification and straight time and overtime hours worked by each employee. A certified copy of the employee’s payroll record shall be made available for inspection as specified in section 1776 of the California Labor Code.

5.2

BIDDING RULES 5.2.1 Rules Governing Competitive Bidding This IFB, the evaluation of responses, and the award of any resultant Contracts shall be made in conformance with current competitive bidding procedures as they relate to the procurement of goods and services by public bodies in the State of California.

5.2.2 Identification and Classification of IFB Requirements The State has established certain requirements with respect to bids to be submitted by prospective Contractors. The use of “shall”, “must,” or “will” (except to indicate simple futurity) in the IFB indicates a requirement or condition which is mandatory. A deviation, if not material, may be waived by the State. A deviation from a requirement is material if the response is not in substantial accord with the IFB requirements, provides an advantage to one Bidder over other Bidders, or has a potentially significant effect on the delivery, quantity, or quality of items bid 2, amount paid to the supplier, or on the cost to the State. Material deviations cannot be waived.

2

The word "bid" as used throughout is intended to mean "proposed," "propose" or "proposal" as appropriate.

11/26/2013 11:11 AM

p. 141

State of California

Bid IFB 13-001

The words “should” or “may” in the IFB indicate desirable attributes or conditions, but are non-mandatory in nature. Deviation from or omission of such a desirable feature, even if material, will not in itself cause rejection of the bid.

5.2.3 Irrevocable Offer A Bidder's Final Bid is an irrevocable offer for 120 days following the scheduled date for Contract award specified in Section 5.1.2, Key Action Dates. A Bidder may extend the offer in the event of a delay of Contract award.

5.2.4 IFB Documents This IFB includes, in addition to an explanation of the State’s needs which must be met, instructions which prescribe the format and content of Bids to be submitted and the model(s) of the Contract(s) to be executed between the State and the successful Bidder(s). If a Bidder discovers any ambiguity, conflict, discrepancy, omission, or other error in this IFB, the Bidder shall immediately notify the Procurement Official identified in Section 5.1.1, Procurement Official, of such error in writing and request clarification or modification of the document. Modifications will be made by addenda issued pursuant to Section 5.2.7, Addenda. Such clarifications shall be given by written notice to all parties who have identified themselves as Bidders to the Procurement Official identified in Section 5.1.1, Procurement Official, without divulging the source of the request for same. All addenda will be publically posted on BidSync, and it is the responsibility of the Bidder to ensure they have the most recent version of all documents. If the IFB contains an error known to the Bidder, or an error that reasonably should have been known, the Bidder shall bid at its own risk. If the Bidder fails to notify the State of the error prior to the date fixed for submission of bids, and is awarded the Contract, the Bidder shall not be entitled to additional compensation or time by reason of the error or its later correction.

5.2.5 Examination of the Work The Bidder should carefully examine the entire IFB and any addenda thereto, and all related materials and data referenced in the IFB or otherwise available to the Bidder, and should become fully aware of the nature and location of the work, the quantities of the work, and the conditions to be encountered in performing the work.

5.2.6 Protests of Bid Requirements Prior to the “Last Day to Protest IFB Requirements” indicated in Section 5.1.2, Key Action Dates, a Bidder may formally protest a requirement of the IFB. Before a protest of IFB requirements is submitted, the Bidder is expected to make full and timely use of the question and answer process and other procedures as they may be offered in this IFB including submission of requests to change the IFB’s requirements as indicated in the Key

11/26/2013 11:11 AM

p. 142

State of California

Bid IFB 13-001

Action Dates. Protests of an IFB requirement must contain a statement of the reason(s) for protest; citing the law, rule, regulation or procedures on which the protest is based. The protester must provide facts and evidence to support the claim. All protests of IFB requirements will be heard and resolved by the Deputy Director of the Department of Technology, Statewide Technology Procurement Division, whose decision will be final. The protest must be submitted in writing on company letterhead with an accompanying electronic file copy on CD, mailed or hand delivered to:

Table 10: Protest Delivery Information

Hand Delivered Bid, Parcel Post (FedEx, UPS, etc.)

Department of Technology Statewide Technology Procurement Division Attn: Russ Guarna, Deputy Director 10860 Gold Center Drive, Suite 200 - Security Desk Rancho Cordova, CA 95670

United States Postal Service (USPS)

Department of Technology Statewide Technology Procurement Division Attn: Russ Guarna, Deputy Director Mail Stop Y12 P.O. Box 1810 Rancho Cordova, CA 95741

Certified or registered mail should be used unless delivered in person or by courier, in which case the Bidder should obtain a delivery receipt.

5.2.7 Addenda The State may modify the IFB prior to the date fixed for Contract Award by issuance of an addendum to all Bidders who are participating in the bidding process at the time the addendum is issued. Addenda will be numbered consecutively. If a vendor determines that an addendum unnecessarily restricts its ability to bid, the vendor is allowed five business days to submit a protest of requirements to the addendum according to the instructions contained in Section 5.2.6, Protests of Bid Requirements.

5.2.8 Financial Stability In order to minimize the potential risk of default due to financial issues, the State reserves the right to request additional documentation throughout the life of the awarded contract. The State must be assured that the Contractor continues to have the financial resources to sustain their operations during potentially long system development and implementation phases including the time required for the Customer to pay the Contractor after project acceptance.

5.2.9 Joint Bids Joint Bids are not applicable.

11/26/2013 11:11 AM

p. 143

State of California

Bid IFB 13-001

5.2.10 Confidentiality Final bids are public upon opening; however, the contents of all proposals, draft bids, correspondence, agenda, memoranda, working papers, or any other medium which discloses any aspect of a bidder's proposal shall be held in the strictest confidence until notification of award. Bidders should be aware that marking a document "confidential" or "proprietary" in a Final Bid may exclude it from consideration for award and will not keep that document from being released after notice of award as part of the public record, unless a court has ordered the state not to release the document. The content of all working papers and discussions relating to the Bidder's proposal shall be held in confidence indefinitely, unless the public interest is best served by an item’s disclosure because of its direct pertinence to a decision, agreement or the evaluation of the Bid. Any disclosure of confidential information by the Bidder is a basis for rejecting the Bidder’s proposal and ruling the Bidder ineligible to further participate. Any disclosure of confidential information by a state employee is a basis for disciplinary action, including dismissal from state employment, as provided by Government Code section 19570 et seq. Total confidentiality is paramount; it cannot be over emphasized.

5.2.11 Bidder’s Cost Costs for developing proposals and bids are the responsibility entirely of the Bidder and shall not be chargeable to the State.

5.2.12 False or Misleading Statements Bids which contain false or misleading statements or which provide references which do not support an attribute or condition claimed by the Bidder may be rejected. If, in the opinion of the State, such information was intended to mislead the State in its evaluation of the Bid, and the attribute, condition, or capability is a requirement of this IFB, it will be the basis for rejection of the Bid.

5.2.13 Withdrawal and Resubmission of Bids A Bidder may withdraw its Final Bid at any time prior to the Final Bid submission date and time specified in Section 5.1.2, Key Action Dates, by submitting a written notification of withdrawal signed by the Bidder’s authorized person that signed the cover letter per Section 3.10.2.1, Cover Letter. The Bidder may thereafter submit a new or modified Bid prior to such Bid submission date and time. Modification offered in any other manner, oral or written, will not be considered. Other than as allowed by law, Final Bids cannot be changed or withdrawn after the date and time designated for receipt, except as provided in Section 8.6.3, Errors in the Final Bid.

5.2.14 Rejection of Bids The State may reject any or all Bids and may waive any immaterial deviation or defect in a Bid. The State's waiver of any immaterial deviation or defect shall in no way modify the IFB documents or excuse the Bidder from full compliance with the IFB specifications if awarded the Contract.

11/26/2013 11:11 AM

p. 144

State of California

Bid IFB 13-001

5.2.15 Disclosure of Financial Interest Bids in response to State procurements for assistance in preparation of feasibility studies or the development of recommendations for the acquisition of IT products and services must disclose any financial interests (e.g., service contract, Original Equipment Manufacturer (OEM) agreements, remarketing agreements, etc.) that may foreseeably allow the individual or organization submitting the Bid to materially benefit from the State's adoption of a course of action recommended in the feasibility study or the acquisition recommendations. If, in the State's judgment, the financial interest will jeopardize the objectivity of the recommendations, the State may reject the Bid.

5.2.16 Discounts In connection with any discount offered, except when provision is made for a testing period preceding acceptance by the State, time will be computed from date of delivery of the supplies or equipment as specified, or from date correct invoices are received in the office specified by the State if the latter date is later than the date of delivery. When provision is made for a testing period preceding Acceptance by the State, date of delivery shall mean the date the supplies or equipment are accepted by the State during the specified testing period. Payment is deemed to be made, for the purpose of earning the discount, on the date of mailing the State warrant or check. Cash discounts offered by Bidders for the prompt payment of invoices will not be considered in evaluating offers for award purposes; however, all offered discounts will be taken if the payment is made within the discount period, even though not considered in the evaluation of offers.

5.2.17 Exclusion for Conflict of Interest No consultant shall be paid out of State funds for developing recommendations on the acquisition of IT products or services or assisting in the preparation of a feasibility study, if that consultant is to be a source of such acquisition or could otherwise directly and/or materially benefit from State adoption of such recommendations or the course of action recommended in the feasibility study. Further, no consultant shall be paid out of State funds for developing recommendations on the disposal of State surplus IT products, if that consultant would directly and/or materially benefit from State adoption of such recommendations.

6

BID FORMAT AND SUBMISSION REQUIREMENTS These instructions identify the Mandatory Bid format and the approach for the development and presentation of the Bid itself. Format instructions must be adhered to, all requirements and questions in the IFB must be responded to, and all requested data must be supplied. It is important that all Bids be submitted in sealed envelopes/containers and clearly marked or they may be rejected. Final Bid submittals must be in the number of copies indicated in Section 6.3, Formatting.

11/26/2013 11:11 AM

p. 145

State of California

Bid IFB 13-001

The Final Bid is a mandatory step for all Bidders; all other steps are optional except as may be otherwise stated. However, all Bidders are strongly encouraged to follow the scheduled steps of this procurement to the extent that they are offered in order to increase the chance of submitting a compliant Final Bid. Cost information provided in any submission other than the Final Bid may disqualify the Bidder and preclude the Bidder from continuing in the procurement process.

6.1

DATE, TIME, AND ADDRESS OF SUBMITTALS Mail or deliver bids to the Procurement Official listed in Section 5.1.1, Procurement Official. If mailed, it is suggested that Bidders use certified or registered mail with return receipt requested, as delivery of documents is at the Bidder’s own risk of untimely delivery, lost mail, etc. Proposals and bids must be received not later than the date and time specified in Section 5.1.3, Key Action Dates. A Final Bid not received by the date and time specified in Section 5.1.3, Key Action Dates, or not sealed, may be rejected.

6.2

PACKAGING AND LABELING Bidders may provide all of their bid documents at the same time within the same package (box or boxes). The overall package shall be sealed and labeled as follows: 1. The Bidder’s name and address; 2. The IFB number "IFB 13-001”; 3. Identification of the submittal as “Final Bid” (or “Draft Bid” or “BAFO” as appropriate); and 4. Box “# of #”, if more than one (1) box is required for the entire submission. Each binder and CD must be plainly marked with: 1. The Bidder’s name; 2. The IFB number "IFB 13-001”; 3. Identification of the submittal as “Final Bid” (or “Draft Bid” or “BAFO” as appropriate); and 4. The Volume number and title as appropriate: a. Volume 1 – Response to Requirements b. Volume 2 – Cost Information For the Final Bids, Volume 2, Cost Information, (both binder and CDs) should be in its own sealed package (or envelope) that is separate from Volume 1. If the Cost

11/26/2013 11:11 AM

p. 146

State of California

Bid IFB 13-001

Information is not submitted in its own separately sealed package (or envelope), the bid may be rejected.

6.3

FORMATTING Bids must be submitted in printed format (hard copy), and also in electronic file format (soft copy) on a CD as follows: 1. All hard copy must be on standard 8.5” x 11” paper, except for charts, diagrams, and similar materials, which may be foldouts. If foldouts are used, the folded size must fit within the 8.5” x 11” format. Hard copy of large size drawings shall not be larger than Standard E-size format. 2. Soft copies of the Bids must be in Microsoft Word 2010 and Excel 2010 as appropriate, or compatible, except electronic files of drawings shall be in AutoCAD Reader 2010 Version 18, Release 24 or newer (.dwg) or Microsoft Visio 2003 or newer (.vsd), or compatible. 3. Volume 1 submitted shall be provided in the following number of copies: a. Three (3) hard copies (printed), one (1) marked Master b. Two (2) soft copies (CDs) 4. Volume 2 submitted shall be provided in the following number of copies: a. Two (2) soft copies (CDs) 5. All hard copy submittals should use clearly marked tabs, page numbers and table of contents for effective access to the Bidder’s material. Similarly, soft copies should be organized into appropriate files and folders designed for easy access. Bidders should not include cost figures in any Volume 1 of the Final Bid. Inclusion of cost figures in Volumes 1 of the Final Bid may be considered a material deviation and result in rejection of the Bid. As stated in Section 5.2.10, Confidentiality, Bidders should be aware that marking the Final Bid “confidential” or “proprietary” may exclude it from consideration for award.

6.4

DRAFT BIDS FORMATING Draft Bids should be identical to the Final Bid identified below in IFB Section 6.6, Final Bids, except that Volume 2, Cost Information, should not be included. Any product supporting literature containing costs or rates, (such as catalogs, maintenance service rates, etc.), submitted as part of the Draft Bid should have all cost figures replaced with “XXX”, or otherwise obscured.

11/26/2013 11:11 AM

p. 147

State of California

6.5

Bid IFB 13-001

FINAL BIDFORMATING Final Bids received after the date and time indicated in Section 5.1.3, Key Action Dates, shall not be evaluated. Delivery requirements shall be as defined in Section 6, Bid Format and Submission Requirements. Before submitting its Final Bid, the Bidder should carefully proof it for errors and adherence to all IFB requirements. Bidders are cautioned to not rely on the State’s review of the Draft Bids to discover and report to the Bidder all defects and errors in the submitted documents Organization of Submission The Bidder’s response shall be in the order indicated below. Instructions for individual items are in Section 6.6.2, Specific Instructions for Final Bid Items. The Bidder should not include cost figures in Volume 1 of the Bid. Inclusion of cost figures in this Volume may be considered a material deviation and result in rejection of the Bid. Volume 1 – Response to Requirements 1. Cover Letter (IFB Section 3.10.2.1) 2. Required IFB Attachments, refer to Part 2, ATTACHMENT 3: BIDDERS CHECKLIST RESPONSE TO ADMINISTRATIVE REQUIREMENTS (M). Volume 2 – Cost Information a. This volume must be in a separately sealed, marked envelope or package containing all completed Cost Worksheets and any other document with cost data identified as required as part of this IFB.

6.5.1 Specific Instructions for Final Bid Items Bidders shall adhere to the following instructions concerning specific portions of their Final Bid. Bidders shall include the following items. 3. Cover letter The cover letter (which shall be considered an integral part of the Final Bid) shall: 1. Be on company letterhead. 2. Include the legal name of the Bidding organization. 3. Include the address of the Bidder’s organization. 4. Include a statement that the bid response is the Bidder’s binding offer, good for 120 calendar days from scheduled Contract Award date, as noted in Section 5.1.3, Key Action Dates.

11/26/2013 11:11 AM

p. 148

State of California

Bid IFB 13-001

5. Include a statement indicating that the Bidder agrees to the terms and conditions of this IFB and accepting responsibility as the Prime Contractor if awarded the Agreement resulting from this IFB. 6. Include a statement indicating that the Bidder has available staff with the appropriate skills to complete performance under the Agreement for all services and provide all deliverables as described in this IFB. 7. Be signed by an individual who is authorized to bind the bidding firm contractually. The individual’s name must also be typed, and include the title or position that the individual holds in the firm. An unsigned Final Bid may be rejected. 8. Include the email and phone number of the person signing the letter. 9. Include the date signed. 4. Required Submittals Required Attachments (see Attachment 3 – Bidders Response to Administrative Requirements Submission Checklist) must be completed, signed as required, and submitted with the Final Bid. Instructions are provided with each Attachment. All of the Attachments require an original signature by a party authorized to bind the firm contractually. In addition to the information contained or referenced in an Attachment’s associated Administrative Requirement section, additional instructions, as warranted, are provided below: a) Bidders shall complete Attachment 15, STD 213, Standard Agreement, and submit with their Final Bid. Instructions for completion are provided with the Attachment. The State will review the Bidder’s submitted IFB Attachment 15, STD 213, Standard Agreement to validate that the proper number of fully executed copies are provided and that each copy has been executed by an authorized representative of the Bidder’s firm. b) Part 2, Section 11 Statement of Work will be reviewed to ensure that no unacceptable changes are present. c) Bidders shall attach Part 2 Section 11, Statement of Work to Attachment 15, STD 213, Standard Agreement and submit with their Final Bid. d) Bidders shall complete their response to Technical Requirements, IFB Part 2, Appendix A, and submit with their Final Bid. e) Bidders shall complete their response to Business Requirements, IFB Part 2, Appendix b, and submit with their Final Bid 5. Preference/Incentive Attachments

11/26/2013 11:11 AM

p. 149

State of California

Bid IFB 13-001

Preference/Incentive attachments are only required to the extent that the Bidder is applying for any of the preference and incentive programs or is proposing to use Subcontractors. 6. Supporting Literature If applicable All supporting literature should be organized to allow for effective location of referenced information. 7. Cost Information All cost and pricing information should be contained within the Bidder’s separately sealed Volume 2. In providing cost information, the Bidder must use the Cost Worksheets provided in the Excel Workbook, IFB 13-001 Cost Worksheets.

6.5.2 Bidder’s Response to Administrative Requirements Submission Checklist Attachment 3 A Final Bid Submission Checklist of submittal documents is provided as Attachment 3. Bidder shall indicate “Yes” or “No” to each of the Administrative Requirements as presented in IFB 13-001, Section 2.3. By Indicating “Yes”, the Bidder affirms that it understands the requirement and agrees to comply with it.

7

COST This section contains the explanation of the method of cost presentation. The evaluation, including cost evaluation, is to be explained fully in Section 8, Evaluation.

7.1

COST INTRODUCTION An award will be made to the lowest cost responsive responsible Bidder after applying any preferences and/or incentive and passing the Administrative, Business, and Technical Criteria of this IFB. All implementation costs, and continuing costs, must be included for; such as hardware, software, services, training, implementation, costs program conversion, file conversion, data base building, freight, cables, purchase price, purchase option credits, continuing costs, maintenance, sub systems costs, rate escalations, and adjustments as they specifically relate to the products and services to be obtained. Applicable sales tax must be included and identified in cost listed separately, however for evaluation purposes the applicable sales tax will not be included in the evaluated grand total. Important Note: It is imperative that no cost information be included in the body of the bid. Cost information shall only be submitted in the Final Bid, Volume 2 (separately sealed), in accordance with Section 6, Bid Format and Submission.

11/26/2013 11:11 AM

p. 150

State of California

7.2

Bid IFB 13-001

COST DEFINITIONS 7.2.1 Equipment Cost Equipment cost will be any hardware or software required for the solution as described in Appendix B, Business Requirements and Appendix A, Technical Requirements. Bidders are encouraged to use bundles, discounts, or special pricing whenever appropriate to reduce cost.

7.2.2 Implementation Costs a) Implementation costs are those for material and services necessary for the acquisition and implementation of the proposed products and services, including: b) Continuing costs, rate escalations, and adjustments as they specifically relate to the products and services to be obtained. c) Freight costs—the cost of Bidders transportation of equipment to and from the CDCR facilities. d) Installation costs—the cost of Bidders personnel and supplies necessary to affect an operational system. e) Other implementation costs—any other implementation charges necessary to effect the implementation of an operational system.

7.2.3 Maintenance and Operations Costs Continuing costs are those costs that are projected to be paid by the CDCR to the successful bidder(s) or other entities on a monthly basis. The CDCR prefers that any discounts offered be reflected in the monthly rates. In addition, for evaluation purposes, continuing costs include any cost adjustments that are applied on a monthly basis (e.g., price escalations and equipment failure costs). Maintenance cost per site location is the number of active ports multiplied by the per-port cost.

7.2.4 Wired-for Definition The wired-for quantities are the quantities that the system can support without the addition of software and/or the re-engineering of existing hardware. Cabinets, carriers, memory, processor capability and power (including back-up power) shall be included so that the wired-for configuration and traffic capacity can be achieved by the addition of only port circuit packs.

11/26/2013 11:11 AM

p. 151

State of California

Bid IFB 13-001

7.2.5 Manufactured Suggested Retail Price (MSRP) The Contractor shall provide a catalog and price lists for the procurement of new and replacement system components. The price list in the catalog shall be the MSRP. The Contractor shall provide CDCR a fixed discount as a percentage off of MSRP on all hardware and software that is offered in the catalog for the length of the contract. Catalogs shall be updated annually per the MSRP discount percentage as agreed in Appendix C and C1 - XXX. This includes pricing for Ancillary Parts and the Avaya Price Book Catalog.

7.2.6 Software Assurance The Bidder's proposed on the Cost Worksheet a solution shall include a five year software assurance plan that includes software patches and technical support on all systems and subsystems. The Bidder shall propose on the Cost Worksheet a one year Mandatory Optional (MO) extension on maintenance and Software Assurance on all systems and subsystems. The Bidder shall propose on the Cost Worksheet a (MO) five year enhanced Software Assurance plan that includes software patches, technical support, and software upgrades on all systems and subsystems. The Bidder shall propose on the Cost Worksheet a one year (MO) Optional extension enhanced Software Assurance on all systems and subsystems.

7.2.7 Bill of Materials A Bill of Materials (BOM) is the list of materials engineered and provided by the PBX manufacturer, Part 2 Appendix C2 through CXX. In the event of any quantity discrepancies within the IFB, the BOM quantities will take precedence.

7.2.8 Unanticipated Task Cost In the event that additional work must be performed to ensure the deliverables of this contract, the procedures outlined in the General Provisions – Telecommunications, agreed upon in IFB 13-001, will be employed. In no event shall the total amount paid for such work exceed ten percent (10%) of the value of the total amount anticipated by this Contract.

7.2.9 Cost Workbook Instructions Cost worksheet instructions are provided within the cost worksheets themselves in the Appendix C and C1-xx – Cost Worksheet. Bidders shall follow these instructions when pricing their solution. Appendix C Tab 1) Grand Total Summary is a cost roll-up summary of all the Cost Worksheets in Appendix C and Appendix C1-Cxxx.

11/26/2013 11:11 AM

p. 152

State of California

Bid IFB 13-001

Tab 2) (MO) OHAS, In the “OHAS Cost” tab Bidder shall provide a Mandatory Optional solution and price a Red Phoenix OHAS solution or an alternative solution that meets the Technical Requirements listed in Appendix A. Tab 3) (MO) Hourly rates, Bidders shall provide a Mandatory Optional (MO) price list for their standard and premium hourly costs for the following services in the tab listed “Hourly Rate Cost”. Tab 4) (MO) Ancillary costs, Bidder shall provide a Mandatory Optional inclusive price catalog for price components listed in the “Ancillary Parts” tab. Bidder shall enter the percent of discount off the MSRP on each cost component listed. Tab 5) (M) Call Accounting, Bidder shall provide pricing as described in Part 2, Appendix A, Technical Requirements. Tab 6) (MO) Commonly Used Components, Bidder shall provide pricing for Commonly Used Components that are listed in Tab 6. Tab 7) (M) PBX ISM License sharing, Bidders shall provide Mandatory itemized pricing for all global pooled license costs. These costs shall be separate from equipment costs. Tab 8) (M and MO) PBX Maintenance, Bidders shall provide Mandatory and Mandatory Optional itemized pricing for on-site and shared technicians.

Tab 9) (MO) Avaya Price Book Catalog, Bidder shall provide a price catalog of all Avaya components. Appendix C1-Cxxx - All bidders shall provide detail pricing for the Core Voice Telephony platform and Institutional CTEN solution. All hardware, software, license, installation, maintenance, and Software Assurance based on the Appendix C-1. The pricing shall be input into the Appendix C1, Cost Worksheet. The bidder shall include a complete itemization list of Bill of Material (BOM) components that shall be included as Attachment 25. In the “PASS Plus” tab the bidders shall provide Mandatory Optional itemized pricing for Enhanced Software Assurance as described in Appendix B. If the Enhanced Software Assurance plan includes all components within the mandatory Software Assurance plan. Bidders may price the cost delta. Bidders shall provide Mandatory Optional itemized pricing for all license costs. These costs shall be separate from equipment costs. Bidders shall provide Mandatory Optional quotes for four sites; California Rehabilitation Center, Estrella Correctional Facility, Northern California Reentry Facility, and Heman G. Stark.

11/26/2013 11:11 AM

p. 153

State of California

Bid IFB 13-001

Bidders shall provide Mandatory Optional pricing for “10% growth wired-for Capacity” tab bidders shall provide Mandatory Optional itemized pricing to include 10% growth wired-for capacity. Bidders shall provide Mandatory Optional pricing for the “20% growth wired-for Capacity” tab bidders shall provide Mandatory Optional itemized pricing to include 20% growth wiredfor capacity Bidders may reuse equipment that is installed and in production to deliver their solution providing it meets the Technical Requirements and is supported by the bidder as stated in Appendix A, Technical Requirements. If the installed equipment - including sub-systems cannot be reused and/or not supported, the solution must include equipment that allows the same functionality as described in Appendix A, Technical Requirements.

7.3

PROJECT PAYMENT TERMS See IFB Part 2, Statement of Work (SOW), 8.14 Budget Detail and Payment Provisions.

8

EVALUATION This section describes the process and criteria that the State will follow in evaluating Bids. The State intends to award a single Contract to the responsive and responsible Bidder using the following evaluation criteria described throughout this section.

8.1

EVALUATION RESPONSE REQUIREMENTS

There are two variances of requirements used in this solicitation. Mandatory (M) AND Mandatory Optional (MO) All requirements are Mandatory (M), are Mandatory and not negotiable. Bidders must indicate their willingness and ability to satisfy these requirements by marking “Yes” to the “Bidder understands the Requirement and shall meet or exceed it? Yes_____ No_____”. Answering “No” or any other variation to any of the Mandatory Technical Requirements in the Final Bid will result in the bid being deemed non-responsive, and therefore disqualified. All requirements listed – Mandatory Optional (MO), are Mandatory and not negotiable. CDCR shall add these services to the Contract on an as needed basis. The CDCR makes no commitment to contract for any Mandatory Optional items. Bidders must indicate their willingness and ability to satisfy these requirements by marking “Yes” to the “Bidder understands the Requirement and shall meet or exceed it? Yes_____ No_____”. Answering “No” or any other variation to any of the Mandatory Technical Requirements in the Final Bid will result in the bid being deemed non-responsive, and therefore disqualified.

11/26/2013 11:11 AM

p. 154

State of California

8.2

Bid IFB 13-001

EVALUATION TEAM

The State has established an evaluation team that will be responsible for the review and evaluation of the bids in accordance with the process described in the IFB. The State may engage additional qualified individuals, termed “Subject Matter Experts” (SMEs) during the process to assist the evaluation team in understanding technical, financial, legal, contractual, project, or program issues.

8.3

EVALUATION PROCESS

The evaluation process will include: 1. In accordance with the provisions of the IFB, an evaluation will be made of all bids rightfully received, to determine if they are complete with regard to the materials required for submission by the IFB and to determine if they otherwise comply with the requirements established in the IFB. 2. If a bid submitted is incomplete with regards to the materials required for submission or fails to meet any other material requirement of the IFB, the Proposal will be rejected. A requirement will be judged to be material to the extent that it is not responsive or is not in substantial accord with requirements of the IFB. Material deviations cannot be waived. 3. The CDCR, at its sole discretion shall have the right to waive immaterial deviations of Proposals with regards to the materials submitted as well as other immaterial deviations from the requirements of the IFB. 4. The CDCR’s waiver of an immaterial deviation for one prospective Bidder shall in no way act to excuse that prospective Bidder from material compliance with any other IFB requirement. The CDCR’s waiver of an immaterial deviation for one prospective Bidder shall in no way act to excuse other prospective Bidder(s) from material compliance with that same requirement. 5. Bids that make false or misleading statements or contain false or misleading information may be rejected, if, in the CDCR’s sole opinion, the CDCR concludes that said statements and/or information were intended to mislead the CDCR. During the evaluation of the Bids, the CDCR has the right to require a prospective Bidder's representatives to answer questions with regard to the Proposal submitted. Failure of a prospective Bidder to demonstrate that the claims made in its Proposal are in fact true may be sufficient cause for deeming a Proposal to be materially in non-compliance with the requirements of the IFB

8.4

11/26/2013 11:11 AM

RECEIPT

p. 155

State of California

Bid IFB 13-001

Bids must be delivered by the date and time stated in Section 5.1.3, Key Action Dates, to the Procurement Official identified in Section 5.1.1, Procurement Official and if not submitted under sealed cover may be rejected and deemed non-responsive. Bids must be in the quantity and format specified in Section 6, Bid Format. Each proposal will be date and time marked as it is received and verified it is properly sealed. Bids will remain sealed until the designated time for opening.

8.5

DRAFT PROPOSAL EVALUATION Draft Proposals will be submitted for review on the date designated in the IFB Section 5.1.3, Key Action Dates. Draft Proposals will be reviewed in an attempt to detect any errors and/or inconsistencies that, if contained in the Final Proposal, may cause the proposal to be rejected. If such errors are found that can be corrected without overhauling the bid, the bidder will be notified and given an opportunity to correct the indicated errors before the Final Proposal submittal. After submission of Draft Proposals, confidential discussions may be held with each bidder who submitted a Draft Proposal. A schedule will be prepared for each bidder showing the time that the State will meet with representative(s) of the bidder's firm and discuss items that need clarification and any defects found by the State. Prior to the scheduled discussion, the State will prepare a discussion agenda itemizing the points to be covered and provide it to the bidder. The bidder should bring to the confidential discussion persons who can answer questions, provide clarification, and address any concerns the State may have. The State will not request changes or make counter offers during discussion of Draft Proposals. The State will only identify errors or omissions and answer questions. Oral communications are not binding on either party. Only written communications are considered to be official.

8.6

CONFIDENTIAL DISCUSSIONS (IF APPLICABLE) If the State determines the need to hold Confidential Discussions, the State will evaluation team may meet with each Bidder for the purpose of discussing Draft Bids in detail. Confidential Discussions, if allowed, will be identified in Section 5.1.2, Key Action Dates. If Confidential Discussions are held, the State will notify the bidder three (3) business days prior to scheduling. The Bidder should bring to the discussion those persons who may be required in order to answer questions and to commit to changes. Bidder participation will be limited to five individuals. To the maximum extent practical, the Bidder will address the major concerns of the evaluation team as may be expressed in the discussion agenda and any attachments thereto, and should be prepared to answer questions and discuss each of the agenda items. The primary purpose of Confidential Discussions is to allow the State and Bidder to frankly discuss the State’s requirements and the Bidder’s response to those requirements with the goal being a responsive and responsible Final Bid submitted by the Bidder.

11/26/2013 11:11 AM

p. 156

State of California

8.7

Bid IFB 13-001

SECOND DRAFT BID (IF APPLICABLE) If, at the conclusion of the Confidential Discussion, the State determines that required and agreed-to changes can only be fully confirmed through the submission of a revised draft Bid, the State may require the submission of a revised draft Bid consisting only of those pages which were in doubt or a complete resubmittal. Similarly, if the Bidder wishes confirmation that the changes the Bidder intends to make, are acceptable to the State, the Bidder may request and receive permission, if the time permits, to submit a revised draft Bid within a reasonable time after the conclusion of the Confidential Discussion. In either event, the State will advise the Bidder as to the acceptability of the revised draft Bid, or may schedule another discussion period, if in the State's opinion, such a discussion is desirable. If the State finds it necessary, the State may call for revised Draft Bid submittals, or portions thereof. The Bidder will be notified of defects discovered in these submittals as well. The State will not provide any warranty that all defects have been detected and that such notification will not preclude rejection of the Final Bid if such defects are later found.

8.8

FINAL BID EVALUATION 8.8.1 Bid Opening and Validation Check All proposals received by the date and time specified in Section 5.1.3, Key Action Dates shall be opened and evaluated. Volume 2 – Cost shall remain sealed until the evaluation of administrative, technical and business requirements is completed. The proposals will be checked for the presence of proper identification and the required information in conformance with the proposal format and submissions requirements identified in Section 6, Bid Format and Submission Requirements. Absence of required information may deem the proposal non-responsive and may be cause for rejection. Unsealed cost proposals may be rejected.

8.8.2 Validation Against Requirements The State will check each proposal in detail to determine its compliance to the IFB requirements. The State reserves the right to determine if the bidder’s response to a requirement, as detailed in their description and/or supporting documentation, supports or contradicts the bidder’s claim of intended compliance. If a proposal fails to meet an IFB mandatory or mandatory optional requirement, the State will determine if the deviation is material, as defined in Section 5.2, Bidding Rules. A material deviation is cause for rejection of the proposal. A material deviation cannot be waived. During the evaluation of the bidder proposals, the State Evaluation Team may request that the bidder clarify any area of the proposal that the State Evaluation Team determined to be unclear. However, this request for clarification will not be an opportunity for the bidder to change their proposal.

11/26/2013 11:11 AM

p. 157

State of California

Bid IFB 13-001

8.8.3 Errors in the Final Bid An error in the Final Bid may cause the rejection of that Bid; however, the State may at its sole option retain the Bid and make certain corrections. In determining if a correction will be made, the State will consider the conformance of the Bid to the format and content required by the IFB, and any unusual complexity of the format and content required by the IFB. 1. If the Bidder's intent is clearly established based on review of the complete Final Bid submittal, the State may at its sole option correct an error based on that established intent. 2. The State may at its sole option correct obvious clerical errors. 3. The State may at its sole option correct discrepancy and arithmetic errors on the basis that if intent is not clearly established by the complete Bid submittal, the Master Copy shall have priority over additional copies, the Bid narrative shall have priority over the Contract, the Contract shall have priority over the cost sheets, and within each of these, the lowest level of detail will prevail. If necessary, the extensions and summary will be recomputed accordingly, even if the lowest level of detail is obviously misstated. The total price of unit-price items will be the product of the unit price and the quantity of the item. If the unit price is ambiguous, unintelligible, uncertain for any cause, or is omitted, it shall be the amount obtained by dividing the total price by the quantity of the item. 4. The State may, at its sole option, correct errors of omission, and in the following four situations, the State will take the indicated actions if the Bidder's intent is not clearly established by the complete Bid submittal. a. If an item is described in the narrative and omitted from the Contract and cost data provided in the Bid for evaluation purposes, it will be interpreted to mean that the item will be provided by the Bidder at no cost. b. If a minor item is not mentioned at all in the Final Bid and is essential to satisfactory performance, the Bid will be interpreted to mean that the item will be provided at no cost. c. If a major item is not mentioned at all in the Final Bid, the Bid will be interpreted to mean that the Bidder does not intend to supply that item. d. If a major item is omitted, and the omission is not discovered until after Contract award, the Bidder shall be required to supply that item at no cost. The determination of whether an item is minor or major is the responsibility of the State. 5. If a Bidder does not follow the instructions for computing costs not related to the Contract, if any, (e.g., State personnel costs), the State may reject the Bid, or at its sole option, re-compute such costs based on instructions contained in the IFB.

11/26/2013 11:11 AM

p. 158

State of California

Bid IFB 13-001

If the re-computations or interpretations, as applied in accordance with this section, result in significant changes in the amount of money to be paid to the Bidder (if awarded the Contract) or in a requirement of the Bidder to supply a major item at no cost, the Bidder will be given the opportunity to promptly establish the grounds legally justifying relief from its Bid. 6. It is absolutely essential that Bidders carefully review the cost elements in their Final Bid, since they will not have the option to correct errors after the time for submittal of the Final Bids. 7. The State may request clarification of items in the Bidder’s response if the meaning is not clear to the State. Responses to requests for clarification must be confirmed in writing by the Bidder as instructed by the State’s Procurement Official at the time of the request.

8.8.4 Evaluation Steps of Required Information Bids must be complete and contain all requirements as identified in Section 6.6, Bids. A Final Bid may be rejected if it is conditional or incomplete, or if it contains any alterations of form or other irregularities of any kind. A Final Bid may be rejected if any such defect or irregularity constitutes a material deviation from the IFB requirements. A material deviation is cause for rejection of the proposal. A material deviation cannot be waived.

1. Evaluation of Administrative Requirements Part 1 (Pass/Fail) The State will review the Bidder’s submitted Cover Letter, Attachment 3, Response to Administrative Requirements, and all other mandatory Attachments, to determine whether the Bid contains valid responses to all of the Requirements set forth in this IFB. A valid response must be provided for all requirements. If a Bid lacks a valid response to any requirement, it may be considered nonresponsive and may be rejected.

2. Evaluation of Business / Technical Requirements Part 2 (Pass/Fail) The State will review the Bidder’s response to the Technical Requirements and Business Requirements in Part 2, Appendix A and B, to determine whether the Bid contains valid responses to all of the mandatory and mandatory optional Technical Requirements. If a Bid lacks a valid response to any requirement, it may be considered nonresponsive and may be rejected.

a. Evaluation of Bidders and Staff Qualifications Requirements (M) (Pass/Fail) The State will review the Bidder’s response to the Bidders and Staff Qualifications Requirements to validate the responses to all of the mandatory Bidder and Staff

11/26/2013 11:11 AM

p. 159

State of California

Bid IFB 13-001

Requirements. If a Bid lacks a valid response to any requirement, it may be considered nonresponsive and may be rejected. b. Bidder Qualification Requirements (M) (Pass/Fail) Bidders must complete and submit as part of the bid response, Attachment 13 – 13A, Bidder Qualification Summary Form, to confirm that the Bidder’s experience meets all the minimum requirements in Table 11. It is incumbent on the Bidder to provide a “Yes or No” response for the State to evaluate the Bidder’s ability to meet the requirements and perform the services as described in this IFB. Bidders must provide separate Attachment xxx, Bidder Qualification Summary Forms for every project used to meet the minimum level of required experience. Bidders May use one or multiple projects to meet the total experience required for each Mandatory requirement. A SEPARATE SUMMARY FORM MUST BE COMPLETED FOR EACH PROJECT CITED. Experience must have started within five (5) years prior to the IFB release date.

Table 11 Bidder Qualification Requirements Item Number 1

2

3

4

5

6

(A)Total Experience Requirement Experience must demonstrate that the bidder has successfully implemented and maintained OHAS, within the last five (5) years. Experience must have been for a minimum of one (1) year on one project. Experience must demonstrate that the bidder has successfully implemented MPLS and SIP networking multiple PBX systems over 20 locations (federal, state, local or county), within the last five (5) years. Experience must have been for a minimum of three (3) year on one project. Experience must demonstrate that the bidder has successfully implemented a large scale centralized Voice Mail System with over 20,000 users within the last five (5) years. Experience must have been for a minimum of three (3) year on one project. Experience must demonstrate that the bidder successfully implemented and maintained a large scale enterprise supporting centralized automated attendant system with over 20 locations. Experience must have been for a minimum of must threehave (3) year on one project. Experience demonstrated implementation and maintaining a large scale enterprise supporting centralized call accounting with over 20 locations. Experience must have been for a minimum of one (3) year on one project. Experience must demonstrate that the bidder has worked with customers in Law Enforcement or Correctional Facility environments. Experience must have been for a minimum of one (1) year on one project.

c. Bidder References (M) (Pass/Fail) Bidders must complete and submit as part of the bid response, Attachment 14, Bidder Qualifications Reference Form, for each of the projects cited on each corresponding Attachment 13A, Bidder Qualification Summary Form.

11/26/2013 11:11 AM

p. 160

State of California

Bid IFB 13-001

References may be contacted to validate submitted responses and scoring will be awarded based on Pass/Fail in accordance with Section 8, EVALUATION. References must be external to a Bidder’s organization and corporate structure. References that are returned with an unsatisfactory rating will be cause for rejection of the bid. References from the CDCR Evaluation team may not be used to satisfy this requirement. Failure to provide verifiable references may cause the Bid to be rejected. The purpose of the Bidder Qualifications Reference Form requirement is to provide the State the validation of the Bidder’s Qualification Summary Form. References must include all information required on Attachment 13A, Bidder Qualifications Reference Form. Attachment 14, Bidder Qualification Reference Form, must be completed in its entirety, signed, and dated by a client reference contact that performed a management or supervisory role on the reference project to be considered responsive. The Attachment 14, Bidder Qualification Reference Forms must be returned to the Bidder for submission with the bid. Photocopies will be accepted as long as the form, response, and signature are legible. No information corrections or changes may be made on the reference form by the Bidder. Forms with alterations or changes to the entered information may be rejected. d. Staff Qualifications (M) (Pass/Fail) Bidder is fully responsible for all necessary staffing resources to successfully implement CTEN within the agreed upon schedule and to perform to the standards set forth in Appendix A, Technical Requirements and Appendix B, Business Requirements. A minimum of six (6) Contractor staff are required to fill the roles required by the Statement of Work as displayed in Part 2, Section XXX. Bidders must complete and submit as part of the bid response Attachments 18A through 18F, Staff Qualification Summary Forms, the Bidder must provide complete information to confirm that each of the six (6) proposed staff possess the experience and qualifications as specified in the Staff Qualification Summary Forms,. Bidders may cite as many projects as required for the proposed staff to meet the requirements. Each cited project for each staff must be submitted separately on Attachments 18A – 18F, Staff Qualification Summary Forms. Proposed staff must meet all of the mandatory minimum experience qualification requirements. References may be contacted to verify staff’s experience qualification information. References must be external to a Bidder’s organization and corporate structure. References from the CDCR Evaluation team may not be used to satisfy this requirement. e. Staff Qualification Requirements (M) (Pass/Fail) Proposed staff must meet all of the mandatory minimum qualification requirements. All experience used to meet the minimum must have occurred within the last five (5) years prior to the IFB release date, unless stated otherwise. The same resource may not be assigned to meet multiple roles. The Staff are necessary to perform the following services as list in Appendix A, Technical Requirements and Appendix B, Business Requirements. The Bidder’s shall fill out

11/26/2013 11:11 AM

p. 161

State of California

Bid IFB 13-001

Attachment 18A – 18F: Staff Qualification Summary Form that shall confirm they have the staff resources to meet the CDCR requirements.

Full-Time/Part-Time Month Equivalents Definition (M) (Pass/Fail)

f.

For each experience requirement (marked by “x”) that is met by the Staff person’s work on the referenced project, specify the number of full-time month equivalents experience that the Staff person accrued on the referenced project. For each period in which the Staff person performed work applicable to the claimed experience for a minimum of twenty (20) work days of a minimum total of 140 hours (the minimum required to represent working full-time), the Staff accrues one (1) full-time month equivalent experience. To calculate and report the fulltime month equivalents experience for Staff who worked part-time (partial) on a referenced project, use the following calculation: If the Staff worked half (½) time on a referenced project, experience should be pro-rated to one-half (½) or 0.5 month full-time month equivalent experience for each period in which the staff person worked a minimum of seventy (70) hours over twenty (20) State Business Days in a month. For each experience requirement that the Staff’s work on a referenced project addresses, report the total number of full-time month equivalents’ experience the Staff’s work represents using the calculations described above, which depend upon the time period (calendar period) during which the Staff worked on the referenced project and whether he/she worked on a fulltime or some other basis. g. STAFF QUALIFICATION REFERENCE FORM (M) (Pass/Fail) Bidders must complete and submit as part of the bid response, Attachments 26A – 26F, Staff Qualification Reference Forms, to validate that the staff experience meets the minimum requirements in Tables XXX. The Bidder must submit a completed Staff Qualification Reference Form for each project cited in Attachments 26A – 26F. It is

incumbent on the Bidder to provide a “Yes or No” response for the State to evaluate the Bidder’s ability to meet the requirements and perform the services as described in this IFB. References may be contacted to validate submitted responses and evaluated on a Pass/Fail basis in accordance with Section 8, EVALUATION. References must be external to a Bidder’s organization and corporate structure. Failure to provide verifiable references may cause the Bid to be rejected. The purpose of the Staff Qualification References Form requirement is to provide the State the ability to validate the Staff Qualification Summary Form. References must include all information required on Attachments 26A-26F, Staff Qualification Reference Forms. Attachments 26A – 26F must be completed in their entirety, signed, and dated by a client reference contact that performed a management or supervisory role on the referenced project to be considered responsive. Photocopies will be accepted as long as the form, response, and signature are legible. No information corrections or changes may be made on

11/26/2013 11:11 AM

p. 162

State of California

Bid IFB 13-001

the staff reference forms. Forms with alterations or changes to the entered information may be rejected.

3. Evaluation of Cost Worksheets Part 2, Appendix C, Appendix C1- Cxxx(lowest net cost) Bidders who have been deemed responsive and responsible and have also successfully passed all Administrative, Business, and Technical requirements will then have their costs opened and evaluated. The grand total of all amounts on Part 2, Appendix C and C1-Cxxx Cost Worksheets, will be used to determine the lowest net cost to the State after applying any preferences or incentives. The required cost forms and schedules will be calculated for a grand total of all Cost Worksheets (Appendix C Grand Total Summary Page) to determine the lowest net cost to the State after applying any preferences or incentives. The forms will be checked for mathematical accuracy. Errors and inconsistencies will be dealt with according to procedures contained in Section 8.4.3 Errors in the Final Bid. Adjustments will be made for the purpose of evaluation in accordance with procedures described in Part 1, Section 7, Cost.

4. Applicable Preferences and Incentives The following preferences and Incentive will be applied to the applicable evaluation criteria before selection is announced. SB Preference Per Government Code, Section 14835, et seq., bidders who qualify as a small business will be given a five percent (5%) preference for contract evaluation purposes only. A 5% preference will be awarded to a California-certified Small Business. If the small business preference is applied to a California-certified Small Business’ Total the following formula will be utilized: (Lowest Responsive Responsible Bidder Net Cost) x 5% = Small Business Preference If after applying the small business preference, and a small business has the highest score, no further preferences would be applied as the small business cannot be displaced from the highest score position by application of any other preference (this does not apply to the DVBE incentive). The rules and regulations of this law, including the definition of a small business for the delivery of goods and services are contained in the California Code of Regulations, Title 2, Section 1896, et seq. and can be viewed online at: http://www.documents.dgs.ca.gov/pd/smallbus/SBRegulations.pdf

a) Non-Small Business Preference If a non-small business is subcontracting with a certified small business for 25% or more of the value of the resulting contract, the non-small business would receive the same 5% preference as described above in SB

11/26/2013 11:11 AM

p. 163

State of California

Bid IFB 13-001

Preference. b) DVBE Incentive In accordance with MVC section 999.5(a), an incentive will be given to bidders who provide DVBE participation. For contract award evaluation purposes only, the State shall apply an incentive to bids that include California-certified DVBE participation. The maximum incentive for this procurement is five (5) percent of the total available points. Incentive points are awarded based on the amount of DVBE participation obtained, according to the matrix below.

TABLE 12 DVBE INCENTIVES Confirmed DVBE Participation of:

DVBE Incentive:

5% and above inclusive

5%

4% to 4.99% inclusive

4%

3.01% to 3.99% inclusive

3%

c) Example Lowest Cost Bid with Incentive calculation for low cost award For purposes of the example, bidders listed with a certified status are deemed eligible for the preference or incentive. DVBE = bidder is eligible for the DVBE incentive; SB = prime is a small business; MB = prime is a microbusiness; SB/NVSA = prime is a small business nonprofit veteran service agency; NS = non-small business prime claiming preference due to qualifying subcontractors.

TABLE 13 EXAMPLE INCENTIVES CALCULATION Example – Incentive Calculation Bidder

A

B

C

D

Responsive and responsible to all Administrative, Business, and Technical Requirements

Pass

Pass

Pass

Fail

Eligible preference

None

SB

MB

MB

Eligible DVBE incentive

None

3%

5%

None

11/26/2013 11:11 AM

p. 164

State of California

Bid IFB 13-001

Net bid price

$8100

$8150

$8300

Did not open Cost

Rank

1

2

3

N/A

Preference amount

None

$405

$405

N/A

Subtotal

$8100

$7745

$7895

N/A

Rank

3

1

2

N/A

Incentive percentage

None

3%

5%

N/A

Incentive amount

None

$243

$405

N/A

Evaluated bid price

$8100

$7502

$7490

N/A

Final rank

3

2

1

N/A

Shows Competitive Range

d) Adjustment of Costs for TACPA In evaluating bids, the State will give preferences in accordance with the law for Bidders who are California home based and who successfully claim preferences under the TACPA by completing and returning the appropriate forms described in Part1, Section 5.1.18. Where multiple preferences are claimed, the State will verify eligibility for the preferences and evaluate and apply preferences in accordance with laws and established procedures. 5. The lowest Total Net Cost with Preferences and Incentives The lowest Total Net Cost with Preferences and Incentives will determine the lowest Total Net

Cost Bidder, in this example, Bidder C. In the example above, Bidders A, B, and C meet the competitive range and will be eligible to participate in the Negotiation Process with the State. Bidder D was deemed non-responsive and is not eligible to participate in Negotiation Process with the State.

8.9

PROCEEDING TO NEGOTIATIONS

At the discretion of the State, The top 3 lowest net cost compliant bidders will be considered in the competitive range and will be eligible to participate in the Negotiation Process (Section 5.6). At the discretion of the State, the State may invite bidder(s) to participate in the Negotiation Process under Option 1 or Option 2 below in Part 1, Section 8.10 Negotiations and Invitation:

8.10

NEGOTIATION PROCESS AND INVITATION The State will conduct negotiations under PCC §6611. Only responsive and responsible Bidders passing the requirements identified in Final Bid Evaluation, of this proposal will be eligible to participate in the Negotiation Process. The Negotiation Process allows the State and Bidder an opportunity to discuss items that could, in the State’s opinion enhance the Bidder’s Bid and potential for award. The

11/26/2013 11:11 AM

p. 165

State of California

Bid IFB 13-001

Negotiation Process is not intended to allow a Bidder to completely rewrite their bid. The negotiations are exchanges between the State and the Bidder, which are undertaken with the intent of allowing the Bidder to revise their Final Proposal only in areas determined by the State during the Negotiation Process. Negotiations will be conducted either orally or in writing. These negotiations may include bargaining, such as persuasion, alteration of assumptions and positions, and give and take. The State may discuss any aspect of the Bidder’s bid that could, in the opinion of the State, be altered or explained to materially enhance the proposal’s potential for award. However, the State is not required to discuss every area where the Bidder’s proposal could be improved. The scope and extent of negotiation exchanges are the matter of the State’s judgment. All aspects of the Bidder’s bid are confidential until after the issuance of the Notification of Award.

8.10.1 Negotiation Invitation Bidder(s) will be notified in writing: (1) that the State is initiating negotiations pursuant to Public Contract Code 6611(a); (2) the general purpose and scope and Option 1 or 2 (see Options stated herein) of the negotiations; (3) the anticipated schedule for the negotiations; and (4) the procedures to be followed for negotiations. At the discretion of the State, The top 3 lowest Total Net Cost Compliant Bidders will be considered in the competitive range and will be eligible to participate in the Negotiation Process (Section 8.6). At the discretion of the State, the State may invite bidder(s) to participate in the Negotiation Process under Option 1 or Option 2 below: Option 1 The State will invite and proceed with negotiations with the top lowest Total Net Cost Compliant Bidder and may be awarded a contract. If the State cannot come to an agreement with the top lowest Total Net Cost Compliant Bidder, the State will determine the bidder disqualified and will invite and proceed with negotiations with the next lowest net cost compliant bidder. This bidder negotiation selection process will continue until the State completes negotiations with the final selected bidder and may be awarded a contract. Or Option 2 The State will invite and proceed with only price negotiations with all top 3 lowest Total Net Cost Compliant Bidders. Proposals will be re-evaluated and the Bidder with the lowest Total Net Cost bid may be awarded a Contract.

11/26/2013 11:11 AM

p. 166

State of California

Bid IFB 13-001

Confirmation of Attendance: Bidder(s) who have been invited to participate in negotiations must confirm attendance, in accordance with the invitation instructions, within two (2) State Business Days of invitation.

8.10.2 Best and Final Offer Submission At the conclusion of negotiations, the State may request a Best and Final Offer (BAFO) submission. The intent of the BAFO is to clarify and document understandings reached during negotiations. The State will establish a date and time for receipt of BAFOs based on when the Bidder’s BAFO negotiations occur. A Bidder’s BAFO is an irrevocable offer for 120 calendar days following the scheduled date for Submission of a BAFO. A Bidder may extend the offer in the event of a delay in contract award. BAFOs must be submitted to the location identified in Section Final Bids, Procurement Official, by the specific date and time that will be communicated to each Bidder individually in writing. The BAFO submission must address the following: 1) A Supplemental Proposal containing every negotiated/revised section(s) of the Bidder’s original final proposal, any other revised area specifically required by the State to be included in the BAFO, and revisions made necessary in accordance therewith. 2) The Supplemental Proposal must include all changes made to negotiated section(s) of the Bidder’s original final proposal in Tracked Changes. Changes to the Bidder’s original final proposal that are not tracked in the Supplemental Proposal or otherwise identified, may result in rejection of the Bid or cause for termination of the Contract. 3) An Executive Summary must accompany the Supplemental Proposal, identifying a list of all changes (other than non-substantive changes to formatting, punctuation and grammar) that have been made to the Bidder’s original final proposal. The Bidder must include and attest to the following statement within the Executive Summary: “This Best and Final Offer (BAFO) is in response to IFB 13-001and the changes identified in this executive summary represent all changes made to [Bidder’s name] Final Proposal previously submitted to the State. Any substantive change not included in this list is non-operative, non-binding and will not be considered a part of the [Bidder’s name] BAFO.”

8.11

EVALUATION OF BAFOS

The State will evaluate the BAFOs, based on topics negotiated. The State will document the evaluation process (i.e., the Evaluation and Selection Report) in accordance with the evaluation selection criteria.

11/26/2013 11:11 AM

p. 167

State of California

8.12

Bid IFB 13-001

SELECTION AND AWARD

Upon completion of evaluation of the BAFOs, the basis for selection and award will be a result of lowest net cost after Best and Final Offers (BAFO). During the evaluation of the bids, the CDCR has the right to require a prospective Bidder's representatives to answer questions with regard to the bids submitted. Failure of a prospective Bidder to demonstrate that the claims made in its bid are in fact true may be sufficient cause for deeming a bid to be materially in non-compliance with the requirements of the IFB. The State reserves the right at any time to reject any or all proposals.

9

AWARD AND EXECUTION 9.1

AWARD OF CONTRACT Award of contract, if made, will be in accordance with Section 8, Evaluation, to the responsible Bidder whose Final Bid complies with all the requirements of the IFB documents and any addenda thereto, except for such immaterial defects as may be waived by the State. Award, if made, will be made within 120 calendar days after the scheduled date for Contract Award specified in Section 5.1.3, Key Action Dates; however, a Bidder may extend the offer beyond 120 days in the event of a delay of Contract Award. The State reserves the right to determine the successful Bidder either on the basis of individual items or on the basis of all items included in its IFB, unless otherwise expressly provided in the State’s IFB. The State reserves the right to modify or cancel the IFB in whole or in part.

9.2

NOTIFICATION OF AWARDS Upon completion of the State’s evaluation of a Bidders’ offers and determination of selection of the Bidder who is qualified for award, the State will publish a written “Notification of Award” to all Bidders who have submitted a Final Bid. Publication shall be by posting the notice in the public lobby, 2nd Floor of the Procurement Official’s location and by email. Once the Notification of Award is posted, the Master Copy of all Final Bids and the State’s evaluation worksheets shall become public record. Bidders and the public may contact the Procurement Official identified in Section 2.1.1 to gain access to the documents. All materials submitted in response to this IFB become the property of the State of California upon submission and will not be returned to the Bidder. Submitted material that meets the State’s legal definition of confidential will not become public record. This confidential information (such as confidential financial information submitted to show Bidder responsibility) may be returned to the Bidder at the State’s option at the request of the Bidder.

11/26/2013 11:11 AM

p. 168

State of California

9.3

Bid IFB 13-001

PROTESTS OF AWARDS This procurement process does not include any provisions to protest either the process or resulting contract award. However, pursuant to Public Contract Code Section 6611(d), an unsuccessful Bidder may file a petition for a writ of mandate in accordance with Section 1085 of the Code of Civil Procedure. The venue for the petition for a writ of mandate will be Sacramento, California.

9.4

DEBRIEFING At the State’s sole option, a debriefing may be held after Contract Award at the request of any Bidder for the purpose of receiving specific information concerning the evaluation. The discussion will be based primarily on the technical requirements and cost evaluations of the Bidder’s Final Bid. A debriefing is not the forum to challenge the IFB specifications, requirements, or award.

9.5

AUTHORIZATION TO EXECUTE AGREEMENT Awarded Contracts signed by the Contractor shall not become effective until signed by the Agency and approved by the Department of Technology, Statewide Technology Procurement Division.

10

ATTACHMENTS For all attachments to this IFB refer to Part 2.

11/26/2013 11:11 AM

p. 169

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

BID # 13-001 Part 1 – General Instructions

INVITATION FOR BID IFB 13-001 PART 1 – GENERAL INSTRUCTIONS FOR CONVERGED TELEPHONY ENTERPRISE NETWORK (CTEN) November 25, 2013 Issued by: STATE OF CALIFORNIA Department of Corrections and Rehabilitation

Disclaimer: The original version and any subsequent addendums of the IFB released by the Procurement Official of this bid remain the official version. In the event of any inconsistency between the Bidder’s versions, articles, attachments, specifications or provisions which constitute the Contract, the official State version of the IFB in its entirety shall take precedence.

11/26/2013 11:11 AM

p. 170

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

BID # 13-001 Part 1 – General Instructions

INTENTIONAL BLANK PAGE

ii 11/26/2013 11:11 AM

p. 171

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

BID # 13-001 Part 1 – General Instructions

TABLE OF CONTENTS 1

INTRODUCTION ...................................................................................................... 3 1.1 PURPOSE OF THIS INVITATION FOR BID .................................................... 3 1.2 BACKGROUND ................................................................................................ 3

2

CURRENT ENVIRONMENT ..................................................................................... 4 2.1 PBX .................................................................................................................. 4 2.1.1

PBX Introduction and Background .................................................................. 4

2.1.2

PBX Features and Functionality ..................................................................... 5

2.2 Inside Cable Plant .......................................................................................... 10 2.3 Voice Messaging System ............................................................................... 10 2.3.1

Voice Messaging Introduction and Background .............................................11

2.3.2

Voice Messaging Features and Functionality .................................................11

2.4 Off Hook Alarm System (OHAS)..................................................................... 16 2.4.1

OHAS Introduction and Background ..............................................................16

2.4.2

OHAS Features and Functionality .................................................................16

2.4.3

OHAS Architecture ........................................................................................19

2.5 System Administration .................................................................................... 22 2.5.1

System Administration Introduction and Background .....................................23

2.5.2

System Administration Features and Functionality ........................................23

2.6 Call Accounting and Call Detail Reporting (CDR) ........................................... 23 2.6.1

Call Accounting Introduction and Background ...............................................23

2.6.2

AMCOM Features and Functionality ..............................................................23

2.6.3

AMCOM Architecture .....................................................................................24

2.7 Count Bridge .................................................................................................. 27 2.7.1

Count Bridge Introduction and Background ...................................................27

2.7.2

Count Bridge Features and Functionality .......................................................27

2.8 Alarm Notification System .............................................................................. 28 2.8.1

Alarm Notification System Introduction and Background................................28

2.8.2

Alarm Notification Features and Functionality ................................................29

iii 11/26/2013 11:11 AM

p. 172

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

BID # 13-001 Part 1 – General Instructions

2.9 Public Switched Telephone Network (PSTN) Connectivity ............................. 29 2.9.1

PSTN Introduction and Background...............................................................29

2.9.2

PSTN Features and Functionality ..................................................................30

2.10 Data Network .................................................................................................. 33 2.10.1 Data Network Introduction and Background...................................................33 2.10.2 Data Network Features and Functionality ......................................................33 2.10.3 Data Network Architecture .............................................................................33

2.11 Wide Area Network (WAN) ............................................................................. 33 2.11.1 WAN Introduction and Background ................................................................33 2.11.2 WAN Features and Functionality ...................................................................34 2.11.3 WAN Architecture ..........................................................................................34

3

PROPOSED CTEN ARCHITECTURE ................................................................... 34 3.1 Proposed CTEN Features .............................................................................. 34 3.2 Proposed CTEN Footprint .............................................................................. 35 3.2.1

Data Center I Components: ...........................................................................35

3.2.2

Data Center II Components: ..........................................................................35

3.2.3

CDCR Facilities: ............................................................................................36

3.3 Major Components ......................................................................................... 36 3.3.1

VoIP Processors - Primary: ...........................................................................36

3.4 Proposed high level design ............................................................................ 37 3.4.1

Design (Hybrid) facilities ................................................................................37

3.4.2

The centralized CTEN solution is providing: ..................................................37

3.4.3

The network infrastructure is providing: .........................................................38

4

TERM OF CONTRACT .......................................................................................... 39

5

BIDDING INSTRUCTIONS ..................................................................................... 39 5.1 COMMUNICATIONS AND CONTACTS ......................................................... 39 5.1.1

Procurement Official ......................................................................................39

5.1.1

Bidders Conference .......................................................................................40

5.1.2

KEY ACTION DATES ....................................................................................41

5.1.3

ADMINISTRATIVE REQUIREMENTS ...........................................................42

iv 11/26/2013 11:11 AM

p. 173

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

BID # 13-001 Part 1 – General Instructions

5.1.4

TERMS AND CONDITIONS ..........................................................................42

5.1.5

Confidentiality Statement (M).........................................................................42

5.1.6

Primary Bidder (M) ........................................................................................42

5.1.7

Subcontractors (M) ........................................................................................43

5.1.8

Contractor’s License (M) ................................................................................43

5.1.9

Payee Data Record (STD 204) (M) ................................................................44

5.1.10 Bidder’s Checklist Response to Administrative Requirements Attachment 3 (M) .................................................................................................................44 5.1.11 Certification for Use Tax Collection for Seller’s Permit (M) .............................44 5.1.12 Contractor’s Certification Clause (CCC-307) (M) ...........................................44 5.1.13 Iran Contracting Act of 2010 (M) ....................................................................44 5.1.14 Productive Use Requirements (M) .................................................................44 5.1.15 Small Business Preference ............................................................................46 5.1.16 DVBE Program and Incentive ........................................................................46 5.1.17 Commercially Useful Function (M) .................................................................48 5.1.18 Availability of Refreshed Technology and Additional Service Items (M) .........48 5.1.19 Target Area Contract Preference ...................................................................49 5.1.20 Performance Bond Notice (M) .......................................................................49 5.1.21 Public Works Requirements (M) ....................................................................50

5.2 BIDDING RULES............................................................................................ 52 5.2.1

Rules Governing Competitive Bidding ...........................................................52

5.2.2

Identification and Classification of IFB Requirements ....................................52

5.2.3

Irrevocable Offer ............................................................................................52

5.2.4

IFB Documents ..............................................................................................52

5.2.5

Examination of the Work................................................................................53

5.2.6

Protests of Bid Requirements ........................................................................53

5.2.7

Addenda ........................................................................................................54

5.2.8

Financial Stability...........................................................................................54

5.2.9

Joint Bids .......................................................................................................54

5.2.10 Confidentiality ................................................................................................54 5.2.11 Bidder’s Cost .................................................................................................55

v 11/26/2013 11:11 AM

p. 174

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

BID # 13-001 Part 1 – General Instructions

5.2.12 False or Misleading Statements .....................................................................55 5.2.13 Withdrawal and Resubmission of Bids ...........................................................55 5.2.14 Rejection of Bids............................................................................................55 5.2.15 Disclosure of Financial Interest ......................................................................55 5.2.16 Discounts.......................................................................................................55 5.2.17 Exclusion for Conflict of Interest ....................................................................56

6

BID FORMAT AND SUBMISSION REQUIREMENTS ........................................... 56 6.1 DATE, TIME, AND ADDRESS OF SUBMITTALS .......................................... 56 6.2 PACKAGING AND LABELING ....................................................................... 57 6.3 FORMATTING ................................................................................................ 57 6.4 DRAFT BIDS Formating ................................................................................. 58 6.5 FINAL BIDFormating ...................................................................................... 58

7

6.5.1

Specific Instructions for Final Bid Items .........................................................59

6.5.2

Bidder’s Response to Administrative Requirements Submission Checklist Attachment 3 .................................................................................................61

COST...................................................................................................................... 61 7.1 COST INTRODUCTION ................................................................................. 61 7.2 COST DEFINITIONS ...................................................................................... 62 7.2.1

Equipment Cost .............................................................................................62

7.2.2

Implementation Costs ....................................................................................62

7.2.3

Maintenance and Operations Costs ...............................................................62

7.2.4

Wired-for Definition ........................................................................................62

7.2.5

Manufactured Suggested Retail Price (MSRP) ..............................................62

7.2.6

Software Assurance ......................................................................................63

7.2.7

Bill of Materials ..............................................................................................63

7.2.8

Unanticipated Task Cost................................................................................63

7.2.9

Cost Workbook Instructions ...........................................................................63

7.3 PROJECT PAYMENT TERMS ....................................................................... 65 8

EVALUATION ........................................................................................................ 65 8.1 Evaluation Response Requirements .............................................................. 65 8.2 Evaluation Team............................................................................................. 66 vi

11/26/2013 11:11 AM

p. 175

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

BID # 13-001 Part 1 – General Instructions

8.3 Evaluation Process ......................................................................................... 66 8.4 RECEIPT ........................................................................................................ 66 8.5 Draft Proposal Evaluation ............................................................................... 67 8.6 CONFIDENTIAL DISCUSSIONS (If Applicable) ............................................. 67 8.7 Second Draft Bid (If Applicable)...................................................................... 68 8.8 Final BID Evaluation ....................................................................................... 68 8.8.1

Bid Opening and Validation Check ................................................................68

8.8.2

Validation Against Requirements ...................................................................68

8.8.3

Errors in the Final Bid ....................................................................................69

8.8.4

Evaluation of Required Information ................................................................70

8.9 Proceeding to Negotiations ............................................................................ 77 8.10 NEGOTIATION PROCESS AND INVITATION ............................................... 77 8.10.1 Negotiation Invitation .....................................................................................77 8.10.2 Best and Final Offer Submission ...................................................................78

8.11 EVALUATION OF BAFOs .............................................................................. 79 8.12 Selection and Award ...................................................................................... 79 9

AWARD AND EXECUTION ................................................................................... 79 9.1 AWARD OF CONTRACT ............................................................................... 79 9.2 NOTIFICATION OF AWARDS........................................................................ 80 9.3 PROTESTS OF AWARDS ............................................................................. 80 9.4 DEBRIEFING.................................................................................................. 80 9.5 AUTHORIZATION TO EXECUTE AGREEMENT ........................................... 80

10 ATTACHMENTS .................................................................................................... 80

vii 11/26/2013 11:11 AM

p. 176

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 1 – General Instructions

LIST OF TABLES AND FIGURES TABLE 1: PBX LOCATION AND SOFTWARE RELEASE ............................................... 6 TABLE 2: VOICE MAIL SYSTEMS ................................................................................ 12 FIGURE 1: OHAS ARCHITECTURE.............................................................................. 20 TABLE 3: OHAS ............................................................................................................. 20 TABLE 4: CALL ACCOUNTING SYSTEMS ................................................................... 25 TABLE 5: PSTN CONNECTIVITY .................................................................................. 30 FIGURE 2: SAMPLE CTEN ARCHITECTURE ............................................................. 38 TABLE 6: PROCUREMENT OFFICIAL .......................................................................... 40 TABLE 7: KEY ACTION DATES .................................................................................... 41 TABLE 8: PRODUCTIVE USE TIMEFRAMES ............................................................... 45 TABLE 9: DVBE INCENTIVE SCALE ............................................................................ 47 TABLE 10: PROTEST DELIVERY INFORMATION ....................................................... 53 TABLE 11 BIDDER QUALIFICATION REQUIREMENTS .............................................. 71 TABLE 12 DVBE INCENTIVES ...................................................................................... 75 TABLE 13 DVBE INCENTIVES CALCULATION ............................................................ 76

1 11/26/2013 11:11 AM

p. 177

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 1 – General Instructions

IFB PART 1 GENERAL INSTRUCTIONS

2 11/26/2013 11:11 AM

p. 178

State of California

State of California Department of Corrections and Rehabilitation

1

Bid IFB 13-001

IFB 13-001 Part 1 – General Instructions

INTRODUCTION 1.1 PURPOSE OF THIS INVITATION FOR BID It is the purpose of this Invitation for Bid (IFB) to solicit responses from qualified vendors who are able to: 1. Configure, plan, implement and manage a Converged Telephony Enterprise Network (CTEN) solution. 2. Implement centralized Voice Mail, Automated Attendant, and Call Accounting. 3. Network multiple locations utilizing a Multiprotocol Label Switching (MPLS) network. 4. Maintain the CTEN Solution, sub-systems, and add-on applications. It is the State’s intent to award this contract to a single vendor as a result of this solicitation. All awards will be based on lowest net cost evaluation as described in Part 1, Section 8.3, Final Bid Evaluation, of this IFB.

1.2

BACKGROUND The California Department of Corrections and Rehabilitation’s (CDCR) telecommunication systems serve a highly critical role in supporting operations in the Department’s adult and juvenile institutions by ensuring communication for the safety and security of staff, inmates, vendors, visitors, and the general public. Additional safety and security subsystems, specifically the Off Hook Alarm System (OHAS), are integrated into these telecommunication systems. Failure of any part of these systems will lead to the catastrophic failure of key public safety communications resulting in a critical breach of security and corresponding threat to life/safety of the adult institutions and surrounding communities. A primary concern of the CDCR is that many institutions are currently utilizing Private Branch Exchange (PBX) systems containing manufacturer discontinued core hardware. CDCR continues to experience various hardware failures which disable portions of the PBX system and result in institution/facility lockdowns and disruption to ongoing operations and inmate programs. Many of the CDCR PBXs continue to be a daily challenge to find the necessary support from the manufacturer to keep the systems up and running efficiently and effectively. The estimated mean-time-between failure is shortening daily. Repair parts are increasingly becoming more difficult and costly to obtain. Due to the outdated software and subsystems, certified technicians are becoming very hard to find. Technical expertise to perform maintenance or repair is limited. The systems are not cost-effective due to the increasing number of repairs that are only temporary fixes.

3 11/26/2013 11:11 AM

p. 179

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 1 – General Instructions

In the event of a system failure, CDCR has very few and often costly, options to return to minimally acceptable operation and, in some cases, may not even be possible. Failures of system components jeopardize the safety and security of staff, inmates, and the public, resulting in substantial unbudgeted costs. At some institutions, the related subsystems (OHAS, voicemail, and call accounting) have already failed in place. Most of the current systems in the institutions cannot support existing requests for expansion of new telephone users and/or voicemail users. In addition, mandated projects are creating a significant impact to the telephone systems throughout CDCR. Each institution, facility, division, or program area must try to appropriate funding for their specific need, which is not the most cost-effective method at an enterprise level.

2

CURRENT ENVIRONMENT 2.1

PBX The following sections and subsections detail the CDCR system current-state PBX infrastructure. Bidders are encouraged to reference the Bidder’s Library for additional information. Bidder’s Library instructions may be found in Part 2, Attachment 19.

2.1.1 PBX Introduction and Background The PBX provides all voice communication services for CDCR locations, including 40 locations throughout California. The oldest enterprise PBX system(s) in production was originally procured in 1988 and many of the PBXs have been in continuous operation for over 20 years. The current environment includes the following: 1. 39 Nortel/Avaya PBX systems which include: Nortel Option 11, Nortel Option 61, Nortel Option 81 (some of which are in hybrid mode and paired with Nortel/Avaya CS1000 IP PBXs). System software versions ranging from x11 Release 19 to x21 Succession 7.5. 2. One (1) Avaya Definity TDM/VoIP Hybrid Solution. CDCR has a maintenance contract in place to support the system and sub-system components. Many of the enterprise PBX systems are traditional Time-Division Multiplexing (TDM) digital architecture. The CDCR Voice Telephony Platform functionally consists of 40 distributed PBXs. Each PBX is designed for high availability, with the exception of Meridian Option 11/CS1000M cabinet. If there is a failure within the primary Central Processing Unit (CPU), the PBX does an automatic fail-over to the secondary CPU.

4 11/26/2013 11:11 AM

p. 180

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 1 – General Instructions

2.1.2 PBX Features and Functionality The current-state PBX systems provide inbound, outbound, and station-to-station calling for the CDCR facilities and also integrates with various on premise sub-systems. Features and functionality include: 1. Telephony services - The PBX is the primary system for voice communications within the CDCR facility; 2. Public Switched Telephone Network (PSTN) Connectivity - The PBX provides connectivity to PSTN services 2-way trunks, Direct Inward Dial (DID)/ Direct Outward Dial (DOD), and T1; a. The PBX at each CDCR facility is architected for high availability (with the exception of Option 11/CS1000M cabinet) and has no service dependency on the WAN; 3. Redundant Control – Each PBX has dual Control Processor Cards for redundancy (with the exception of Option 11/CS1000M cabinet) and for enhanced reliability. The primary CPU will fail-over to the secondary CPU if the primary CPU fails; 4. Power Failure Transfer (PFT) – If power is not distributed to the PBX, industry standard 2500 sets access analog ground start trunks to make inbound/outbound calls; 5. Voice Mail/Automated Attendant – there are several stand-alone voice messaging platforms integrated within the CDCR facility PBXs. These systems include; Centigram, CallPilot, Meridian Mail, NuPoint, and Audix. Each provides voice messaging services with Message Waiting Indication (MWI) on the desktop set; 6. Integration with the OHAS; 7. Support for the Count Bridge feature; 8. Interfaces with Call Accounting systems for call costing information and call forensics; 9. Alarm Notification systems; 10. Provides PBX interconnection to other PBXs through the use of T1 TIE lines. Sites that are located in close proximity have CDCR private fiber connectivity. The sites and their “sister” sites are listed below: a. CCC connects to HDSP; b. CMF connects to SOL; c. CTF connects to SVSP;

5 11/26/2013 11:11 AM

p. 181

State of California

Bid IFB 13-001

State of California Department of Corrections and Rehabilitation

IFB 13-001 Part 1 – General Instructions

d. CCWF connects to VSP; e. CVSP connects to ISP; f. SAC connects to FSP; g. KVSP connects to NKSP; and h. COR connects to SATF. Refer to Table 1: PBX Location and Software Release for a “high level” configuration and Software Release of each PBX. In addition, the column labeled “Reference” provides the File Location where additional inventory and configuration details can be found within the Bidders Library. *Reference Part 2, GLOSSARY Table 20: Definitions, Acronyms, and Abbreviations for Acronym/Name correlation.

Table 1: PBX Location and Software Release Institution*

PBX

Software Release/ Level

Active Ports

Reference Refer to Part 1, Bidders Conference Section, 5.1.1

ASP

Option 61C-CP PII(3221)

3.0

1511

BIDDER’S LIBRARY CURRENT PBX

CCC

Option 81C-CPPIV (3021)

3.0

1264

BIDDER’S LIBRARY CURRENT PBX

CCI

G3

R014x.00.1. 731.2

1488

BIDDER’S LIBRARY CURRENT PBX

CIM

Option 81C-CP4 (2611)

23.37

1868

BIDDER’S LIBRARY CURRENT PBX

CIW

Option 61C-CP4 (2921)

3.0

1001

BIDDER’S LIBRARY CURRENT PBX

CMF

CS1000M MG – CP PIV (3621)

7.5

2179

BIDDER’S LIBRARY CURRENT PBX

6 11/26/2013 11:11 AM

p. 182

State of California

Bid IFB 13-001

State of California Department of Corrections and Rehabilitation

IFB 13-001 Part 1 – General Instructions

Institution*

PBX

Software Release/ Level

Active Ports

Reference Refer to Part 1, Bidders Conference Section, 5.1.1

CMC

Option 81C – CP-4 (3021)

3.0

2142

BIDDER’S LIBRARY CURRENT PBX

LAC

Option 81C –CP PIV (3621)

4.5

1714

BIDDER’S LIBRARY CURRENT PBX

SAC

CS1000M SG CP PIV (3521)

7.5

1503

BIDDER’S LIBRARY CURRENT PBX

SOL

Option 81-CP1 (1611)

21.45

1307

BIDDER’S LIBRARY CURRENT PBX

CAL

Option 61 (1111)

21.54

1278

BIDDER’S LIBRARY CURRENT PBX

CEN

Option 71 (1211)

21.54

1407

BIDDER’S LIBRARY CURRENT PBX

CCWF

Option 61C CP II (3221)

3.0

1292

BIDDER’S LIBRARY CURRENT PBX

COR

Option 61C-CP PII (3221)

3.0

1768

BIDDER’S LIBRARY CURRENT PBX

CRC

Option 81C - CP4 (3021)

3.0

1199

BIDDER’S LIBRARY CURRENT PBX

CTF

Option 81C-CP4 (3011)

23.55

1613

BIDDER’S LIBRARY CURRENT PBX

7 11/26/2013 11:11 AM

p. 183

State of California

Bid IFB 13-001

State of California Department of Corrections and Rehabilitation

IFB 13-001 Part 1 – General Instructions

Institution*

PBX

Software Release/ Level

Active Ports

Reference Refer to Part 1, Bidders Conference Section, 5.1.1

CVSP

Option 61C-CPP (3221)

3.0

1011

BIDDER’S LIBRARY CURRENT PBX

DVI

Option 81C-CP4 (3011)

23.55

1306

BIDDER’S LIBRARY CURRENT PBX

FSP

Option 61C-CP PII (3221)

3.0

1133

BIDDER’S LIBRARY CURRENT PBX

HDSP

Option 81-CP1 (1611)

21.45

1349

BIDDER’S LIBRARY CURRENT PBX

ISP

Option 71 - M1 (1211)

21.54

1371

BIDDER’S LIBRARY CURRENT PBX

KVSP

Option 81C CP PII (3321)

4.0

1422

BIDDER’S LIBRARY CURRENT PBX

MCSP

CS1000M MG-CPPIV (3621)

5.50

1292

BIDDER’S LIBRARY CURRENT PBX

NCRF

CS1000M Cabinet (2121)

4.5

99

BIDDER’S LIBRARY CURRENT PBX

NKSP

Option 61 (1111)

21.54

1365

BIDDER’S LIBRARY CURRENT PBX

PBSP

Option 61C CP PII (3221)

3.0

1471

BIDDER’S LIBRARY CURRENT PBX

8 11/26/2013 11:11 AM

p. 184

State of California

Bid IFB 13-001

State of California Department of Corrections and Rehabilitation

IFB 13-001 Part 1 – General Instructions

Institution*

PBX

Software Release/ Level

Active Ports

Reference Refer to Part 1, Bidders Conference Section, 5.1.1

PVSP

CS1000M MG-CP PIV (3621)

5.50

1361

BIDDER’S LIBRARY CURRENT PBX

RJD

CS1000M SG-CP PIV (3521)

5.50

1521

BIDDER’S LIBRARY CURRENT PBX

SVSP

Option 81-CP1 (1611)

21.54

1697

BIDDER’S LIBRARY CURRENT PBX

SQ

CS1000M MG-CP PIV (3621)

4.50

2434

BIDDER’S LIBRARY CURRENT PBX

SCC

Option 61C-CP PII (3221)

3.0

907

BIDDER’S LIBRARY CURRENT PBX

SATF

Option 81C-CP2 (1991)

22.46

2133

BIDDER’S LIBRARY CURRENT PBX

VSP

Option 81-CP1 (1611)

21.54

1202

BIDDER’S LIBRARY CURRENT PBX

WSP

CS1000M SG-CP PIV (3521)

5.50

1515

BIDDER’S LIBRARY CURRENT PBX

HGSCF

Option 61C-CPPIV (3521)

4.50

109

BIDDER’S LIBRARY CURRENT PBX

VYCF

Option 11E (1411)

20.19

368

BIDDER’S LIBRARY CURRENT PBX

9 11/26/2013 11:11 AM

p. 185

State of California

Bid IFB 13-001

State of California Department of Corrections and Rehabilitation

IFB 13-001 Part 1 – General Instructions

Institution*

PBX

Software Release/ Level

Active Ports

Reference Refer to Part 1, Bidders Conference Section, 5.1.1

RAM

Option 61C CP PIV (3521)

4.50

466

BIDDER’S LIBRARY CURRENT PBX

STC

CS1000M Cabinet (2121)

4.50

194

BIDDER’S LIBRARY CURRENT PBX

NCYCC*

ESTRELLA**

Harris

Option 61C CP PIV (3521)

XCPU Version 25.11.07

1002

4.5

339

BIDDER’S LIBRARY CURRENT PBX

BIDDER’S LIBRARY CURRENT PBX

*NCYCC = Option 61C Release = 5.50; this system was purchased but never brought online. Also includes OTM and CallPilot. **ESTRELLA = Option61C; currently shutdown.

2.2

INSIDE CABLE PLANT The CDCR cable scheme varies by each site. Some of the prisons were constructed over 100 years ago. The fundamental construction design and security concepts of a CDCR make new cable installations, routing, and termination challenging. Many of the inside cable plants were installed prior to 1990 and have not been refreshed. The majority of the telephony cable infrastructure is Category 3 (CAT3); however, some of the cable plant predates the CAT3 standard. The majority of telephone stations do not have Category 5 (CAT5) Local Area Network (LAN) access within seven feet. Many of the telephones are more than 100 meters from the nearest data switch. It is a challenging environment to install new cabling infrastructure for many reasons including: asbestos, building layout and design, access to locations, and distance limitations.

2.3

VOICE MESSAGING SYSTEM This section discusses the Voice Mail and Automated Attendant systems within each CDCR facility.

10 11/26/2013 11:11 AM

p. 186

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 1 – General Instructions

2.3.1 Voice Messaging Introduction and Background The voice messaging system is utilized to provide Voice Mail and Automated Attendant services in conjunction with the enterprise PBX. Each site is equipped with a voice messaging system. CDCR has several platforms within production; Centigram, Call Pilot, Meridian Mail, NuPoint, and Audix. The voice messaging systems were procured as turnkey systems, including all hardware, operating systems, and application software. The voice messaging systems are full-featured Voice Mail and Automated Attendant systems.

2.3.2 Voice Messaging Features and Functionality The current-state voice messaging System provides Voice Mail and Automated Attendant service for the CDCR’s authorized users. Even though the majority of the systems have been placed in operation for a number of years, they offer a robust feature-set for users. System features include: 1. Voice Mail MWI for all telephones (visual on equipped models and audible on all other models); 2. Any user with a valid mailbox and password is able to perform the following functions: a. Playback voicemail messages; b. Delete voicemail messages; c. Change voicemail greetings; and d. Change voicemail password. 3. Ability for users to record personal greetings; 4. Ability for users to record time-of-day greetings; 5. Ability to change, record, and activate a new or existing greeting from a remote location; 6. Attendant zero out options (e.g. exiting a voicemail box by using a “0” to be forwarded to a pre-designated destination); 7. Multi-lingual prompting; 8. Mailboxes initially configurable by subscribers aided by embedded voice prompts/tutorials;

11 11/26/2013 11:11 AM

p. 187

State of California

Bid IFB 13-001

State of California Department of Corrections and Rehabilitation

IFB 13-001 Part 1 – General Instructions

9. Support mailboxes for field staff, or staff that do not have a physical telephone, direct line, or DID number; 10. Time and date stamping of voicemail messages with the ability to play before or after a message on presentation. Date and time stamp must be included when exporting voicemail messages; 11. Ability to broadcast distribution of a single voicemail message to multiple voicemail boxes with subscriber broadcast distribution lists; 12. Personal lists – labeled collection of addresses that users can create and save for later use. Users who frequently send messages to the same group of people can create one personal distribution list for each group. Messaging sends the message to each member of the list. Users can create a maximum of 89 personal distribution lists. Only the user who creates a personal distribution list can view and manage the list; 13. Password protection of voicemail boxes with security features to avoid unauthorized system access via the voice messaging system and unauthorized access by system administrators to personal voicemail boxes; 14. Ability to modify message playback controls; and 15. The support of a teletypewriter (TTY), a data terminal that people who are hearing impaired or speech impaired can use to transmit and receive text through a telephone system. For more detail, Table 2: Voice Mail Systems display the site location, PBX type, and voice messaging system type and Software Release.

Table 2: Voice Mail Systems Institution

PBX

VM/Auto Attendant System/Software Release

ASP

Option 61C-CP PII(3221)

Bay Point Innovations-Centigram/6.1B

CCC

Option 81C-CPPIV (3021)

Bay Point Innovations-Centigram/6.1B

CCI

G3

Audix-S3210R v2.0

CIM

Option 81C-CP4 (2611)

Bay Point Innovations-Centigram/6.1B

12 11/26/2013 11:11 AM

p. 188

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 1 – General Instructions

Institution

PBX

VM/Auto Attendant System/Software Release

CIW

Option 61C-CP4 (2921)

Bay Point Innovations-Centigram/6.1B

CMF

CS1000M MG – CP PIV (3621)

NuPoint Messenger

CMC

Option 81C – CP-4 (3021)

NuPoint Messenger

LAC

Option 81C –CP PIV (3621)

Nortel CallPilot 4.0

SAC

CS1000M SG CP PIV (3521)

Bay Point Innovations-Centigram/6.1B

SOL

Option 81-CP1 (1611)

Bay Point Innovations-Centigram/6.1B

CAL

Option 61 (1111)

Bay Point Innovations-Centigram/6.0

CEN

Option 71 (1211)

Bay Point Innovations-Centigram/6.1B

CCWF

Option 61C CP II (3221)

Bay Point Innovations-Centigram/6.1B

COR

Option 61C-CP PII (3221)

Bay Point Innovations-Centigram/6.1B

CRC

Option 81C - CP4 (3021)

Bay Point Innovations-Centigram/6.1B

13 11/26/2013 11:11 AM

p. 189

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 1 – General Instructions

Institution

PBX

VM/Auto Attendant System/Software Release

CTF

Option 81C-CP4 (3011)

Bay Point Innovations-Centigram/6.1B

CVSP

Option 61C-CPP (3221)

Bay Point Innovations-Centigram/6.1B

DVI

Option 81C-CP4 (3011)

Bay Point Innovations-Centigram/6.1B

FSP

Option 61C-CP PII (3221)

Bay Point Innovations-Centigram/6.1B

HDSP

Option 81-CP1 (1611)

Bay Point Innovations-Centigram/6.1B

ISP

Option 71 - M1 (1211)

Bay Point Innovations-Centigram/6.1B

KVSP

Option 81C CP PII (3321)

CallPilot/2.0

MCSP

CS1000M MG-CPPIV (3621)

Bay Point Innovations-Centigram/6.1B

NCRF

CS1000M Cabinet (2121)

Bay Point Innovations-Centigram/6.1B

NKSP

Option 61 (1111)

Bay Point Innovations-Centigram/6.1B

PBSP

Option 61C CP PII (3221)

Bay Point Innovations-Centigram/6.1B

PVSP

CS1000M MG-CP PIV (3621)

Nortel 600R/5.0

14 11/26/2013 11:11 AM

p. 190

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 1 – General Instructions

Institution

PBX

VM/Auto Attendant System/Software Release

RJD

CS1000M SG-CP PIV (3521)

Bay Point Innovations-Centigram/6.1B

SVSP

Option 81-CP1 (1611)

Bay Point Innovations-Centigram/6.1B

SQ

CS1000M MG-CP PIV (3621)

CallPilot/4.0

SCC

Option 61C-CP PII (3221)

Bay Point Innovations-Centigram/6.1B

SATF

Option 81C-CP2 (1991)

NuPoint Messenger

VSP

Option 81-CP1 (1611)

Bay Point Innovations-Centigram/6.1B

WSP

CS1000M SG-CP PIV (3521)

CallPilot/5.0

HGSCF

Option 61C-CPPIV (3521)

CallPilot/4.0

VYCF

Option 11E (1411)

Nortel/Meridian Mail

RAM

Option 61C CP PIV (3521)

CallPilot/4.0

STC

CS1000M Cabinet (2121)

CallPilot/4.0

NCYCC*

Harris

Verbatim

ESTRELLA**

Option 61C CP PIV (3521)

CallPilot

15 11/26/2013 11:11 AM

p. 191

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 1 – General Instructions

*NCYCC = Option 61C Release = 5.50; this system was purchased but never brought online. Also includes OTM and CallPilot 5.0. **ESTRELLA = OP61; currently shutdown.

2.4

OFF HOOK ALARM SYSTEM (OHAS) This section will discuss the OHAS that is installed within each CDCR and is a subsystem within the current-state Telephony Platform.

2.4.1 OHAS Introduction and Background OHAS was created for the CDCR based on specific requirements. OHAS is a life/safety system which processes fire/emergency calls, disturbance calls, off hook alarms and disconnect alarms. Digital Techniques (DTI) was the original provider of the OHAS. The DTI OHAS platform was manufacturer discontinued in the year 2000. It is the goal of CDCR to migrate all OHAS to the Red Phoenix platform. Red Phoenix was established in 2001 and provides limited support of DTI OHAS. Since 2003/2004 the Red Phoenix platform has been provisioned for all but five CDCR facilities.

2.4.2 OHAS Features and Functionality This sub-section describes the functionality, features, and capabilities of OHAS. 1. Off-Hook Alarm - The system shall register an alarm on OHAS when any station remains off hook without dialing any digits for 15 seconds; 2. Dial Alarm - The system shall register an alarm on the OHAS whenever any station dials either of the designated emergency numbers; 3. Cut Cord Alarm - The system shall register a cut cord alarm on the OHAS whenever any Nortel/Avaya digital station set that has its line cord unplugged or severed; and 4. Initiating Stations - Every telephone attached to the PBX and/or RPE (except ring downs) shall be able to initiate an Off-Hook or Dial Alarm regardless of the type of station equipment installed or the line seized on a multi-line set. 5. Alarm Indication Two types of Audible Signal Alarm Indicators shall be provided: a. All alarms shall begin a distinctive audible signal on the OHAS server when an alarm is registered and shall sound until the signal is silenced;

16 11/26/2013 11:11 AM

p. 192

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 1 – General Instructions

b. A switch to silence the audible signal for the current alarm shall be provided. This switch shall not cancel nor clear the alarm. Any subsequent alarms shall cause the audible signal to begin sounding again. c. OHAS provides the following Flashing Visual Indication features and capabilities: i. A distinctive visual indicator shall begin flashing when any alarm is registered and shall continue flashing until the indicator is deactivated. The alarm indicator shall be visible from a minimum of 10 feet away; and ii. A switch to deactivate the flashing indicator for the current alarm shall be provided. This switch shall not cancel or clear the alarm. Any subsequent alarms shall cause the indicator to begin flashing again. d. OHAS displays the following alarm data when any alarm is registered: i. Type of alarm (off-hook disturbance, dialed disturbance, fire/life safety or cut cord); ii. Date and time when the alarm is initiated (time shall be indicated in a HH:MM:SS format on a 24-hour cycle); iii. Station number initiating the alarm; iv. Physical location of the station initiating the alarm (shall consist of the location name programmed on the telephone); v. Date and time when the alarm is cleared, using the same format as for displaying the initiated alarm information; vi. Name of the State staff person clearing the alarm, this information is entered from the keyboard; and vii. The screen shall display a minimum of 50 alphanumeric characters per alarm. Each alarm shall be indicated on a separate line. 6. Printer a. The printer is capable of automatically printing an audit trail of when an alarm is registered and cleared. Printed data consists of the same data elements in the same format as the visual display data identified above; b. Each alarm is indicated on a separate line; and c. The printer utilizes continuous-feed paper.

17 11/26/2013 11:11 AM

p. 193

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 1 – General Instructions

7. Keyboard The keyboard permits State personnel to annotate all alarm displays with such information as the name of the State staff person clearing the alarm. 8. Call Monitoring Telephone a. A dedicated telephone allows a State staff person to monitor the station that initiated the alarm while it is still off-hook for any OHAS and dialed Disturbance Control Alarms; and b. The control phone shall allow a State staff person to speak with the calling station for any Fire/Life Safety dialed alarm. 9. Fire/Life Safety Alarm a. In addition to a handset, the control phone includes a speaker and microphone for two-way, hands-free operation; b. There is a mute button for silencing the microphone while allowing any conversation or sounds at the off-hook station to be heard; and c. Visual indication includes group member status. 10. Vehicle Sallyport Speaker a. This speaker is used to receive and monitor all Fire/Life Safety conversations between the station initiating the alarm and control point(s); and b. This speaker is supported using the existing telecommunications cable plant. 11. Multiple Alarms a. It is possible to display at least 20 alarms simultaneously on the OHAS monitor; b. These 20 alarms can be all Off Hook, Cut Cord or Dial Alarms, or any combination thereof; c. If there is more than one alarm, the system shall display each new alarm at the top of the Cathode Ray Tube (CRT) or flat panel screen and scroll data from preceding alarms; and d. There shall be no limit to the number of alarms registered on the printer. 12. Alarm Cancellation a. Once any alarm condition has been registered, the initiating station cannot cancel it by going back on hook;

18 11/26/2013 11:11 AM

p. 194

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 1 – General Instructions

b. No alarm shall be cancelled by any other station or by the attendant console; c. Alarms shall be cancelled only by personnel utilizing the equipment located in Central Control; d. Cancellation of any alarm shall only be accomplished by action at the OHAS with the appropriate input from the keyboard; and e. It shall be possible to cancel a specific station's alarm without canceling any other alarm. 13. Alarm Cancellation Audit Trail The printer automatically prints a record of the alarm cancellation including the following data: a. Date and time when the alarm is cancelled, utilizing the same time format as used for registering the alarm initiation; b. Name of the State staff person clearing the alarm; c. Automatically removes the station number and location initiating the alarm from the display screen. 14. Timing Parameter The system-wide timing parameter for how long a station is off hook before initiating an alarm shall be from 10 to 15 seconds. 15. Station Locations a. It is possible to add, move, or change the system's station location configuration information using a terminal other than the alarm-reporting terminal; b. The terminal utilized for system configuration is a separate terminal employed for that function. 16. Database Update The system database automatically updates each day. The time of day for the update is adjustable.

2.4.3 OHAS Architecture 1. Red Phoenix has updated the OHAS platform and it replaces obsolete and unsupported equipment with standard “off the shelf” hardware and open standards. Figure 1: OHAS Architecture displays the connectivity required for the PBX.

19 11/26/2013 11:11 AM

p. 195

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 1 – General Instructions

Figure 1: OHAS Architecture

Table 3: OHAS, displays the site locations, PBX information, and OHAS system in production.

Table 3: OHAS Institution

PBX

Off Hook Alarm System/Software Release

ASP

Option 61C-CP PII(3221)

CCC

Option 81C-CPPIV (3021)

Red Phoenix OHAS

CCI

G3

No - Integrated Feature

CIM

Option 81C-CP4 (2611)

Red Phoenix 3.0.4.0 and 3.0.5.0j

CIW

Option 61C-CP4 (2921)

Red Phoenix/3.0.0.0

CMF

CS1000M MG – CP PIV (3621)

Red Phoenix/3.0.0.0

CMC

Option 81C – CP-4 (3021)

Red Phoenix/3.0.4.0

Red Phoenix/3.0.2.0

20 11/26/2013 11:11 AM

p. 196

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 1 – General Instructions

Institution

PBX

Off Hook Alarm System/Software Release

LAC

Option 81C –CP PIV (3621)

SAC

CS1000M SG CP PIV (3521)

Red Phoenix/3.0.0.0

SOL

Option 81-CP1 (1611)

Red Phoenix/3.0.2.0

CAL

Option 61 (1111)

Digital Techniques Inc./1.70

CEN

Option 71 (1211)

Digital Techniques Inc./1.70

CCWF

Option 61C CP II (3221)

Red Phoenix 4.0

COR

Option 61C-CP PII (3221)

Red Phoenix/3.0.2.0

CRC

Option 81C - CP4 (3021)

Red Phoenix 4.0

CTF

Option 81C-CP4 (3011)

Digital Techniques/1.70

CVSP

Option 61C-CPP (3221)

Red Phoenix 4.0

DVI

Option 81C-CP4 (3011)

Red Phoenix/3.0.2.0

FSP

Option 61C-CP PII (3221)

Red Phoenix/2.1.3.0

HDSP

Option 81-CP1 (1611)

Red Phoenix/3.0.2.0

ISP

Option 71 - M1 (1211)

KVSP

Option 81C CP PII (3321)

Red Phoenix/3.0.4.0

MCSP

CS1000M MG-CPPIV (3621)

Red Phoenix/3.0.0.0

NCRF

CS1000M Cabinet (2121)

Red Phoenix 4.0

NKSP

Option 61 (1111)

Red Phoenix

Digital Techniques Inc./1.70

Red Phoenix

21 11/26/2013 11:11 AM

p. 197

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 1 – General Instructions

Institution

PBX

Off Hook Alarm System/Software Release

PBSP

Option 61C CP PII (3221)

Red Phoenix/3.0.0.0

PVSP

CS1000M MG-CP PIV (3621)

Red Phoenix/3.0.0.0

RJD

CS1000M SG-CP PIV (3521)

Red Phoenix/3.0.0.0

SVSP

Option 81-CP1 (1611)

Red Phoenix/3.0.0.0

SQ

CS1000M MG-CP PIV (3621)

Red Phoenix/3.0.4.0 and 3.0.5.0

SCC

Option 61C-CP PII (3221)

Red Phoenix 4.0

SATF

Option 81C-CP2 (1991)

Digital Techniques Inc./1.70

VSP

Option 81-CP1 (1611)

Red Phoenix/3.0.0.0

WSP

CS1000M SG-CP PIV (3521)

Red Phoenix/3.0.2.0

HGSCF

Option 61C-CPPIV (3521)

N/A

VYCF

Option 11E (1411)

N/A

RAM

Option 61C CP PIV (3521)

Red Phoenix 4.0

STC

CS1000M Cabinet (2121)

None

NCYCC*

Harris

None

Estrella**

Option 61C CP PIV (3521)

None

*NCYCC = Option 61C Release = 5.50; this system was purchased but never brought online. Also includes OTM and CallPilot 5.0. **ESTRELLA = OP61; currently shutdown.

2.5

SYSTEM ADMINISTRATION This section describes the System Administration capabilities within the current state Telephony Platform.

22 11/26/2013 11:11 AM

p. 198

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 1 – General Instructions

2.5.1 System Administration Introduction and Background Each system contains its own System Management capability. This application allows System Administrators to manage the features and functions of the PBX.

2.5.2 System Administration Features and Functionality The System Administration Terminal allows the following features and functionality: 1. Adding or deleting system users; 2. Adding or deleting endpoint devices; 3. Adding system and station Features and Functionality; and 4. System and station Reports and Queries;

2.6

CALL ACCOUNTING AND CALL DETAIL REPORTING (CDR) This section describes the Call Accounting and CDR capabilities within the currentstate Telephony Platform.

2.6.1 Call Accounting Introduction and Background As part of the CDCR System Cost Accounting and call forensics verification, the telecom unit provides integrated systems that track, provide call costing, and calling forensics capability to the enterprise Voice Channel. CDCR has several Call Accounting systems in operation including: Optivity Telephony Manager (OTM), Telephony Manager ™, SwitchView, Mircocall, and Amcom Eclipse. It is CDCR’s intent to reuse the Amcom Eclipse 5000 Call Accounting system and expand it to support the entire enterprise. The Amcom Server is currently located at the California Medical Facility in Vacaville, California and shall be moved and reinstalled into Data Center 1.

2.6.2 AMCOM Features and Functionality The Amcom system supports the following features and functionality: 1. Send reports to any printer on the CDCR’s network; 2. Set up for up to 20 CDCR predefined custom reports; 3. Up to 10 separate custom user groups, not to exceed 15 user groups; 4. User can only run reports on themselves; 5. User can run predefined reports on a designated group of extensions;

23 11/26/2013 11:11 AM

p. 199

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 1 – General Instructions

6. User can run predefined reports on all extensions at their Institution; 7. User can run predefined reports on all extensions at one or more institutions; 8. User can run predefined reports for all users at all sites; 9. User can create and run custom reports for their designated group of extensions; 10. User can create and run custom reports for their institution; 11. User can create and run custom reports on all extensions at one or more institutions; 12. User can create and run custom reports for all users at all institutions; 13. Global Administrator capabilities; and 14. Scheduled weekly database backups. 15. Collect all CDR for: a. Extension-to-Extension (Internal CDR); b. On-Net to On-Net (Call from one PBX to another); c. On-Net to Off-Net (Call from PBX to PSTN); and d. Off-Net to On-Net (Call from PSTN to PBX). CDR is accessible for review and reporting from a centralized database and can be used from the local system administrator or designated users.

2.6.3 AMCOM Architecture The current Server that supports the Amcom Eclipse Enterprise 5000 is an Amcom specified AMCOMAPL2A Eclipse Application Server (Dell Database Server – R710 2RU 19”Rack Mountable Server). There is one buffer box per PBX, totaling 39 poll-able buffer boxes. The buffer box data/call records will be collected over the CDCR WAN via the Eclipse Server. The Scannex ip.1-32.m IP buffer is currently in use. Table 4: Call Accounting Systems display the site institution, the PBX and the Call Accounting System and Software release:

24 11/26/2013 11:11 AM

p. 200

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 1 – General Instructions

Table 4: Call Accounting Systems Institution

PBX

Call Accounting System/Software Release

ASP

Option 61C-CP PII(3221)

SwitchView-Avotus 6.45/K11

CCC

Option 81C-CPPIV (3021)

SwitchView-Avotus 6.45/K12

CCI

G3

MicroCall v5.10

CIM

Option 81C-CP4 (2611)

SwitchView-Avotus/6.1 G68

CIW

Option 61C-CP4 (2921)

SwitchView-Avotus/6.5 K12

CMF

CS1000M MG – CP PIV (3621)

Amcom

CMC

Option 81C – CP-4 (3021)

LAC

Option 81C –CP PIV (3621)

Nortel TM/2.2

SAC

CS1000M SG CP PIV (3521)

MicroCall/DOS 7.6

SOL

Option 81-CP1 (1611)

SwitchView-Avotus/6.1 G68

CAL

Option 61 (1111)

SwitchView-Avotus/6.4

CEN

Option 71 (1211)

SwitchView-Avotus/6.2 G68

CCWF

Option 61C CP II (3221)

SwitchView-Avotus/6.4

COR

Option 61C-CP PII (3221)

SwitchView-Avotus/6.5 K12

CRC

Option 81C - CP4 (3021)

SwitchView-Avotus/6.5 K12

CTF

Option 81C-CP4 (3011)

SwitchView-Avotus/6.1 G68

CVSP

Option 61C-CPP (3221)

MicroCall/Windows 1.0

DVI

Option 81C-CP4 (3011)

SwitchView-Avotus/6.1 G68

Amcom

25 11/26/2013 11:11 AM

p. 201

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 1 – General Instructions

Institution

PBX

Call Accounting System/Software Release

FSP

Option 61C-CP PII (3221)

SwitchView-Avotus/6.4

HDSP

Option 81-CP1 (1611)

SwitchView-Avotus/6.1 G68

ISP

Option 71 - M1 (1211)

SwitchView-Avotus/6.1 G68C

KVSP

Option 81C CP PII (3321)

SwitchView-Avotus/6.4

MCSP

CS1000M MG-CPPIV (3621)

Telephony Manager/3.2

NCRF

CS1000M Cabinet (2121)

Telephony Manager/2.2

NKSP

Option 61 (1111)

SwitchView-Avotus/6.1 G68

PBSP

Option 61C CP PII (3221)

MicroCall/Windows 1.0

PVSP

CS1000M MG-CP PIV (3621)

Telephony Manager/3.2

RJD

CS1000M SG-CP PIV (3521)

Telephony Manager/3.2

SVSP

Option 81-CP1 (1611)

SwitchView-Avotus/6.1 G68

SQ

CS1000M MG-CP PIV (3621)

Telephony Manager/2.2

SCC

Option 61C-CP PII (3221)

Microcall 5.1 for CDR

SATF

Option 81C-CP2 (1991)

SwitchView-Avotus/6.1 G68

VSP

Option 81-CP1 (1611)

SwitchView-Avotus/6.1 G68

WSP

CS1000M SG-CP PIV (3521)

Telephony Manager/3.2

HGSCF

Option 61C-CPPIV (3521)

Telephony Manager/3.0

VYCF

Option 11E (1411)

N/A

26 11/26/2013 11:11 AM

p. 202

State of California

Bid IFB 13-001

State of California Department of Corrections and Rehabilitation

IFB 13-001 Part 1 – General Instructions

Institution

PBX

Call Accounting System/Software Release

RAM

Option 61C CP PIV (3521)

Telephony Manager/2.2

STC

CS1000M Cabinet (2121)

OTM/2.2

NCYCC*

Harris

None

ESTRELLA**

Option 61C CP PIV (3521)

OTM

*NCYCC = Option 61C Release = 5.50; this system was purchased but never brought online. Also includes OTM and CallPilot 5.0. **ESTRELLA = OP61; currently shutdown.

2.7

COUNT BRIDGE The Count Bridge is not a sub-system but a feature that resides on the Avaya/Nortel PBX. The Count Bridge feature is described in the following sub-sections.

2.7.1 Count Bridge Introduction and Background The Count Bridge is used by Central Control to conduct scheduled physical count of the inmates. It uses a two-way conference circuit providing full duplex communication between multiple dedicated inmate count telephones and a count control station located in Central Control. Located at Central Control, the Count Bridge includes a Multi-line Digital Display Telephone that displays the count telephone Directory Numbers (DNs). The display will show the real time on/off hook status of each count location telephone.

2.7.2 Count Bridge Features and Functionality This subsection describes the Count Bridge feature and functionality. 1. Conference initiation There are two ways that a conference may be initiated: a. Initiation by Count Control Station - each Count Bridge permits a dedicated count control station at a central point to initiate the conference by going off-hook and pressing the appropriate group call key/button. All group members are automatically called, thereby automatically ringing all predesignated Count Bridge stations that have been assigned to that control phone and group. As the stations are answered, they automatically join the conference call. All phones ring with a distinctive or uninterrupted ring

27 11/26/2013 11:11 AM

p. 203

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 1 – General Instructions

and shall continue to ring until answered, or until a program-definable period of time has elapsed; and b. Initiation by Count Location - any of the count locations can ring the count control station only by going off-hook. 2. Ringing Signals Ringing signals are not heard on the conference call after the first station answers but continues to ring at the other stations. 3. Control Station Equipment The count control station is equipped to provide full-duplex speakerphone operation. A line status display is provided for each station on the Count Bridge call. As each station is connected onto the conference, the station’s designated status display at the control phone shall indicate that the station has joined the conference. All visual status displays reflect the on-hook status of the individual stations. The status display represents (lights) when the count location telephones are off. No conference circuit can be subdivided to have more than one count control station. Each count station location is equipped with a dedicated, non- dial (keypad). 4. Programming the System Ring Timing Parameter - it is possible to program on a system-wide basis the timing parameter for the period of time that a count phone will ring without being answered. Group parameters - the system shall have up to 64 groups assigned. Each group has up to 20 group members.

2.8

ALARM NOTIFICATION SYSTEM This section discusses the Alarm Notification Subsystems within the current-state Voice Telephony Platform.

2.8.1 Alarm Notification System Introduction and Background The alarm system is manufactured by Puleo Electronics and is maintained to continuously monitor, in real-time, the performance status of the PBX, the interconnecting transmission facilities, and the PBX room environmental conditions. The system is able to initiate alarms when operational tolerances are not met. The alarm system automatically logs the PBX trouble conditions which cause alarms and

28 11/26/2013 11:11 AM

p. 204

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 1 – General Instructions

logs any other defined PBX failure or error condition (such as loss of a single trunk or line) with a time stamp.

2.8.2 Alarm Notification Features and Functionality The following conditions for which the system automatically generates an alarm are as follows: 1. Shutdown of any major component; 2. Fuse or breaker opening in any major component; 3. Loss of any redundant component; 4. Failure of any eight or more lines and/or trunks; 5. Failure of any trunk; 6. Failure of system logging or Standard Message Detail Record; 7. Less-than-acceptable environmental conditions in the PBX room (i.e., heat or humidity as defined by manufacturer's specifications); and 8. Loss of power from the battery system; All alarms are categorized and marked using two separate and distinct alarm areas on the alarm indicators. They are: 1) PBX Alarms and 2) Environmental Alarms. All alarms register both audibly and visually on an alarm panel(s). The audible portion of the alarm can be silenced and reset. The visual alarm is removed once the malfunction is corrected. There are 2 alarm panels: one located in the PBX room and the other located in Central Control.

2.9

PUBLIC SWITCHED TELEPHONE NETWORK (PSTN) CONNECTIVITY This section describes the PSTN connectivity that supports the current-state Voice Telephony Platform.

2.9.1 PSTN Introduction and Background Each site uses a variety of PSTN connectivity including: two-way Central Office Trunks (COTs), DID Trunks, DOD Trunks, Digital Trunk Interface (DTI), and Integrated Service Digital Network - Primary Rate Interface (ISDN-PRI). The services are procured from the Local Exchange Carrier (LEC), usually AT&T or Verizon, which CDCR is allowed to order from the California CALNET contract.

29 11/26/2013 11:11 AM

p. 205

State of California

Bid IFB 13-001

State of California Department of Corrections and Rehabilitation

IFB 13-001 Part 1 – General Instructions

2.9.2 PSTN Features and Functionality COTs are two-way trunks and support inbound and outbound calls. They are supported by copper facilities that terminate within the Minimum Point of Entry (MPOE). Analog copper trunks allow for PFT to standard 2500 Telephones in case PBX operations are disrupted by loss of power. DID trunks support calls that are only inbound. DID is supported by analog copper trunks or ISDN-PRI. The majority of CDCR facility DID trunks are terminated on analog copper circuits. DID service is provisioned in blocks of 100 numbers. DOD Trunks support outbound only calls. DOD is supported by analog copper trunks or ISDN PRI. The majority of CDCR facility DOD trunks are terminated on analog copper circuits. ISDN PRI supports 23 simultaneous calls over one circuit. One common D channel performs call signaling. ISDN PRI will dynamically support both COT and DID trunks. Table 5: PSTN Connectivity displays COT, DID, and ISDN PRI quantities at each site.

Table 5: PSTN Connectivity Institution

PBX Type

Number of DID's Number of COT's/ PRI DOD’s

ASP

Option 61C-CP PII(3221)

10

50

0

CCC

Option 81C-CPPIV (3021)

10

40

0

CCI

G3

0

24

3

CIM

Option 81C-CP4 (2611)

20

50

0

CIW

Option 61C-CP4 (2921)

10

26

0

CMF

CS1000M MG – CP PIV (3621)

17

33

4

CMC

Option 81C – CP-4 (3021)

18

24

0

LAC

Option 81C –CP PIV (3621)

56

54

2

30 11/26/2013 11:11 AM

p. 206

State of California

Bid IFB 13-001

State of California Department of Corrections and Rehabilitation Institution

PBX Type

IFB 13-001 Part 1 – General Instructions Number of DID's Number of COT's/ PRI DOD’s

CSP SAC

CS1000M SG CP PIV (3521)

10

32

0

SOL

Option 81-CP1 (1611)

20

20

0

CAL

Option 61 (1111)

10

52

0

CEN

Option 71 (1211)

15

50

0

CCWF

Option 61C CP II (3221)

10

49

0

COR

Option 61C-CP PII (3221)

10

56

0

CRC

Option 81C - CP4 (3021)

17

31

0

CTF

Option 81C-CP4 (3011)

46

24

2

CVSP

Option 61C-CPP (3221)

20

5

0

DVI

Option 81C-CP4 (3011)

23

24

1

FSP

Option 61C-CP PII (3221)

10

43

0

HDSP

Option 81-CP1 (1611)

30

47

0

ISP

Option 71 - M1 (1211)

10

50

0

KVSP

Option 81C CP PII (3321)

21

30

0

MCSP

CS1000M MG-CPPIV (3621)

10

36

0

NCRF***

CS1000M Cabinet (2121)

33

9

1

31 11/26/2013 11:11 AM

p. 207

State of California

Bid IFB 13-001

State of California Department of Corrections and Rehabilitation Institution

PBX Type

IFB 13-001 Part 1 – General Instructions Number of DID's Number of COT's/ PRI DOD’s

NKSP

Option 61 (1111)

10

40

0

PBSP

Option 61C CP PII (3221)

15

39

0

PVSP

CS1000M MG-CP PIV (3621)

30

39

0

RJD

CS1000M SG-CP PIV (3521)

33

49

1

SVSP

Option 81-CP1 (1611)

30

30

0

SQ

CS1000M MG-CP PIV (3621)

24

50

6

SCC

Option 61C-CP PII (3221)

33

37

1

SATF

Option 81C-CP2 (1991)

71

30

2

VSP

Option 81-CP1 (1611)

25

25

0

WSP

CS1000M SG-CP PIV (3521)

10

40

0

HGSCF

Option 61C-CPPIV (3521)

20

23

0

VYCF

Option 11E (1411)

8

14

0

RAM

Option 61C CP PIV (3521)

0

16

1

STC

CS1000M Cabinet (2121)

0

0

1

NCYCC*

Harris

0

24

0

ESTRELLA

Option 61C CP PIV (3521)

0

0

0

32 11/26/2013 11:11 AM

p. 208

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 1 – General Instructions

*NCYCC = Option 61C Release = 5.50; this system was purchased but never brought on line. Also includes OTM and CallPilot 5.0. **ESTRELLA = OP61; currently shutdown. ***NCRF – 1 PRI programmed; no TELCO circuit.

2.10

DATA NETWORK This section discusses the Data Network infrastructure that supports the currentstate CDCR facility.

2.10.1 Data Network Introduction and Background The current LAN environment at each adult institution has standardized on HP Procurve since 2008 with little deviation. The juvenile correctional facilities are configured similarly, but with a different hardware configuration. The prevalent switch vendor at the juvenile sites is Enterasys, but the Department is planning on upgrading the hardware with comparable HP Procurve switches.

2.10.2 Data Network Features and Functionality At each institution, there are two distribution switches (HP Procurve J8698A) in the PBX/Computer room. At each IDF there is at least a single switch that is connected to both distribution switches via single mode fiber. The two distribution switches provide redundancy and fault tolerance. Depending on the number of users each IDF supports, the types of switches in operation include; HP Procurve 2610-24 (J9085A), HP Procurve 2626 (J4900B), HP Procurve 2610-48 (J9089A), HP Procurve 2650 (J4899B), HP 4204 (J9064A), and HP 4208 (J9030A).

2.10.3 Data Network Architecture The CDCR Data Network architecture is displayed in Bidder’s Library – Network WAN folder

2.11

WIDE AREA NETWORK (WAN) This section describes the current-state WAN that supports CDCR.

2.11.1 WAN Introduction and Background The CDRC WAN consists of the following components: MPLS Network – each CDCR facility site has an OC3 155 Mg circuit connecting to the Service Provider MPLS cloud. There are two host sites, Data Center I and Data Center II located in the greater Sacramento area. Each host port is 500 Mbps connecting to the Service Provider

33 11/26/2013 11:11 AM

p. 209

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 1 – General Instructions

cloud. Each Data Center connects to each other with a private fiber circuit that is 1000 Mbps. There is also a Data Center in Torrance, California that has two OC-3 155 Mbps circuits connecting to the Service Provider cloud. Data Center I receives internet via a 500 Mbps Opt-e-man circuit.

2.11.2 WAN Features and Functionality No voice is traversing the WAN. Currently the network only supports data applications.

2.11.3 WAN Architecture The CDCR WAN architecture is displayed in the Bidder’s Library – Network WAN folder

3

PROPOSED CTEN ARCHITECTURE This subsection will provide a descriptive narrative of the CDCR future-state CTEN solution.

3.1

PROPOSED CTEN FEATURES The CTEN solution shall provide the following functionality: 1. Upgrade or replacement of, the legacy PBX systems located at the CDCR facilities. 2. Implement a survivable core IP Telephony platform within the two Data Centers that will provide: a. A full-featured Voice Mail system scaled to support the entire enterprise; b. A fully functional and customizable Automated Attendant system that partitions each institution with multiple call trees and submenus; c. A centralized Call Accounting platform scaled to support the entire enterprise; and d. Centralized System Administration. 3. Dependability - Survivability rating of at least 99.9%; 4. On-net calling – calls between endpoints within the enterprise do not traverse the PSTN; and 5. Call Admission Control – Routes calls based on pre-established quality tolerances.

34 11/26/2013 11:11 AM

p. 210

State of California

State of California Department of Corrections and Rehabilitation

3.2

Bid IFB 13-001

IFB 13-001 Part 1 – General Instructions

PROPOSED CTEN FOOTPRINT The Proposed CTEN solution shall provide Core telephony for the CDCR enterprise, and allow for the CDCR facilities to upgrade their systems at the local level to take advantage of centralized enterprise features.

3.2.1 Data Center I Components: The Data Center I shall house the components listed below: 1. Active/primary Session Initiated Protocol (SIP) routing server; 2. Active/primary session management solution; 3. Active/primary Voice Mail platform, including feature and storage services; 4. Active Automated Attendant platform, including feature and storage services; and 5. Call Detail Records solution. Any other centralized feature/solution server or device, such as administrative services required for the proposed solution. This location will host the primary PSTN (or SIP trunk) demarcation point. The non-server device(s) required for PSTN access, such as voice gateway(s) or session border control(s), will be located in the demarcation location. A complete assessment should be performed prior to making any deployment decisions. No IP handsets or agent desktops are required for this location

3.2.2 Data Center II Components: Data Center II shall house the components listed below: 1. This site is the expected location for the Secondary/fail-over SIP routing server; 2. Secondary/fail-over Voice Mail platform, including feature and storage services will be located in the server room; and 3. Secondary/fail-over Automated Attendant platform, including feature and storage services. Any other secondary/fail-over centralized feature/solution server or devices not listed as being located elsewhere, such as administrative services and servers required for the proposed solution will be located in the Data Center II server room. No IP handsets or agent desktops are required for this location

35 11/26/2013 11:11 AM

p. 211

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 1 – General Instructions

This location would also house the secondary PSTN (or SIP trunk) demarcation point.

3.2.3 CDCR Facilities: These sites are not IP ready. Due to the cabling and network infrastructure in place, it is likely the least cost solution will be to upgrade the PBX onsite to the latest software/hardware version and reuse the analog and digital phones at each location. The WAN shall be used as a transport mechanism to route calls throughout the enterprise reducing metered phone call charges.

3.3

MAJOR COMPONENTS 3.3.1 VoIP Processors - Primary: Located in the Data Center I, these are the servers/devices that maintain the user profiles, system configuration, master dial plan, and provide the administration interface. Also, these are the device(s) where the SIP endpoints register. Depending on the specific platform selected, this may consist of one, or more servers or devices: 1. VoIP Processors – Secondary: Located at the Data Center II, these are the servers/devices that maintain a copy of the user profiles and system configuration, backup dial plan, and provide the administration interface to the survivable instance. Also, these are the device(s) that the SIP endpoints register to in the event of certain failure scenarios. Depending on the specific platform selected, this may consist of one, or more servers or devices; 2. VoIP Feature Servers – Primary: Located at Data Center I, these are the servers/devices that provide a specific feature or function (such as Voice Mail or Automated Attendant). Depending on the specific feature and platform selected, this may consist of one, or more servers or devices; 3. VoIP Feature Servers – Secondary: Located at Data Center II, these are the servers/devices that provide a survivable functionality of a specific feature or function (such as Voice Mail or Automated Attendant). Depending on the specific feature and platform selected, this may consist of one, or more servers or devices. 4. SBC (Session Border Control): These are devices that are required in order to terminate the SIP trunks. They make routing decisions based on the content of the SIP header information. 5. Session Management Device: This device is needed to manage SIP sessions within the VoIP solution. It would be required if SIP trunking is utilized, or if SIP signaling is used within the solution.

36 11/26/2013 11:11 AM

p. 212

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 1 – General Instructions

6. (Voice) Gateway: This is the device that allows access to the PSTN from the VoIP platform; it provides analog circuits, and/ transcodes between the VoIP and analog/digital solution segments.

3.4

PROPOSED HIGH LEVEL DESIGN Below is recommended guidelines for the transitional CTEN architecture. This architecture is not specific to any particular OEM, so terms are generic. Bidders shall provide a diagram of the Bidder’s proposed CTEN solution in Attachment 20 NETWORK DIAGRAM AS REFERENCED IN APPENDIX A, TR 43 – 67. Bidders shall refer to Figure 2: Sample CTEN Architecture for a high-level design guideline. Details of each major component are listed in the following sub-sections: a. Locally-provided telephony features, such as OHAS and Count Bridge.

3.4.1 Design (Hybrid) facilities 1. On-net traffic is directed toward the WAN connection; a. Call Admission Control is configured between the WAN and PBX; b. Centralized telephony features are leveraged; c. The CDCR PBXs are still in service and are providing: i. Telephony services to the TDM endpoints at each facility; ii. Secondary or backup PSTN link connectivity via COTs; and iii. Locally-provided telephony features, such as OHAS and Count Bridge.

3.4.2 The centralized CTEN solution is providing: 1. Primary and secondary Internet Telephony Service Provider (ITSP) link connectivity via SIP trunks at the Data Centers: a. SIP session management and SIP normalization; b. Digital Signal Processing / transcoding and compression resources; c. Centralized Voice Mail services; d. Centralized Automated Attendant, for or facility-directory services; e. Centralized Call Accounting; and f. Enterprise-level fail-over from Data Center I to Data Center II.

37 11/26/2013 11:11 AM

p. 213

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 1 – General Instructions

3.4.3 The network infrastructure is providing: 1. Quality of Service across the LAN and Class of Service across the WAN: a. Performance monitoring through the use of performance monitoring tools; b. Voice/Data traffic segregation using 802.1q tagging; c. Inline power (Power over Ethernet) using 802.3af compliant power delivery mechanism(s); and d. Fault-tolerant transport of the voice signaling and payload packets.

Figure 2: Sample CTEN architecture

38 11/26/2013 11:11 AM

p. 214

State of California

State of California Department of Corrections and Rehabilitation

4

Bid IFB 13-001

IFB 13-001 Part 1 – General Instructions

TERM OF CONTRACT The Contract awarded as a result of this IFB shall become effective upon approval by the Department of Technology and shall remain effective for five years. The State may, at its sole discretion, authorize a maximum of one(1), one year extension for a total contract term of six years.

5

BIDDING INSTRUCTIONS 5.1

COMMUNICATIONS AND CONTACTS The State uses an online procurement system known as BidSync to communicate with perspective Bidders and suppliers. Information and ongoing communications for this IFB will be posted by the State on the BidSync website, www.bidsync.com. In order to ensure communication, it is important that Bidders submit Attachment 1, Intent to Bid, to the Procurement Official listed in Section 5.1.1 by the date identified in Section 5.1.3, Key Action Dates. Submittal of the Intent to Bid may be via email. Bidders must notify the Procurement Official whenever their intent to bid changes or whenever there is a change in the Bidder’s designated contact information. Only questions submitted in writing and answered in writing by the Procurement Official shall be binding and official. Written questions must be submitted by email to the Procurement Official identified in Section 5.1.1, Procurement Official, using the template provided in Bidsync, Template for Question Submittal. All written questions submitted by the due date as stated in Section 5.1.2, Key Action Dates, will be responded to at the same time with all questions and answers posted to BidSync in the form of a Question and Answer set. Oral communications by department officers and employees concerning this IFB shall not be binding on the State and shall in no way excuse the Bidder of any obligations set forth in this IFB. Written questions that are received prior to the cutoff date for submission of such questions, as noted in the Key Action Dates, will be answered without divulging the source of the query. Answers to questions will be posted to www.bidsync.com .

5.1.1 Procurement Official The Agency Procurement Official is the State’s designated authorized representative regarding this procurement. Bidders are directed to communicate with the Procurement Official at the address below in Table 6: Procurement Official to submit questions, deliver Bids, and submit all other formal correspondence regarding this procurement.

39 11/26/2013 11:11 AM

p. 215

State of California

Bid IFB 13-001

State of California Department of Corrections and Rehabilitation

IFB 13-001 Part 1 – General Instructions

Table 6: Procurement Official Hand Delivered Bid, Parcel Post (FedEx, UPS, etc.)

United States Postal Service (USPS)

Department of Technology Statewide Technology Procurement Division Attn: Tiffany Angulo, Procurement Official 10860 Gold Center Drive, Suite 200 - Security Desk Rancho Cordova, CA 95670

Department of Technology Statewide Technology Procurement Division Attn: Tiffany Angulo, Procurement Official Mail Stop Y12 P.O. Box 1810 Rancho Cordova, CA 95741

Tiffany Angulo, Procurement Official Phone: (916) 431-5068Email: [email protected]

5.1.1 Bidders Conference Participation at the Bidders’ Conference is optional, but highly recommended. It is mandatory that each attendee shall submit electronically a signed Confidentiality Statement, Part 2 Attachment 2, prior to access to the Bidders Library. During the Bidders’ Conference, the State will present an overview of the CTEN (Converged Telephony Enterprise Network) bid opportunity, bidding requirements, service requirements, multimedia presentation, and Bidders’ Library (http://extranet.cdcr.ca.gov). If questions are asked at or before the conference, bidders will be asked to submit the questions in writing to the procurement official via email (do not submit questions on Bidsync) at least 24 hours prior to the conference. Answers to these questions will be published in a question and answer set. Questions from the floor will be accepted and responses provided, as time allows. Responses provided orally are not binding and only questions submitted and responded to in writing shall be considered binding. Bidders’ Conference will be held at the time and place indicated below: Bidder’s Conference: Date:

Tuesday, December 10, 2013

Time:

1:00-4:00 pm., PST

Location: Technology Agency Training and Events Center 10860 Gold Center Drive Rancho Cordova, CA 95670 A conference line may be established; however, Bidders will be limited to a fixed number of participants. Bidders who request to attend via the conference call line may do so no later than 24 hours prior to conference.

40 11/26/2013 11:11 AM

p. 216

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 1 – General Instructions

The conference room is wheelchair accessible and parking is available. Please contact the Department Official for any required accommodations. A transcript of the Bidders Conference will not be created.

5.1.2 KEY ACTION DATES Key Action Dates provided in Table 7 contain pertinent dates and times by which actions must be taken or completed. If the State finds it necessary to change these dates or times, it will be accomplished via an addendum to this IFB with the exception of dates listed after the Bidder’s Submission of Final Bids. Dates listed after the Bidder’s Submission of Final Bids are estimated and may be adjusted without addendum to this IFB. All times listed are for Pacific Standard Time.

Table 7: Key Action Dates STEP

1. 2.

ACTION

*DATE AND TIME 11/25/2013

State Release of the IFB Submit Attachment 1 and 2, Intent to Bid and Confidentiality Statement

12/9/2013

Bidder's Conference - Refer to Part 1, 5.1.1 Bidder's Conference for location and time.

3.

12/10/2013 A Confidentiality Statement submission is Mandatory prior to access of Bidders Library.

12/16/2013

4.

Last day to submit questions

5.

**Last Day to Protest Requirements

6.

State Response to Protest

1/10/2014

7.

***Last Day to Submit Draft Bids

1/17/2014

8.

***Last Day to Submit Final Bids

2/18/2014

9.

****Negotiations process begins

TBD

10.

Last Day to Submit Best and Final Offers (BAFOs)

TBD

11.

Notification of Award

TBD

12.

Contract Award and Execution

1/6/2014

On or before 04/02/14

*All times are Pacific Standard Time unless otherwise specified.

41 11/26/2013 11:11 AM

p. 217

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 1 – General Instructions

**See Section 5.2.6. , Protests of Bid Requirements. ***Or five (5) calendar days following the last addendum that materially changes the requirements or the IFB ****Indicates that the key action date may be adjusted when the numbers of Final bids are known. Each bidder who submitted a Final Proposal will be notified of its revised schedule if an adjustment occurs.

5.1.3 ADMINISTRATIVE REQUIREMENTS All requirements listed in this Section with an (M) are Mandatory and not negotiable. Bidders must indicate their willingness and ability to satisfy these requirements by marking “Yes” to the “Bidder agrees Yes/No” on Part 2, Attachment 3, Bidder’s Checklist Response to Administrative Requirements. Answering “No” to any of the Mandatory Administrative Requirements (M) in the Final Bid will result in the bid being deemed non-responsive, and therefore disqualified.

5.1.4 TERMS AND CONDITIONS a) Bidders are advised that all Contracts awarded as a result of this IFB shall automatically incorporate by reference the GSPD – 401IT, which can be found at the following URL: http://www.documents.dgs.ca.gov/pd/modellang/GPIT060810.pdf

b) CDCR Special Provisions, Part 2 Exhibit C

5.1.5 Confidentiality Statement (M) Bidders must agree to the State’s confidentiality requirements by submitting a signed Attachment 2, Confidentiality Statement, as indicated in Section 5.1.2, Key Action Dates.1

5.1.6 Primary Bidder (M) Each award, if made, will be to a Primary Bidder. Each selected Primary Bidder will be responsible for successful performance of all subcontractors and support services offered in response to this Bid. Furthermore, the State will consider each Primary Bidder to be the sole point of contact regarding contractual matters for the term of the resulting Contract. The Bidder shall not assign financial documents to a third-party without prior written approval by the State, and an amendment to the resulting Contract.

1

Attachment 2, Confidentiality Statement, must be included in the Final Bid and/or prior to Bidders access to Bidders Library.

42 11/26/2013 11:11 AM

p. 218

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 1 – General Instructions

5.1.7 Subcontractors (M) Any subcontractor that the Bidder chooses to use in fulfilling the requirements of this IFB, and which is expected to receive more than fifteen percent (15%) of the value of the Contract, must also meet all Administrative Requirements and Business and Technical Requirements of the IFB, as applicable to the services provided, and must be approved in advance by the State. Nothing contained in the resulting contract shall create any relationship between the State and any subcontractors, and no Subcontractor shall relieve the Bidder of its responsibilities and obligations. The Bidder is fully responsible to the State for the acts and omissions of its Subcontractors and of persons either directly or indirectly employed by any of them. The Contractor shall not change Subcontractor(s) and/or DVBE Subcontractor(s) if such changes conflict with the work to be performed under this contract. For DVBE Subcontractor changes, the Contractor shall utilize another DVBE Subcontractor. The State recognizes that changes to Subcontractor(s) may be necessary and in the best interests of the State; however, advance notification of a contemplated change and the reasons for such change must be made to the State no less than seven business days prior to the existing Subcontractor’s termination. If this should occur, the Contractor should be aware that the State contract administrator or designee must approve any changes to the Subcontractor(s) prior to the termination of the existing Subcontractor(s). This also includes any changes made between submittal of the Final Bid and actual start of the contract. The State will not compensate the Contractor for any of the Contractor’s time or effort to educate or otherwise make the new Subcontractor(s) ready to begin work on the contract. The Bidder’s obligation to pay its subcontracts is an independent obligation from the State’s obligation to pay or to enforce the payment of any money to any Subcontractor. The Contractor is solely responsible for any payments to or claims made by Subcontractors.

5.1.8 Contractor’s License (M) Contractors and Subcontractors performing cable and/or wiring installation work or structural modifications for the State are required to have the appropriate State Contractor's License. THE COMPANY SUBMITTING THE BID MUST HAVE THE APPROPRIATE LICENSE, AS WELL AS ANY SUBCONTRACTORS PERFORMING THE WORK UNLESS THE PRIME CONTRACTOR’S LICENSE IS THAT OF “GENERAL CONTRACTOR”. The License must be in the name of the company or the name of the "qualifying individual" of the company. Bidders are to complete Exhibit 4, Contractor’s License Information, as applicable and if no license is required it should be noted on the Attachment. A Bid that does not contain the above information, or if the information is later proven false, may be considered non-responsive and may be rejected by the State.

43 11/26/2013 11:11 AM

p. 219

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 1 – General Instructions

5.1.9 Payee Data Record (STD 204) (M) Bidders must complete Part 2 Attachment 5, Payee Data Record, and submit it with their Proposal. The Bidder shall provide the company’s Federal Employer Identification Number (Business IRS Number) with their final bid submission on this form.

5.1.10 Bidder’s Checklist Response to Administrative Requirements Attachment 3 (M) A Final Bid Submission Checklist of submittal documents is provided as Part 2, Attachment 3.

5.1.11 Certification for Use Tax Collection for Seller’s Permit (M) This proposal is subject to all requirements set forth in Sections 6452, 6487, 7101 and 18510 of the Revenue and Taxation Code, and Section 10295 of the Public Contract Code, requiring suppliers to provide a copy of their retailer’s seller’s permit or certification of registration, and, if applicable, the permit or certification of all participating affiliates issued by the State of California’s Board of Equalization. The seller’s permit must be attached to Part 2, Attachment 6, Certification of Use Tax Collection for Seller’s Permit.

5.1.12 Contractor’s Certification Clause (CCC-307) (M) Bidder must complete Part 2 Attachment 7, CCC-307, Contractor’s Certification Clause, and submit it with their Proposal.

5.1.13 Iran Contracting Act of 2010 (M) Division 2, Part 1, Chapter 2.7 of the PCC is the Iran Contracting Act of 2010 (Act). This Act requires at §2203 that no one shall submit a bid for a contract, or enter into or renew a contract, with a public entity for goods or services valued at $1,000,000 or more if that person (i.e., Bidder or Contractor) engages in investment activities of $20,000,000 or more as described in PCC §2202.5 pursuant to all provisions of the Act. The Act, at §2204 requires Bidders to certify at the time the bid is submitted or the contract is renewed, that the person is not identified on a list created pursuant to subdivision (b) of PCC §2203 as a person engaging in investment activities in Iran described in subdivision (a) of PCC §2202.5, or as a person described in subdivision (b) of PCC §2202.5, as applicable. Bidders are therefore required to complete Attachment 8, Iran Contracting Act of 2010, and submit it with their Final Bid, and again each time their awarded contract is renewed.

5.1.14 Productive Use Requirements (M) The objective of the Productive Use Requirements is to protect the State from being an experimentalist for new equipment and software that has no record of proven performance. In the event a Bidder's proposed bid would not meet one or more of these requirements, subsection 4, provides for Remedies for Exceptions.

44 11/26/2013 11:11 AM

p. 220

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 1 – General Instructions

1. Customer In-Use The purpose of the Customer In-use requirement is to allow time for the bidder to correct defects that could prevent new equipment and software from performing correctly in support of State programs. The State requires that each equipment and software component proposed as part of an automated system must have been installed and in productive use, in substantially the conformation bid, for a paying customer external to the Bidder's organization, for at least the number of months shown in the table below prior to the required (date of installation).

Table 8: Productive Use Timeframes Product

Installation

Final Bid Submission

1) More than $100,000

8 months

6 months

2) $10,000 up to $100,000

4 months

3 months

3) Less than $10,000

1 month

1 month

1) More than $100,000

6 months

4 months

2) $10,000 up to $100,000

4 months

3 months

3) Less than $10,000

1 month

1 month

Project Cost

Category 1 - Critical Software Software that is required to control the overall operation of a computer system or peripheral equipment. Included in this category are operating systems, data base management systems, language interpreters, assemblers and compilers, communications software, and other essential system software.

Category 2 - All Information Technology Equipment and Noncritical Software. Information technology equipment is defined in SAM Section 4819.2.

Substantial design changes in required system control modules, or in components critical to the processing requirements of the State's workload are also subject to the In-use requirement. Increases or decreases in numbers of components or minor alteration in equipment or minor modifications or updates to software to provide improvements or features, to correct errors, or to accommodate hardware changes may be exempt from the In-use requirement by the Department of Technology, Statewide Technology Procurement Division, if no substantial changes in logic, architecture or design are involved.

45 11/26/2013 11:11 AM

p. 221

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 1 – General Instructions

5.1.15 Small Business Preference Sections 14835, et seq. of the California Government Code requires that a five percent (5%) preference be given to Bidders who are certified by the Department of General Services (DGS) as a Small Business, or to Bidders who are not certified by DGS as a Small Business but claim at least twenty-five percent (25%) California certified Small Business Subcontractor participation. The rules and regulations of this law, including the definition of a Small Business, or qualifying non-Small Business, are in California Code of Regulations, Title 2, Sections 1896, et seq. Small Business Nonprofit Veteran Service Agency (SB/NVSA) prime Bidders that are California Small Business certified and meet the requirements under Military and Veterans Code sections 999.50, et seq. are eligible for the five percent (5%) Small Business preference. More information regarding the Small www.dgs.ca.gov/pd/Programs/OSDS.aspx

Business

preference may be

found at:

The Small Business Preference is optional on the part of the Bidder (not mandatory), is for Bid evaluation purposes only, and does not alter the amount of the awarded Contracts. If a Bidder is claiming the Small Business preference, it must complete and submit as part of its bid response, Attachment 9, Bidding Preferences and Incentives. Bidders claiming the Small Business preference must also complete and submit as part of the Final Bid response, Attachment 11, GSPD-05-105 Bidder Declarations, also available at: www.documents.dgs.ca.gov/pd/poliproc/MASTEr-BidDeclar08-09.pdf A Bidder claiming the Small Business Preference by using DGS certified Small Business Subcontractors shall be contractually obligated to use those Subcontractors for the corresponding work identified, unless the State agrees in writing to a substitution per 2 CCR §1896.10. Certification applications and required support documents must be submitted to the DGS Office of Small Business and DVBE Services (OSDS) no later than 5:00 p.m. on the Final Bid due date; and the OSDS must be able to approve the application as submitted. Bidders may contact the OSDS at (916) 375-4940 for any information or questions concerning certification.

5.1.16 DVBE Program and Incentive For the purpose of this solicitation, the DVBE program participation requirement has been waived, but the DVBE Incentive is still applicable. DVBE incentives will be applied pursuant to California Code of Regulations (CCR), Title 2, §§1896.99.100 and 1896.99.120. The incentive will be applied during the evaluation process, and will only be applied to responsive bids from responsible Bidders providing at least three point zero one percent (3.01%) DVBE participation. The incentive amount is based on a scale under which Bidders obtaining higher levels of participation qualify for greater incentive amounts, according to Table 9, DVBE Incentive Scale, below. The 46 11/26/2013 11:11 AM

p. 222

State of California

Bid IFB 13-001

State of California Department of Corrections and Rehabilitation

IFB 13-001 Part 1 – General Instructions

minimum incentive amount for this IFB is three point zero one percent (3.01%) of the total available points not including points for socio-economic incentives or preferences, with a maximum incentive amount of five percent (5%) of those total available points.

Table 9: DVBE Incentive Scale Confirmed DVBE Participation of:

DVBE Incentive:

5% and above inclusive

5%

4% to 4.99% inclusive

4%

3.01% to 3.99% inclusive

3%

For Best Value: The awarded DVBE incentive points will be included in the sum of non-cost points. OR For Lowest Cost: The incentive will be applied by reducing the bid price by the amount of incentive as computed from the lowest responsive bid submitted by a responsible Bidder. The computation is for evaluation purposes only. Application of the incentive shall not displace an award to a Small Business with a NonSmall Business. If the lowest responsive bid is from a responsible California certified Small Business, the only Bidders eligible for the incentive will be California certified Small Businesses. The incentive adjustment cannot exceed five percent (5%) or $100,000, whichever is less, of the lowest responsive bid price from a responsible bidder. Claiming a DVBE Incentive is optional on the part of the Bidder (not mandatory), is for Bid evaluation purposes only, and does not alter the amount of the awarded Contracts. Bidders claiming a DVBE incentive must complete Part 2 Attachment 11, GSPD-05-105 Bidder Declarations, also available at www.documents.dgs.ca.gov/pd/poliproc/MASTErBidDeclar08-09.pdf, and Part 2 Attachment 10, STD 843 Disabled Veteran Business Enterprise Declaration, also available at www.documents.dgs.ca.gov/pd/poliproc/STD843FillPrintFields.pdf. A separate STD 843 must be completed by California-certified DVBE owners and managers of each DVBE firm that will be participating in the awarded purchase document. A Bidder claiming the DVBE Incentive by using DGS certified DVBE Subcontractors shall be contractually obligated to use those Subcontractors for the corresponding work identified, unless the State agrees in writing to a substitution.

47 11/26/2013 11:11 AM

p. 223

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 1 – General Instructions

5.1.17 Commercially Useful Function (M) All Bidders and Subcontractors identified in the bid response to fulfill the requirements for one or more of the socio-economic programs (e.g., DVBE, small business) must perform a commercially useful function (CUF) in the resulting contract. CUF is defined pursuant to Military and Veterans Code section 999(b)(5)(B) and Government Code section 14837(d)(4)(A) for the DVBE and small business programs, respectively. Bidders claiming one or more of the socio-economic programs must complete and submit as part of the Final Bid response, Part 2 Attachment 11, GSPD-05-105 Bidder Declarations, also available at: www.documents.dgs.ca.gov/pd/poliproc/MASTEr-BidDeclar08-09.pdf. Bidder(s) may be required to submit additional written clarifying information regarding CUF. Failure to submit the requested written information as specified may be grounds for bid rejection.

5.1.18 Availability of Refreshed Technology and Additional Service Items (M) Contractor shall evolve, supplement, and enhance the goods and services provided in the normal course of business and that which is in scope of the contract during the Term, both to keep pace with and utilize technological advancements and improvements in the method of delivering telecommunications related services and the pricing thereof. Contractor also acknowledges that the telecommunications environment is critical to the State’s business success, and that the State’s needs and requirements with regard to the telecommunications environment may also evolve and change over time, and that the need for enhanced or modified functionality may arise. Therefore, during the Term and within contract scope, either party may suggest enhancements or additional required goods or services, modifications, cost saving items, or items that might be considered to keep pace with and/or to take advantage of the latest and most useful technological advancements and improvements in Contractor’s performance (collectively, “Enhancements”). When such Enhancements substitute, replace, modify or improve goods or services already being received by the State (e.g., network backbone upgrades that generally benefit all users of the network and are not specifically requested by the State), Contractor will make such Enhancements available to the State under this Contract at no additional cost to the State. If Enhancements do not substitute, replace, modify or improve goods or services already being received by the State under this Contract, but instead add to additional material functionality and features, Contractor will make such Enhancements available to the State under the existing Contract through a written proposal. Each proposal for Enhancements must provide a 1) business case that includes potential users and technical requirements, if

48 11/26/2013 11:11 AM

p. 224

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 1 – General Instructions

any, and 2) competitive pricing that includes market analysis that illustrates cost benefits and cost justification. The State, in its sole discretion, shall determine whether to approve of the proposal Enhancements and its inclusion in the Contract. If the State chooses to proceed hereunder, the State and Contractor will negotiate in good faith to agree on any additional terms and conditions, if any, under which the Enhancement will be added to this Contract through the amendment process. The Contractor shall update any applicable marketing plans used in connection with the goods or services hereunder. Contractor understands that the State is solely responsible for approval of proposal and agrees, absent an approved amendment from the contracts authorized State agency or/States designated authority; Enhancements must not be added to this Contract. Nothing in this Section shall prohibit the State from pursuing or obtaining the same or similar Enhancements with or from other providers or requiring that certain enhancements may only be obtained from certain providers.

5.1.19 Target Area Contract Preference Preference will be granted to the California-based Bidders in accordance with Government Code section 4530 whenever agreements for goods and services are in excess of $100,000 and the Bidder meets certain requirements, as defined in the California Code of Regulations (Title 2, section 1896.30), regarding labor needed to produce the goods or provide the services being procured. The Target Area Preference is optional on the part of the Bidder (not mandatory), is for Bid evaluation purposes only, and does not alter the amount of the awarded Contracts. Bidders desiring to claim Target Area Contract Preference Act (TACPA) preference shall complete Attachment 12, STD 830 Target Area Contract Preference Act Preference Request for Goods and Services, and submit it with the Final Bid. STD 830 is also available at www.documents.dgs.ca.gov/osp/pdf/std830.pdf. Additional instructions are provided on the form.

5.1.20 Performance Bond Notice (M) In order to protect the State and reduce the potential project risks, all Bidders must submit the following security instrument as described below with its Final Proposal response. Final Proposal responses submitted without a Letter of Bondability shall be considered nonresponsive and the bid shall be rejected. For this requirement, the length of time for surety consideration shall be through implementation and warranty/maintenance period of one (1) year. Letter of Bondability and Bond The Letter of Bondability shall be from an admitted Surety Insurer which states the surety unconditionally offers to guarantee to the extent of fifty percent (50%) of the Project Deliverables Cost guarantying the Bidder’s performance in all respects of the terms and conditions and provisions of the Agreement.

49 11/26/2013 11:11 AM

p. 225

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 1 – General Instructions

Because of the potential consequences, which might result if the successful Bidder is unable to furnish the surety document, Bidders should take the necessary steps, prior to submittal of their proposals, to ensure that if awarded the contract; they will be able to comply with this requirement. Failure to submit the required Bond within 21 calendar days after contract award may cause for termination of the contract.

5.1.21 Public Works Requirements (M) For all instances where Customer orders for services require the Contractor to perform Public Works as defined by California Labor Code section 1720, the Contractor shall comply with the following requirements for that work: 1) In accordance with the provisions of section 1773 of the California Labor Code, except as allowed in section 1771, the Contractor shall conform and stipulates to the general prevailing rate of wages, including employer benefits as defined in section 1773.1 of the California Labor Code, applicable to the classes of labor to be used for public works such as at the delivery site for the assembly and installation of the equipment of materials purchased under the Customer order. Pursuant to section 1770 of the California Labor Code, the Department of Industrial Relations (DIR) has ascertained the general prevailing rate of wages in the county in which the work is to be done, available at: www.dir.ca.gov/oprl/DPreWageDetermination.htm. The Department of Industrial Relations, Prevailing Wage Unit may be contacted at www.dir.ca.gov or (415) 7034774. 2) Prior to the commencement of performance, the Contractor must obtain and provide to the State, a payment bond, on STD 807 when the order involves public works expenditure (labor/installation costs) in excess of $25,000. Such bond shall be in a sum not less than one-half the order price for the public works portion of the labor/installation costs. Forms will be made available to the Contractor. 3) Each participating Prime Contractor that submits a public works offer shall provide a list of proposed Subcontractors (Public Works), with its offer or indicate that none are to be used. The State reserves the right to approve or object to the use of proposed Subcontractors on the list. 4) Each participating Prime Contractor that submits a public works offer must certify that it is aware of the provisions of section 3700 of the California Labor Code, which requires every employer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of that Code, and will comply with such provisions before commencing with the performance of work of this Contract. A Workers’ Compensation Certification (Part 2, Attachment 4 Workers Compensation Certification) must be completed and submitted with an original signature with the Contractor’s offer.

50 11/26/2013 11:11 AM

p. 226

State of California

State of California Department of Corrections and Rehabilitation 5)

Laws To Be Observed

a)

Labor

Bid IFB 13-001

IFB 13-001 Part 1 – General Instructions

Pursuant to section 1775 of the California Labor Code and except as allowed in section 1771, the Contractor shall, as a penalty to the State or political subdivision on whose behalf the order is made or awarded, forfeit not more than fifty dollars ($50) for each calendar day, or portion thereof, for each worker paid by the Contractor, or its Subcontractor, less than the prevailing wage so stipulated; and in addition, the Contractor further agrees to pay to each worker the difference between the actual amount paid for each calendar day, or portion thereof, and the stipulated prevailing wage rate for the same. This provision shall not apply to properly registered apprentices. Pursuant to sections 1810-1815 of the California Labor Code, inclusive, it is further agreed that the maximum hours a worker is to be employed is limited to eight (8) hours a day and 40 hours a week and the Contractor shall forfeit, as a penalty to the State, $25 for each worker employed in the execution of the Contract for each calendar day during which a worker is required or permitted to labor more than eight (8) hours in any calendar day or more than 40 hours in any calendar week, in violation of sections 1810-1815 of the California Labor Code, inclusive. b) Travel and Subsistence Payments The Contractor shall pay the travel and subsistence of each worker needed to execute the work, as such travel and subsistence payments are defined in the applicable collective bargaining agreements filed in accordance with California Labor Code section 1773.8. c) Apprentices Special attention is directed to sections 1777.5, 1777.6, and 1777.7 of the California Labor Code and Title 8, California Code of Regulations, section 200 et seq. Each Contractor and/or Subcontractor must, prior to commencement of the public works Contract, contact the Division of Apprenticeship Standards, 525 Golden Gate Avenue, San Francisco, CA, or one of its branch offices to ensure compliance and complete understanding of the law regarding apprentices and specifically the required rationale there under. Responsibility for compliance with this section lies with the prime Contractor. d) Payroll The Contractor shall keep an accurate payroll record showing the name, address, Social Security Account Number, work classification and straight time and overtime hours worked by each employee. A certified copy of the employee’s payroll record shall be made available for inspection as specified in section 1776 of the California Labor Code.

51 11/26/2013 11:11 AM

p. 227

State of California

State of California Department of Corrections and Rehabilitation

5.2

Bid IFB 13-001

IFB 13-001 Part 1 – General Instructions

BIDDING RULES 5.2.1 Rules Governing Competitive Bidding This IFB, the evaluation of responses, and the award of any resultant Contracts shall be made in conformance with current competitive bidding procedures as they relate to the procurement of goods and services by public bodies in the State of California.

5.2.2 Identification and Classification of IFB Requirements The State has established certain requirements with respect to bids to be submitted by prospective Contractors. The use of “shall”, “must,” or “will” (except to indicate simple futurity) in the IFB indicates a requirement or condition which is mandatory. A deviation, if not material, may be waived by the State. A deviation from a requirement is material if the response is not in substantial accord with the IFB requirements, provides an advantage to one Bidder over other Bidders, or has a potentially significant effect on the delivery, quantity, or quality of items bid 2, amount paid to the supplier, or on the cost to the State. Material deviations cannot be waived. The words “should” or “may” in the IFB indicate desirable attributes or conditions, but are non-mandatory in nature. Deviation from or omission of such a desirable feature, even if material, will not in itself cause rejection of the bid.

5.2.3 Irrevocable Offer A Bidder's Final Bid is an irrevocable offer for 120 days following the scheduled date for Contract award specified in Section 5.1.2, Key Action Dates. A Bidder may extend the offer in the event of a delay of Contract award.

5.2.4 IFB Documents This IFB includes, in addition to an explanation of the State’s needs which must be met, instructions which prescribe the format and content of Bids to be submitted and the model(s) of the Contract(s) to be executed between the State and the successful Bidder(s). If a Bidder discovers any ambiguity, conflict, discrepancy, omission, or other error in this IFB, the Bidder shall immediately notify the Procurement Official identified in Section 5.1.1, Procurement Official, of such error in writing and request clarification or modification of the document. Modifications will be made by addenda issued pursuant to Section 5.2.7, Addenda. Such clarifications shall be given by written notice to all parties who have identified themselves as Bidders to the Procurement Official identified in Section 5.1.1, Procurement Official, without divulging the source of the request for same. All addenda will be publically posted 2

The word "bid" as used throughout is intended to mean "proposed," "propose" or "proposal" as appropriate.

52 11/26/2013 11:11 AM

p. 228

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 1 – General Instructions

on BidSync, and it is the responsibility of the Bidder to ensure they have the most recent version of all documents. If the IFB contains an error known to the Bidder, or an error that reasonably should have been known, the Bidder shall bid at its own risk. If the Bidder fails to notify the State of the error prior to the date fixed for submission of bids, and is awarded the Contract, the Bidder shall not be entitled to additional compensation or time by reason of the error or its later correction.

5.2.5 Examination of the Work The Bidder should carefully examine the entire IFB and any addenda thereto, and all related materials and data referenced in the IFB or otherwise available to the Bidder, and should become fully aware of the nature and location of the work, the quantities of the work, and the conditions to be encountered in performing the work.

5.2.6 Protests of Bid Requirements Prior to the “Last Day to Protest IFB Requirements” indicated in Section 5.1.2, Key Action Dates, a Bidder may formally protest a requirement of the IFB. Before a protest of IFB requirements is submitted, the Bidder is expected to make full and timely use of the question and answer process and other procedures as they may be offered in this IFB including submission of requests to change the IFB’s requirements as indicated in the Key Action Dates. Protests of an IFB requirement must contain a statement of the reason(s) for protest; citing the law, rule, regulation or procedures on which the protest is based. The protester must provide facts and evidence to support the claim. All protests of IFB requirements will be heard and resolved by the Deputy Director of the Department of Technology, Statewide Technology Procurement Division, whose decision will be final. The protest must be submitted in writing on company letterhead with an accompanying electronic file copy on CD, mailed or hand delivered to:

Table 10: Protest Delivery Information

Hand Delivered Bid, Parcel Post (FedEx, UPS, etc.)

Department of Technology Statewide Technology Procurement Division Attn: Russ Guarna, Deputy Director 10860 Gold Center Drive, Suite 200 - Security Desk Rancho Cordova, CA 95670

United States Postal Service (USPS)

Department of Technology Statewide Technology Procurement Division Attn: Russ Guarna, Deputy Director Mail Stop Y12 P.O. Box 1810 Rancho Cordova, CA 95741

53 11/26/2013 11:11 AM

p. 229

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 1 – General Instructions

Certified or registered mail should be used unless delivered in person or by courier, in which case the Bidder should obtain a delivery receipt.

5.2.7 Addenda The State may modify the IFB prior to the date fixed for Contract Award by issuance of an addendum to all Bidders who are participating in the bidding process at the time the addendum is issued. Addenda will be numbered consecutively. If a vendor determines that an addendum unnecessarily restricts its ability to bid, the vendor is allowed five business days to submit a protest of requirements to the addendum according to the instructions contained in Section 5.2.6, Protests of Bid Requirements.

5.2.8 Financial Stability In order to minimize the potential risk of default due to financial issues, the State reserves the right to request additional documentation throughout the life of the awarded contract. The State must be assured that the Contractor continues to have the financial resources to sustain their operations during potentially long system development and implementation phases including the time required for the Customer to pay the Contractor after project acceptance.

5.2.9 Joint Bids Joint Bids are not applicable.

5.2.10 Confidentiality Final bids are public upon opening; however, the contents of all proposals, draft bids, correspondence, agenda, memoranda, working papers, or any other medium which discloses any aspect of a bidder's proposal shall be held in the strictest confidence until notification of award. Bidders should be aware that marking a document "confidential" or "proprietary" in a Final Bid may exclude it from consideration for award and will not keep that document from being released after notice of award as part of the public record, unless a court has ordered the state not to release the document. The content of all working papers and discussions relating to the Bidder's proposal shall be held in confidence indefinitely, unless the public interest is best served by an item’s disclosure because of its direct pertinence to a decision, agreement or the evaluation of the Bid. Any disclosure of confidential information by the Bidder is a basis for rejecting the Bidder’s proposal and ruling the Bidder ineligible to further participate. Any disclosure of confidential information by a state employee is a basis for disciplinary action, including dismissal from state employment, as provided by Government Code section 19570 et seq. Total confidentiality is paramount; it cannot be over emphasized.

54 11/26/2013 11:11 AM

p. 230

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 1 – General Instructions

5.2.11 Bidder’s Cost Costs for developing proposals and bids are the responsibility entirely of the Bidder and shall not be chargeable to the State.

5.2.12 False or Misleading Statements Bids which contain false or misleading statements or which provide references which do not support an attribute or condition claimed by the Bidder may be rejected. If, in the opinion of the State, such information was intended to mislead the State in its evaluation of the Bid, and the attribute, condition, or capability is a requirement of this IFB, it will be the basis for rejection of the Bid.

5.2.13 Withdrawal and Resubmission of Bids A Bidder may withdraw its Final Bid at any time prior to the Final Bid submission date and time specified in Section 5.1.2, Key Action Dates, by submitting a written notification of withdrawal signed by the Bidder’s authorized person that signed the cover letter per Section 3.10.2.1, Cover Letter. The Bidder may thereafter submit a new or modified Bid prior to such Bid submission date and time. Modification offered in any other manner, oral or written, will not be considered. Other than as allowed by law, Final Bids cannot be changed or withdrawn after the date and time designated for receipt, except as provided in Section 8.6.3, Errors in the Final Bid.

5.2.14 Rejection of Bids The State may reject any or all Bids and may waive any immaterial deviation or defect in a Bid. The State's waiver of any immaterial deviation or defect shall in no way modify the IFB documents or excuse the Bidder from full compliance with the IFB specifications if awarded the Contract.

5.2.15 Disclosure of Financial Interest Bids in response to State procurements for assistance in preparation of feasibility studies or the development of recommendations for the acquisition of IT products and services must disclose any financial interests (e.g., service contract, Original Equipment Manufacturer (OEM) agreements, remarketing agreements, etc.) that may foreseeably allow the individual or organization submitting the Bid to materially benefit from the State's adoption of a course of action recommended in the feasibility study or the acquisition recommendations. If, in the State's judgment, the financial interest will jeopardize the objectivity of the recommendations, the State may reject the Bid.

5.2.16 Discounts In connection with any discount offered, except when provision is made for a testing period preceding acceptance by the State, time will be computed from date of delivery of the supplies or equipment as specified, or from date correct invoices are received in the office

55 11/26/2013 11:11 AM

p. 231

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 1 – General Instructions

specified by the State if the latter date is later than the date of delivery. When provision is made for a testing period preceding Acceptance by the State, date of delivery shall mean the date the supplies or equipment are accepted by the State during the specified testing period. Payment is deemed to be made, for the purpose of earning the discount, on the date of mailing the State warrant or check. Cash discounts offered by Bidders for the prompt payment of invoices will not be considered in evaluating offers for award purposes; however, all offered discounts will be taken if the payment is made within the discount period, even though not considered in the evaluation of offers.

5.2.17 Exclusion for Conflict of Interest No consultant shall be paid out of State funds for developing recommendations on the acquisition of IT products or services or assisting in the preparation of a feasibility study, if that consultant is to be a source of such acquisition or could otherwise directly and/or materially benefit from State adoption of such recommendations or the course of action recommended in the feasibility study. Further, no consultant shall be paid out of State funds for developing recommendations on the disposal of State surplus IT products, if that consultant would directly and/or materially benefit from State adoption of such recommendations.

6

BID FORMAT AND SUBMISSION REQUIREMENTS These instructions identify the Mandatory Bid format and the approach for the development and presentation of the Bid itself. Format instructions must be adhered to, all requirements and questions in the IFB must be responded to, and all requested data must be supplied. It is important that all Bids be submitted in sealed envelopes/containers and clearly marked or they may be rejected. Final Bid submittals must be in the number of copies indicated in Section 6.3, Formatting. The Final Bid is a mandatory step for all Bidders; all other steps are optional except as may be otherwise stated. However, all Bidders are strongly encouraged to follow the scheduled steps of this procurement to the extent that they are offered in order to increase the chance of submitting a compliant Final Bid. Cost information provided in any submission other than the Final Bid may disqualify the Bidder and preclude the Bidder from continuing in the procurement process.

6.1

DATE, TIME, AND ADDRESS OF SUBMITTALS Mail or deliver bids to the Procurement Official listed in Section 5.1.1, Procurement Official. If mailed, it is suggested that Bidders use certified or registered mail with return receipt requested, as delivery of documents is at the Bidder’s own risk of untimely delivery, lost mail, etc.

56 11/26/2013 11:11 AM

p. 232

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 1 – General Instructions

Proposals and bids must be received not later than the date and time specified in Section 5.1.3, Key Action Dates. A Final Bid not received by the date and time specified in Section 5.1.3, Key Action Dates, or not sealed, may be rejected.

6.2

PACKAGING AND LABELING Bidders may provide all of their bid documents at the same time within the same package (box or boxes). The overall package shall be sealed and labeled as follows: 1. The Bidder’s name and address; 2. The IFB number "IFB 13-001”; 3. Identification of the submittal as “Final Bid” (or “Draft Bid” or “BAFO” as appropriate); and 4. Box “# of #”, if more than one (1) box is required for the entire submission. Each binder and CD must be plainly marked with: 1. The Bidder’s name; 2. The IFB number "IFB 13-001”; 3. Identification of the submittal as “Final Bid” (or “Draft Bid” or “BAFO” as appropriate); and 4. The Volume number and title as appropriate: a. Volume 1 – Response to Requirements b. Volume 2 – Cost Information For the Final Bids, Volume 2, Cost Information, (both binder and CDs) should be in its own sealed package (or envelope) that is separate from Volume 1. If the Cost Information is not submitted in its own separately sealed package (or envelope), the bid may be rejected.

6.3

FORMATTING Bids must be submitted in printed format (hard copy), and also in electronic file format (soft copy) on a CD as follows: 1. All hard copy must be on standard 8.5” x 11” paper, except for charts, diagrams, and similar materials, which may be foldouts. If foldouts are used, the folded size must fit within the 8.5” x 11” format. Hard copy of large size drawings shall not be larger than Standard E-size format.

57 11/26/2013 11:11 AM

p. 233

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 1 – General Instructions

2. Soft copies of the Bids must be in Microsoft Word 2010 and Excel 2010 as appropriate, or compatible, except electronic files of drawings shall be in AutoCAD Reader 2010 Version 18, Release 24 or newer (.dwg) or Microsoft Visio 2003 or newer (.vsd), or compatible. 3. Volume 1 submitted shall be provided in the following number of copies: a. Three (3) hard copies (printed), one (1) marked Master b. Two (2) soft copies (CDs) 4. Volume 2 submitted shall be provided in the following number of copies: a. Two (2) soft copies (CDs) 5. All hard copy submittals should use clearly marked tabs, page numbers and table of contents for effective access to the Bidder’s material. Similarly, soft copies should be organized into appropriate files and folders designed for easy access. Bidders should not include cost figures in any Volume 1 of the Final Bid. Inclusion of cost figures in Volumes 1 of the Final Bid may be considered a material deviation and result in rejection of the Bid. As stated in Section 5.2.10, Confidentiality, Bidders should be aware that marking the Final Bid “confidential” or “proprietary” may exclude it from consideration for award.

6.4

DRAFT BIDS FORMATING Draft Bids should be identical to the Final Bid identified below in IFB Section 6.6, Final Bids, except that Volume 2, Cost Information, should not be included. Any product supporting literature containing costs or rates, (such as catalogs, maintenance service rates, etc.), submitted as part of the Draft Bid should have all cost figures replaced with “XXX”, or otherwise obscured.

6.5

FINAL BIDFORMATING Final Bids received after the date and time indicated in Section 5.1.3, Key Action Dates, shall not be evaluated. Delivery requirements shall be as defined in Section 6, Bid Format and Submission Requirements. Before submitting its Final Bid, the Bidder should carefully proof it for errors and adherence to all IFB requirements. Bidders are cautioned to not rely on the State’s review of the Draft Bids to discover and report to the Bidder all defects and errors in the submitted documents Organization of Submission

58 11/26/2013 11:11 AM

p. 234

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 1 – General Instructions

The Bidder’s response shall be in the order indicated below. Instructions for individual items are in Section 6.6.2, Specific Instructions for Final Bid Items. The Bidder should not include cost figures in Volume 1 of the Bid. Inclusion of cost figures in this Volume may be considered a material deviation and result in rejection of the Bid. Volume 1 – Response to Requirements 1. Cover Letter (IFB Section 3.10.2.1) 2. Required IFB Attachments, refer to Part 2, ATTACHMENT 3: BIDDERS CHECKLIST RESPONSE TO ADMINISTRATIVE REQUIREMENTS (M). Volume 2 – Cost Information a. This volume must be in a separately sealed, marked envelope or package containing all completed Cost Worksheets and any other document with cost data identified as required as part of this IFB.

6.5.1 Specific Instructions for Final Bid Items Bidders shall adhere to the following instructions concerning specific portions of their Final Bid. Bidders shall include the following items. 3. Cover letter The cover letter (which shall be considered an integral part of the Final Bid) shall: 1. Be on company letterhead. 2. Include the legal name of the Bidding organization. 3. Include the address of the Bidder’s organization. 4. Include a statement that the bid response is the Bidder’s binding offer, good for 120 calendar days from scheduled Contract Award date, as noted in Section 5.1.3, Key Action Dates. 5. Include a statement indicating that the Bidder agrees to the terms and conditions of this IFB and accepting responsibility as the Prime Contractor if awarded the Agreement resulting from this IFB. 6. Include a statement indicating that the Bidder has available staff with the appropriate skills to complete performance under the Agreement for all services and provide all deliverables as described in this IFB.

59 11/26/2013 11:11 AM

p. 235

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 1 – General Instructions

7. Be signed by an individual who is authorized to bind the bidding firm contractually. The individual’s name must also be typed, and include the title or position that the individual holds in the firm. An unsigned Final Bid may be rejected. 8. Include the email and phone number of the person signing the letter. 9. Include the date signed. 4. Required Submittals Required Attachments (see Attachment 3 – Bidders Response to Administrative Requirements Submission Checklist) must be completed, signed as required, and submitted with the Final Bid. Instructions are provided with each Attachment. All of the Attachments require an original signature by a party authorized to bind the firm contractually. In addition to the information contained or referenced in an Attachment’s associated Administrative Requirement section, additional instructions, as warranted, are provided below: a) Bidders shall complete Attachment 15, STD 213, Standard Agreement, and submit with their Final Bid. Instructions for completion are provided with the Attachment. The State will review the Bidder’s submitted IFB Attachment 15, STD 213, Standard Agreement to validate that the proper number of fully executed copies are provided and that each copy has been executed by an authorized representative of the Bidder’s firm. b) Part 2, Section 11 Statement of Work will be reviewed to ensure that no unacceptable changes are present. c) Bidders shall attach Part 2 Section 11, Statement of Work to Attachment 15, STD 213, Standard Agreement and submit with their Final Bid. d) Bidders shall complete their response to Technical Requirements, IFB Part 2, Appendix A, and submit with their Final Bid. e) Bidders shall complete their response to Business Requirements, IFB Part 2, Appendix b, and submit with their Final Bid 5. Preference/Incentive Attachments Preference/Incentive attachments are only required to the extent that the Bidder is applying for any of the preference and incentive programs or is proposing to use Subcontractors. 6. Supporting Literature If applicable

60 11/26/2013 11:11 AM

p. 236

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 1 – General Instructions

All supporting literature should be organized to allow for effective location of referenced information. 7. Cost Information All cost and pricing information should be contained within the Bidder’s separately sealed Volume 2. In providing cost information, the Bidder must use the Cost Worksheets provided in the Excel Workbook, IFB 13-001 Cost Worksheets.

6.5.2 Bidder’s Response to Administrative Requirements Submission Checklist Attachment 3 A Final Bid Submission Checklist of submittal documents is provided as Attachment 3. Bidder shall indicate “Yes” or “No” to each of the Administrative Requirements as presented in IFB 13-001, Section 2.3. By Indicating “Yes”, the Bidder affirms that it understands the requirement and agrees to comply with it.

7

COST This section contains the explanation of the method of cost presentation. The evaluation, including cost evaluation, is to be explained fully in Section 8, Evaluation.

7.1

COST INTRODUCTION An award will be made to the lowest cost responsive responsible Bidder after applying any preferences and/or incentive and passing the Administrative, Business, and Technical Criteria of this IFB. All implementation costs, and continuing costs, must be included for; such as hardware, software, services, training, implementation, costs program conversion, file conversion, data base building, freight, cables, purchase price, purchase option credits, continuing costs, maintenance, sub systems costs, rate escalations, and adjustments as they specifically relate to the products and services to be obtained. Applicable sales tax must be included and identified in cost listed separately, however for evaluation purposes the applicable sales tax will not be included in the evaluated grand total. Important Note: It is imperative that no cost information be included in the body of the bid. Cost information shall only be submitted in the Final Bid, Volume 2 (separately sealed), in accordance with Section 6, Bid Format and Submission.

61 11/26/2013 11:11 AM

p. 237

State of California

State of California Department of Corrections and Rehabilitation

7.2

Bid IFB 13-001

IFB 13-001 Part 1 – General Instructions

COST DEFINITIONS 7.2.1 Equipment Cost Equipment cost will be any hardware or software required for the solution as described in Appendix B, Business Requirements and Appendix A, Technical Requirements. Bidders are encouraged to use bundles, discounts, or special pricing whenever appropriate to reduce cost.

7.2.2 Implementation Costs a) Implementation costs are those for material and services necessary for the acquisition and implementation of the proposed products and services, including: b) Continuing costs, rate escalations, and adjustments as they specifically relate to the products and services to be obtained. c) Freight costs—the cost of Bidders transportation of equipment to and from the CDCR facilities. d) Installation costs—the cost of Bidders personnel and supplies necessary to affect an operational system. e) Other implementation costs—any other implementation charges necessary to effect the implementation of an operational system.

7.2.3 Maintenance and Operations Costs Continuing costs are those costs that are projected to be paid by the CDCR to the successful bidder(s) or other entities on a monthly basis. The CDCR prefers that any discounts offered be reflected in the monthly rates. In addition, for evaluation purposes, continuing costs include any cost adjustments that are applied on a monthly basis (e.g., price escalations and equipment failure costs). Maintenance cost per site location is the number of active ports multiplied by the per-port cost.

7.2.4 Wired-for Definition The wired-for quantities are the quantities that the system can support without the addition of software and/or the re-engineering of existing hardware. Cabinets, carriers, memory, processor capability and power (including back-up power) shall be included so that the wired-for configuration and traffic capacity can be achieved by the addition of only port circuit packs.

7.2.5 Manufactured Suggested Retail Price (MSRP) The Contractor shall provide a catalog and price lists for the procurement of new and replacement system components. The price list in the catalog shall be the MSRP. The Contractor shall provide CDCR a fixed discount as a percentage off of MSRP on all

62 11/26/2013 11:11 AM

p. 238

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 1 – General Instructions

hardware and software that is offered in the catalog for the length of the contract. Catalogs shall be updated annually per the MSRP discount percentage as agreed in Appendix C and C1 - XXX. This includes pricing for Ancillary Parts and the Avaya Price Book Catalog.

7.2.6 Software Assurance The Bidder's proposed on the Cost Worksheet a solution shall include a five year software assurance plan that includes software patches and technical support on all systems and subsystems. The Bidder shall propose on the Cost Worksheet a one year Mandatory Optional (MO) extension on maintenance and Software Assurance on all systems and subsystems. The Bidder shall propose on the Cost Worksheet a (MO) five year enhanced Software Assurance plan that includes software patches, technical support, and software upgrades on all systems and subsystems. The Bidder shall propose on the Cost Worksheet a one year (MO) Optional extension enhanced Software Assurance on all systems and subsystems.

7.2.7 Bill of Materials A Bill of Materials (BOM) is the list of materials engineered and provided by the PBX manufacturer, Part 2 Appendix C2 through CXX. In the event of any quantity discrepancies within the IFB, the BOM quantities will take precedence.

7.2.8 Unanticipated Task Cost In the event that additional work must be performed to ensure the deliverables of this contract, the procedures outlined in the General Provisions – Telecommunications, agreed upon in IFB 13-001, will be employed. In no event shall the total amount paid for such work exceed ten percent (10%) of the value of the total amount anticipated by this Contract.

7.2.9 Cost Workbook Instructions Cost worksheet instructions are provided within the cost worksheets themselves in the Appendix C and C1-xx – Cost Worksheet. Bidders shall follow these instructions when pricing their solution. Appendix C Tab 1) Grand Total Summary is a cost roll-up summary of all the Cost Worksheets in Appendix C and Appendix C1-Cxxx. Tab 2) (MO) OHAS, In the “OHAS Cost” tab Bidder shall provide a Mandatory Optional solution and price a Red Phoenix OHAS solution or an alternative solution that meets the Technical Requirements listed in Appendix A.

63 11/26/2013 11:11 AM

p. 239

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 1 – General Instructions

Tab 3) (MO) Hourly rates, Bidders shall provide a Mandatory Optional (MO) price list for their standard and premium hourly costs for the following services in the tab listed “Hourly Rate Cost”. Tab 4) (MO) Ancillary costs, Bidder shall provide a Mandatory Optional inclusive price catalog for price components listed in the “Ancillary Parts” tab. Bidder shall enter the percent of discount off the MSRP on each cost component listed. Tab 5) (M) Call Accounting, Bidder shall provide pricing as described in Part 2, Appendix A, Technical Requirements. Tab 6) (MO) Commonly Used Components, Bidder shall provide pricing for Commonly Used Components that are listed in Tab 6. Tab 7) (M) PBX ISM License sharing, Bidders shall provide Mandatory itemized pricing for all global pooled license costs. These costs shall be separate from equipment costs. Tab 8) (M and MO) PBX Maintenance, Bidders shall provide Mandatory and Mandatory Optional itemized pricing for on-site and shared technicians.

Tab 9) (MO) Avaya Price Book Catalog, Bidder shall provide a price catalog of all Avaya components. Appendix C1-Cxxx - All bidders shall provide detail pricing for the Core Voice Telephony platform and Institutional CTEN solution. All hardware, software, license, installation, maintenance, and Software Assurance based on the Appendix C-1. The pricing shall be input into the Appendix C1, Cost Worksheet. The bidder shall include a complete itemization list of Bill of Material (BOM) components that shall be included as Attachment 25. In the “PASS Plus” tab the bidders shall provide Mandatory Optional itemized pricing for Enhanced Software Assurance as described in Appendix B. If the Enhanced Software Assurance plan includes all components within the mandatory Software Assurance plan. Bidders may price the cost delta. Bidders shall provide Mandatory Optional itemized pricing for all license costs. These costs shall be separate from equipment costs. Bidders shall provide Mandatory Optional quotes for four sites; California Rehabilitation Center, Estrella Correctional Facility, Northern California Reentry Facility, and Heman G. Stark. Bidders shall provide Mandatory Optional pricing for “10% growth wired-for Capacity” tab bidders shall provide Mandatory Optional itemized pricing to include 10% growth wired-for capacity.

64 11/26/2013 11:11 AM

p. 240

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 1 – General Instructions

Bidders shall provide Mandatory Optional pricing for the “20% growth wired-for Capacity” tab bidders shall provide Mandatory Optional itemized pricing to include 20% growth wiredfor capacity Bidders may reuse equipment that is installed and in production to deliver their solution providing it meets the Technical Requirements and is supported by the bidder as stated in Appendix A, Technical Requirements. If the installed equipment - including sub-systems cannot be reused and/or not supported, the solution must include equipment that allows the same functionality as described in Appendix A, Technical Requirements.

7.3

PROJECT PAYMENT TERMS See IFB Part 2, Statement of Work (SOW), 8.14 Budget Detail and Payment Provisions.

8

EVALUATION This section describes the process and criteria that the State will follow in evaluating Bids. The State intends to award a single Contract to the responsive and responsible Bidder using the following evaluation criteria described throughout this section.

8.1

EVALUATION RESPONSE REQUIREMENTS

There are two variances of requirements used in this solicitation. Mandatory (M) AND Mandatory Optional (MO) All requirements are Mandatory (M), are Mandatory and not negotiable. Bidders must indicate their willingness and ability to satisfy these requirements by marking “Yes” to the “Bidder understands the Requirement and shall meet or exceed it? Yes_____ No_____”. Answering “No” or any other variation to any of the Mandatory Technical Requirements in the Final Bid will result in the bid being deemed non-responsive, and therefore disqualified. All requirements listed – Mandatory Optional (MO), are Mandatory and not negotiable. CDCR shall add these services to the Contract on an as needed basis. The CDCR makes no commitment to contract for any Mandatory Optional items. Bidders must indicate their willingness and ability to satisfy these requirements by marking “Yes” to the “Bidder understands the Requirement and shall meet or exceed it? Yes_____ No_____”. Answering “No” or any other variation to any of the Mandatory Technical Requirements in the Final Bid will result in the bid being deemed non-responsive, and therefore disqualified.

65 11/26/2013 11:11 AM

p. 241

State of California

State of California Department of Corrections and Rehabilitation

8.2

Bid IFB 13-001

IFB 13-001 Part 1 – General Instructions

EVALUATION TEAM

The State has established an evaluation team that will be responsible for the review and evaluation of the bids in accordance with the process described in the IFB. The State may engage additional qualified individuals, termed “Subject Matter Experts” (SMEs) during the process to assist the evaluation team in understanding technical, financial, legal, contractual, project, or program issues.

8.3

EVALUATION PROCESS

The evaluation process will include: 1. In accordance with the provisions of the IFB, an evaluation will be made of all bids rightfully received, to determine if they are complete with regard to the materials required for submission by the IFB and to determine if they otherwise comply with the requirements established in the IFB. 2. If a bid submitted is incomplete with regards to the materials required for submission or fails to meet any other material requirement of the IFB, the Proposal will be rejected. A requirement will be judged to be material to the extent that it is not responsive or is not in substantial accord with requirements of the IFB. Material deviations cannot be waived. 3. The CDCR, at its sole discretion shall have the right to waive immaterial deviations of Proposals with regards to the materials submitted as well as other immaterial deviations from the requirements of the IFB. 4. The CDCR’s waiver of an immaterial deviation for one prospective Bidder shall in no way act to excuse that prospective Bidder from material compliance with any other IFB requirement. The CDCR’s waiver of an immaterial deviation for one prospective Bidder shall in no way act to excuse other prospective Bidder(s) from material compliance with that same requirement. 5. Bids that make false or misleading statements or contain false or misleading information may be rejected, if, in the CDCR’s sole opinion, the CDCR concludes that said statements and/or information were intended to mislead the CDCR. During the evaluation of the Bids, the CDCR has the right to require a prospective Bidder's representatives to answer questions with regard to the Proposal submitted. Failure of a prospective Bidder to demonstrate that the claims made in its Proposal are in fact true may be sufficient cause for deeming a Proposal to be materially in non-compliance with the requirements of the IFB

8.4

RECEIPT

66 11/26/2013 11:11 AM

p. 242

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 1 – General Instructions

Bids must be delivered by the date and time stated in Section 5.1.3, Key Action Dates, to the Procurement Official identified in Section 5.1.1, Procurement Official and if not submitted under sealed cover may be rejected and deemed non-responsive. Bids must be in the quantity and format specified in Section 6, Bid Format. Each proposal will be date and time marked as it is received and verified it is properly sealed. Bids will remain sealed until the designated time for opening.

8.5

DRAFT PROPOSAL EVALUATION Draft Proposals will be submitted for review on the date designated in the IFB Section 5.1.3, Key Action Dates. Draft Proposals will be reviewed in an attempt to detect any errors and/or inconsistencies that, if contained in the Final Proposal, may cause the proposal to be rejected. If such errors are found that can be corrected without overhauling the bid, the bidder will be notified and given an opportunity to correct the indicated errors before the Final Proposal submittal. After submission of Draft Proposals, confidential discussions may be held with each bidder who submitted a Draft Proposal. A schedule will be prepared for each bidder showing the time that the State will meet with representative(s) of the bidder's firm and discuss items that need clarification and any defects found by the State. Prior to the scheduled discussion, the State will prepare a discussion agenda itemizing the points to be covered and provide it to the bidder. The bidder should bring to the confidential discussion persons who can answer questions, provide clarification, and address any concerns the State may have. The State will not request changes or make counter offers during discussion of Draft Proposals. The State will only identify errors or omissions and answer questions. Oral communications are not binding on either party. Only written communications are considered to be official.

8.6

CONFIDENTIAL DISCUSSIONS (IF APPLICABLE) If the State determines the need to hold Confidential Discussions, the State will evaluation team may meet with each Bidder for the purpose of discussing Draft Bids in detail. Confidential Discussions, if allowed, will be identified in Section 5.1.2, Key Action Dates. If Confidential Discussions are held, the State will notify the bidder three (3) business days prior to scheduling. The Bidder should bring to the discussion those persons who may be required in order to answer questions and to commit to changes. Bidder participation will be limited to five individuals. To the maximum extent practical, the Bidder will address the major concerns of the evaluation team as may be expressed in the discussion agenda and any attachments thereto, and should be prepared to answer questions and discuss each of the agenda items.

67 11/26/2013 11:11 AM

p. 243

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 1 – General Instructions

The primary purpose of Confidential Discussions is to allow the State and Bidder to frankly discuss the State’s requirements and the Bidder’s response to those requirements with the goal being a responsive and responsible Final Bid submitted by the Bidder.

8.7

SECOND DRAFT BID (IF APPLICABLE) If, at the conclusion of the Confidential Discussion, the State determines that required and agreed-to changes can only be fully confirmed through the submission of a revised draft Bid, the State may require the submission of a revised draft Bid consisting only of those pages which were in doubt or a complete resubmittal. Similarly, if the Bidder wishes confirmation that the changes the Bidder intends to make, are acceptable to the State, the Bidder may request and receive permission, if the time permits, to submit a revised draft Bid within a reasonable time after the conclusion of the Confidential Discussion. In either event, the State will advise the Bidder as to the acceptability of the revised draft Bid, or may schedule another discussion period, if in the State's opinion, such a discussion is desirable. If the State finds it necessary, the State may call for revised Draft Bid submittals, or portions thereof. The Bidder will be notified of defects discovered in these submittals as well. The State will not provide any warranty that all defects have been detected and that such notification will not preclude rejection of the Final Bid if such defects are later found.

8.8

FINAL BID EVALUATION 8.8.1 Bid Opening and Validation Check All proposals received by the date and time specified in Section 5.1.3, Key Action Dates shall be opened and evaluated. Volume 2 – Cost shall remain sealed until the evaluation of administrative, technical and business requirements is completed. The proposals will be checked for the presence of proper identification and the required information in conformance with the proposal format and submissions requirements identified in Section 6, Bid Format and Submission Requirements. Absence of required information may deem the proposal non-responsive and may be cause for rejection. Unsealed cost proposals may be rejected.

8.8.2 Validation Against Requirements The State will check each proposal in detail to determine its compliance to the IFB requirements. The State reserves the right to determine if the bidder’s response to a requirement, as detailed in their description and/or supporting documentation, supports or contradicts the bidder’s claim of intended compliance. If a proposal fails to meet an IFB mandatory or mandatory optional requirement, the State will determine if the deviation is material, as defined in Section 5.2, Bidding Rules. A material deviation is cause for rejection of the proposal. A material deviation cannot be waived. During the evaluation of the bidder proposals, the State Evaluation Team may request that the bidder clarify any area of the proposal that the State Evaluation Team determined to be 68 11/26/2013 11:11 AM

p. 244

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 1 – General Instructions

unclear. However, this request for clarification will not be an opportunity for the bidder to change their proposal.

8.8.3 Errors in the Final Bid An error in the Final Bid may cause the rejection of that Bid; however, the State may at its sole option retain the Bid and make certain corrections. In determining if a correction will be made, the State will consider the conformance of the Bid to the format and content required by the IFB, and any unusual complexity of the format and content required by the IFB. 1. If the Bidder's intent is clearly established based on review of the complete Final Bid submittal, the State may at its sole option correct an error based on that established intent. 2. The State may at its sole option correct obvious clerical errors. 3. The State may at its sole option correct discrepancy and arithmetic errors on the basis that if intent is not clearly established by the complete Bid submittal, the Master Copy shall have priority over additional copies, the Bid narrative shall have priority over the Contract, the Contract shall have priority over the cost sheets, and within each of these, the lowest level of detail will prevail. If necessary, the extensions and summary will be recomputed accordingly, even if the lowest level of detail is obviously misstated. The total price of unit-price items will be the product of the unit price and the quantity of the item. If the unit price is ambiguous, unintelligible, uncertain for any cause, or is omitted, it shall be the amount obtained by dividing the total price by the quantity of the item. 4. The State may, at its sole option, correct errors of omission, and in the following four situations, the State will take the indicated actions if the Bidder's intent is not clearly established by the complete Bid submittal. a. If an item is described in the narrative and omitted from the Contract and cost data provided in the Bid for evaluation purposes, it will be interpreted to mean that the item will be provided by the Bidder at no cost. b. If a minor item is not mentioned at all in the Final Bid and is essential to satisfactory performance, the Bid will be interpreted to mean that the item will be provided at no cost. c. If a major item is not mentioned at all in the Final Bid, the Bid will be interpreted to mean that the Bidder does not intend to supply that item. d. If a major item is omitted, and the omission is not discovered until after Contract award, the Bidder shall be required to supply that item at no cost. The determination of whether an item is minor or major is the responsibility of the State.

69 11/26/2013 11:11 AM

p. 245

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 1 – General Instructions

5. If a Bidder does not follow the instructions for computing costs not related to the Contract, if any, (e.g., State personnel costs), the State may reject the Bid, or at its sole option, re-compute such costs based on instructions contained in the IFB. If the re-computations or interpretations, as applied in accordance with this section, result in significant changes in the amount of money to be paid to the Bidder (if awarded the Contract) or in a requirement of the Bidder to supply a major item at no cost, the Bidder will be given the opportunity to promptly establish the grounds legally justifying relief from its Bid. 6. It is absolutely essential that Bidders carefully review the cost elements in their Final Bid, since they will not have the option to correct errors after the time for submittal of the Final Bids. 7. The State may request clarification of items in the Bidder’s response if the meaning is not clear to the State. Responses to requests for clarification must be confirmed in writing by the Bidder as instructed by the State’s Procurement Official at the time of the request.

8.8.4 Evaluation Steps of Required Information Bids must be complete and contain all requirements as identified in Section 6.6, Bids. A Final Bid may be rejected if it is conditional or incomplete, or if it contains any alterations of form or other irregularities of any kind. A Final Bid may be rejected if any such defect or irregularity constitutes a material deviation from the IFB requirements. A material deviation is cause for rejection of the proposal. A material deviation cannot be waived.

1. Evaluation of Administrative Requirements Part 1 (Pass/Fail) The State will review the Bidder’s submitted Cover Letter, Attachment 3, Response to Administrative Requirements, and all other mandatory Attachments, to determine whether the Bid contains valid responses to all of the Requirements set forth in this IFB. A valid response must be provided for all requirements. If a Bid lacks a valid response to any requirement, it may be considered nonresponsive and may be rejected.

2. Evaluation of Business / Technical Requirements Part 2 (Pass/Fail) The State will review the Bidder’s response to the Technical Requirements and Business Requirements in Part 2, Appendix A and B, to determine whether the Bid contains valid responses to all of the mandatory and mandatory optional Technical Requirements. If a Bid lacks a valid response to any requirement, it may be considered nonresponsive and may be rejected.

70 11/26/2013 11:11 AM

p. 246

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 1 – General Instructions

a. Evaluation of Bidders and Staff Qualifications Requirements (M) (Pass/Fail) The State will review the Bidder’s response to the Bidders and Staff Qualifications Requirements to validate the responses to all of the mandatory Bidder and Staff Requirements. If a Bid lacks a valid response to any requirement, it may be considered nonresponsive and may be rejected. b. Bidder Qualification Requirements (M) (Pass/Fail) Bidders must complete and submit as part of the bid response, Attachment 13 – 13A, Bidder Qualification Summary Form, to confirm that the Bidder’s experience meets all the minimum requirements in Table 11. It is incumbent on the Bidder to provide a “Yes or No” response for the State to evaluate the Bidder’s ability to meet the requirements and perform the services as described in this IFB. Bidders must provide separate Attachment xxx, Bidder Qualification Summary Forms for every project used to meet the minimum level of required experience. Bidders May use one or multiple projects to meet the total experience required for each Mandatory requirement. A SEPARATE SUMMARY FORM MUST BE COMPLETED FOR EACH PROJECT CITED. Experience must have started within five (5) years prior to the IFB release date.

Table 11 Bidder Qualification Requirements Item Number 1

2

3

4

5

6

(A)Total Experience Requirement Experience must demonstrate that the bidder has successfully implemented and maintained OHAS, within the last five (5) years. Experience must have been for a minimum of one (1) year on one project. Experience must demonstrate that the bidder has successfully implemented MPLS and SIP networking multiple PBX systems over 20 locations (federal, state, local or county), within the last five (5) years. Experience must have been for a minimum of three (3) year on one project. Experience must demonstrate that the bidder has successfully implemented a large scale centralized Voice Mail System with over 20,000 users within the last five (5) years. Experience must have been for a minimum of three (3) year on one project. Experience must demonstrate that the bidder successfully implemented and maintained a large scale enterprise supporting centralized automated attendant system with over 20 locations. Experience must have been for a minimum of must threehave (3) year on one project. Experience demonstrated implementation and maintaining a large scale enterprise supporting centralized call accounting with over 20 locations. Experience must have been for a minimum of one (3) year on one project. Experience must demonstrate that the bidder has worked with customers in Law Enforcement or Correctional Facility environments. Experience must have been for a minimum of one (1) year on one project.

71 11/26/2013 11:11 AM

p. 247

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 1 – General Instructions

c. Bidder References (M) (Pass/Fail) Bidders must complete and submit as part of the bid response, Attachment 14, Bidder Qualifications Reference Form, for each of the projects cited on each corresponding Attachment 13A, Bidder Qualification Summary Form. References may be contacted to validate submitted responses and scoring will be awarded based on Pass/Fail in accordance with Section 8, EVALUATION. References must be external to a Bidder’s organization and corporate structure. References that are returned with an unsatisfactory rating will be cause for rejection of the bid. References from the CDCR Evaluation team may not be used to satisfy this requirement. Failure to provide verifiable references may cause the Bid to be rejected. The purpose of the Bidder Qualifications Reference Form requirement is to provide the State the validation of the Bidder’s Qualification Summary Form. References must include all information required on Attachment 13A, Bidder Qualifications Reference Form. Attachment 14, Bidder Qualification Reference Form, must be completed in its entirety, signed, and dated by a client reference contact that performed a management or supervisory role on the reference project to be considered responsive. The Attachment 14, Bidder Qualification Reference Forms must be returned to the Bidder for submission with the bid. Photocopies will be accepted as long as the form, response, and signature are legible. No information corrections or changes may be made on the reference form by the Bidder. Forms with alterations or changes to the entered information may be rejected. d. Staff Qualifications (M) (Pass/Fail) Bidder is fully responsible for all necessary staffing resources to successfully implement CTEN within the agreed upon schedule and to perform to the standards set forth in Appendix A, Technical Requirements and Appendix B, Business Requirements. A minimum of six (6) Contractor staff are required to fill the roles required by the Statement of Work as displayed in Part 2, Section XXX. Bidders must complete and submit as part of the bid response Attachments 18A through 18F, Staff Qualification Summary Forms, the Bidder must provide complete information to confirm that each of the six (6) proposed staff possess the experience and qualifications as specified in the Staff Qualification Summary Forms,. Bidders may cite as many projects as required for the proposed staff to meet the requirements. Each cited project for each staff must be submitted separately on Attachments 18A – 18F, Staff Qualification Summary Forms. Proposed staff must meet all of the mandatory minimum experience qualification requirements. References may be contacted to verify staff’s experience qualification information. References must be external to a Bidder’s organization and corporate structure. References from the CDCR Evaluation team may not be used to satisfy this requirement.

72 11/26/2013 11:11 AM

p. 248

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 1 – General Instructions

e. Staff Qualification Requirements (M) (Pass/Fail) Proposed staff must meet all of the mandatory minimum qualification requirements. All experience used to meet the minimum must have occurred within the last five (5) years prior to the IFB release date, unless stated otherwise. The same resource may not be assigned to meet multiple roles. The Staff are necessary to perform the following services as list in Appendix A, Technical Requirements and Appendix B, Business Requirements. The Bidder’s shall fill out Attachment 18A – 18F: Staff Qualification Summary Form that shall confirm they have the staff resources to meet the CDCR requirements.

Full-Time/Part-Time Month Equivalents Definition (M) (Pass/Fail)

f.

For each experience requirement (marked by “x”) that is met by the Staff person’s work on the referenced project, specify the number of full-time month equivalents experience that the Staff person accrued on the referenced project. For each period in which the Staff person performed work applicable to the claimed experience for a minimum of twenty (20) work days of a minimum total of 140 hours (the minimum required to represent working full-time), the Staff accrues one (1) full-time month equivalent experience. To calculate and report the fulltime month equivalents experience for Staff who worked part-time (partial) on a referenced project, use the following calculation: If the Staff worked half (½) time on a referenced project, experience should be pro-rated to one-half (½) or 0.5 month full-time month equivalent experience for each period in which the staff person worked a minimum of seventy (70) hours over twenty (20) State Business Days in a month. For each experience requirement that the Staff’s work on a referenced project addresses, report the total number of full-time month equivalents’ experience the Staff’s work represents using the calculations described above, which depend upon the time period (calendar period) during which the Staff worked on the referenced project and whether he/she worked on a fulltime or some other basis. g. STAFF QUALIFICATION REFERENCE FORM (M) (Pass/Fail) Bidders must complete and submit as part of the bid response, Attachments 26A – 26F, Staff Qualification Reference Forms, to validate that the staff experience meets the minimum requirements in Tables XXX. The Bidder must submit a completed Staff Qualification Reference Form for each project cited in Attachments 26A – 26F. It is

incumbent on the Bidder to provide a “Yes or No” response for the State to evaluate the Bidder’s ability to meet the requirements and perform the services as described in this IFB. References may be contacted to validate submitted responses and evaluated on a Pass/Fail basis in accordance with Section 8, EVALUATION. References must be external to a Bidder’s organization and corporate structure.

73 11/26/2013 11:11 AM

p. 249

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 1 – General Instructions

Failure to provide verifiable references may cause the Bid to be rejected. The purpose of the Staff Qualification References Form requirement is to provide the State the ability to validate the Staff Qualification Summary Form. References must include all information required on Attachments 26A-26F, Staff Qualification Reference Forms. Attachments 26A – 26F must be completed in their entirety, signed, and dated by a client reference contact that performed a management or supervisory role on the referenced project to be considered responsive. Photocopies will be accepted as long as the form, response, and signature are legible. No information corrections or changes may be made on the staff reference forms. Forms with alterations or changes to the entered information may be rejected.

3. Evaluation of Cost Worksheets Part 2, Appendix C, Appendix C1- Cxxx(lowest net cost) Bidders who have been deemed responsive and responsible and have also successfully passed all Administrative, Business, and Technical requirements will then have their costs opened and evaluated. The grand total of all amounts on Part 2, Appendix C and C1-Cxxx Cost Worksheets, will be used to determine the lowest net cost to the State after applying any preferences or incentives. The required cost forms and schedules will be calculated for a grand total of all Cost Worksheets (Appendix C Grand Total Summary Page) to determine the lowest net cost to the State after applying any preferences or incentives. The forms will be checked for mathematical accuracy. Errors and inconsistencies will be dealt with according to procedures contained in Section 8.4.3 Errors in the Final Bid. Adjustments will be made for the purpose of evaluation in accordance with procedures described in Part 1, Section 7, Cost.

4. Applicable Preferences and Incentives The following preferences and Incentive will be applied to the applicable evaluation criteria before selection is announced. SB Preference Per Government Code, Section 14835, et seq., bidders who qualify as a small business will be given a five percent (5%) preference for contract evaluation purposes only. A 5% preference will be awarded to a California-certified Small Business. If the small business preference is applied to a California-certified Small Business’ Total the following formula will be utilized: (Lowest Responsive Responsible Bidder Net Cost) x 5% = Small Business Preference If after applying the small business preference, and a small business has the highest score, no further preferences would be applied as the small business cannot be displaced from the highest score position by application of any other preference (this does not apply to the DVBE incentive). The rules and regulations of this law, including the definition of a small

74 11/26/2013 11:11 AM

p. 250

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 1 – General Instructions

business for the delivery of goods and services are contained in the California Code of Regulations, Title 2, Section 1896, et seq. and can be viewed online at: http://www.documents.dgs.ca.gov/pd/smallbus/SBRegulations.pdf

a) Non-Small Business Preference If a non-small business is subcontracting with a certified small business for 25% or more of the value of the resulting contract, the non-small business would receive the same 5% preference as described above in SB Preference. b) DVBE Incentive In accordance with MVC section 999.5(a), an incentive will be given to bidders who provide DVBE participation. For contract award evaluation purposes only, the State shall apply an incentive to bids that include California-certified DVBE participation. The maximum incentive for this procurement is five (5) percent of the total available points. Incentive points are awarded based on the amount of DVBE participation obtained, according to the matrix below.

TABLE 12 DVBE INCENTIVES Confirmed DVBE Participation of:

DVBE Incentive:

5% and above inclusive

5%

4% to 4.99% inclusive

4%

3.01% to 3.99% inclusive

3%

c) Example Lowest Cost Bid with Incentive calculation for low cost award For purposes of the example, bidders listed with a certified status are deemed eligible for the preference or incentive. DVBE = bidder is eligible for the DVBE incentive; SB = prime is a small business; MB = prime is a microbusiness; SB/NVSA = prime is a small business nonprofit veteran service agency; NS = non-small business prime claiming preference due to qualifying subcontractors.

75 11/26/2013 11:11 AM

p. 251

State of California

Bid IFB 13-001

State of California Department of Corrections and Rehabilitation

IFB 13-001 Part 1 – General Instructions

TABLE 13 EXAMPLE INCENTIVES CALCULATION Example – Incentive Calculation Bidder

A

B

C

D

Responsive and responsible to all Administrative, Business, and Technical Requirements

Pass

Pass

Pass

Fail

Eligible preference

None

SB

MB

MB

Eligible DVBE incentive

None

3%

5%

None

Net bid price

$8100

$8150

$8300

Did not open Cost

Rank

1

2

3

N/A

Preference amount

None

$405

$405

N/A

Subtotal

$8100

$7745

$7895

N/A

Rank

3

1

2

N/A

Incentive percentage

None

3%

5%

N/A

Incentive amount

None

$243

$405

N/A

Evaluated bid price

$8100

$7502

$7490

N/A

Final rank

3

2

1

N/A

Shows Competitive Range

d) Adjustment of Costs for TACPA In evaluating bids, the State will give preferences in accordance with the law for Bidders who are California home based and who successfully claim preferences under the TACPA by completing and returning the appropriate forms described in Part1, Section 5.1.18. Where multiple preferences are claimed, the State will verify eligibility for the preferences and evaluate and apply preferences in accordance with laws and established procedures. 5. The lowest Total Net Cost with Preferences and Incentives The lowest Total Net Cost with Preferences and Incentives will determine the lowest Total Net

Cost Bidder, in this example, Bidder C. In the example above, Bidders A, B, and C meet the competitive range and will be eligible to participate in the Negotiation Process with the State. Bidder D was deemed non-responsive and is not eligible to participate in Negotiation Process with the State.

76 11/26/2013 11:11 AM

p. 252

State of California

State of California Department of Corrections and Rehabilitation

8.9

Bid IFB 13-001

IFB 13-001 Part 1 – General Instructions

PROCEEDING TO NEGOTIATIONS

At the discretion of the State, The top 3 lowest net cost compliant bidders will be considered in the competitive range and will be eligible to participate in the Negotiation Process (Section 5.6). At the discretion of the State, the State may invite bidder(s) to participate in the Negotiation Process under Option 1 or Option 2 below in Part 1, Section 8.10 Negotiations and Invitation:

8.10

NEGOTIATION PROCESS AND INVITATION The State will conduct negotiations under PCC §6611. Only responsive and responsible Bidders passing the requirements identified in Final Bid Evaluation, of this proposal will be eligible to participate in the Negotiation Process. The Negotiation Process allows the State and Bidder an opportunity to discuss items that could, in the State’s opinion enhance the Bidder’s Bid and potential for award. The Negotiation Process is not intended to allow a Bidder to completely rewrite their bid. The negotiations are exchanges between the State and the Bidder, which are undertaken with the intent of allowing the Bidder to revise their Final Proposal only in areas determined by the State during the Negotiation Process. Negotiations will be conducted either orally or in writing. These negotiations may include bargaining, such as persuasion, alteration of assumptions and positions, and give and take. The State may discuss any aspect of the Bidder’s bid that could, in the opinion of the State, be altered or explained to materially enhance the proposal’s potential for award. However, the State is not required to discuss every area where the Bidder’s proposal could be improved. The scope and extent of negotiation exchanges are the matter of the State’s judgment. All aspects of the Bidder’s bid are confidential until after the issuance of the Notification of Award.

8.10.1 Negotiation Invitation Bidder(s) will be notified in writing: (1) that the State is initiating negotiations pursuant to Public Contract Code 6611(a); (2) the general purpose and scope and Option 1 or 2 (see Options stated herein) of the negotiations; (3) the anticipated schedule for the negotiations; and (4) the procedures to be followed for negotiations. At the discretion of the State, The top 3 lowest Total Net Cost Compliant Bidders will be considered in the competitive range and will be eligible to participate in the Negotiation Process (Section 8.6). At the discretion of the State, the State may invite bidder(s) to participate in the Negotiation Process under Option 1 or Option 2 below: Option 1

77 11/26/2013 11:11 AM

p. 253

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 1 – General Instructions

The State will invite and proceed with negotiations with the top lowest Total Net Cost Compliant Bidder and may be awarded a contract. If the State cannot come to an agreement with the top lowest Total Net Cost Compliant Bidder, the State will determine the bidder disqualified and will invite and proceed with negotiations with the next lowest net cost compliant bidder. This bidder negotiation selection process will continue until the State completes negotiations with the final selected bidder and may be awarded a contract. Or Option 2 The State will invite and proceed with only price negotiations with all top 3 lowest Total Net Cost Compliant Bidders. Proposals will be re-evaluated and the Bidder with the lowest Total Net Cost bid may be awarded a Contract. Confirmation of Attendance: Bidder(s) who have been invited to participate in negotiations must confirm attendance, in accordance with the invitation instructions, within two (2) State Business Days of invitation.

8.10.2 Best and Final Offer Submission At the conclusion of negotiations, the State may request a Best and Final Offer (BAFO) submission. The intent of the BAFO is to clarify and document understandings reached during negotiations. The State will establish a date and time for receipt of BAFOs based on when the Bidder’s BAFO negotiations occur. A Bidder’s BAFO is an irrevocable offer for 120 calendar days following the scheduled date for Submission of a BAFO. A Bidder may extend the offer in the event of a delay in contract award. BAFOs must be submitted to the location identified in Section Final Bids, Procurement Official, by the specific date and time that will be communicated to each Bidder individually in writing. The BAFO submission must address the following: 1) A Supplemental Proposal containing every negotiated/revised section(s) of the Bidder’s original final proposal, any other revised area specifically required by the State to be included in the BAFO, and revisions made necessary in accordance therewith. 2) The Supplemental Proposal must include all changes made to negotiated section(s) of the Bidder’s original final proposal in Tracked Changes. Changes to the Bidder’s original final proposal that are not tracked in the Supplemental Proposal or otherwise identified, may result in rejection of the Bid or cause for termination of the Contract.

78 11/26/2013 11:11 AM

p. 254

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001 Part 1 – General Instructions

3) An Executive Summary must accompany the Supplemental Proposal, identifying a list of all changes (other than non-substantive changes to formatting, punctuation and grammar) that have been made to the Bidder’s original final proposal. The Bidder must include and attest to the following statement within the Executive Summary: “This Best and Final Offer (BAFO) is in response to IFB 13-001and the changes identified in this executive summary represent all changes made to [Bidder’s name] Final Proposal previously submitted to the State. Any substantive change not included in this list is non-operative, non-binding and will not be considered a part of the [Bidder’s name] BAFO.”

8.11

EVALUATION OF BAFOS

The State will evaluate the BAFOs, based on topics negotiated. The State will document the evaluation process (i.e., the Evaluation and Selection Report) in accordance with the evaluation selection criteria.

8.12

SELECTION AND AWARD

Upon completion of evaluation of the BAFOs, the basis for selection and award will be a result of lowest net cost after Best and Final Offers (BAFO). During the evaluation of the bids, the CDCR has the right to require a prospective Bidder's representatives to answer questions with regard to the bids submitted. Failure of a prospective Bidder to demonstrate that the claims made in its bid are in fact true may be sufficient cause for deeming a bid to be materially in non-compliance with the requirements of the IFB. The State reserves the right at any time to reject any or all proposals.

9

AWARD AND EXECUTION 9.1

AWARD OF CONTRACT Award of contract, if made, will be in accordance with Section 8, Evaluation, to the responsible Bidder whose Final Bid complies with all the requirements of the IFB documents and any addenda thereto, except for such immaterial defects as may be waived by the State. Award, if made, will be made within 120 calendar days after the scheduled date for Contract Award specified in Section 5.1.3, Key Action Dates; however, a Bidder may extend the offer beyond 120 days in the event of a delay of Contract Award. The State reserves the right to determine the successful Bidder either on the basis of individual items or on the basis of all items included in its IFB, unless otherwise expressly provided in the State’s IFB. The State reserves the right to modify or cancel the IFB in whole or in part.

79 11/26/2013 11:11 AM

p. 255

State of California

State of California Department of Corrections and Rehabilitation

9.2

Bid IFB 13-001

IFB 13-001 Part 1 – General Instructions

NOTIFICATION OF AWARDS Upon completion of the State’s evaluation of a Bidders’ offers and determination of selection of the Bidder who is qualified for award, the State will publish a written “Notification of Award” to all Bidders who have submitted a Final Bid. Publication shall be by posting the notice in the public lobby, 2nd Floor of the Procurement Official’s location and by email. Once the Notification of Award is posted, the Master Copy of all Final Bids and the State’s evaluation worksheets shall become public record. Bidders and the public may contact the Procurement Official identified in Section 2.1.1 to gain access to the documents. All materials submitted in response to this IFB become the property of the State of California upon submission and will not be returned to the Bidder. Submitted material that meets the State’s legal definition of confidential will not become public record. This confidential information (such as confidential financial information submitted to show Bidder responsibility) may be returned to the Bidder at the State’s option at the request of the Bidder.

9.3

PROTESTS OF AWARDS This procurement process does not include any provisions to protest either the process or resulting contract award. However, pursuant to Public Contract Code Section 6611(d), an unsuccessful Bidder may file a petition for a writ of mandate in accordance with Section 1085 of the Code of Civil Procedure. The venue for the petition for a writ of mandate will be Sacramento, California.

9.4

DEBRIEFING At the State’s sole option, a debriefing may be held after Contract Award at the request of any Bidder for the purpose of receiving specific information concerning the evaluation. The discussion will be based primarily on the technical requirements and cost evaluations of the Bidder’s Final Bid. A debriefing is not the forum to challenge the IFB specifications, requirements, or award.

9.5

AUTHORIZATION TO EXECUTE AGREEMENT Awarded Contracts signed by the Contractor shall not become effective until signed by the Agency and approved by the Department of Technology, Statewide Technology Procurement Division.

10

ATTACHMENTS For all attachments to this IFB refer to Part 2.

80 11/26/2013 11:11 AM

p. 256

State of California

STATE OF CALIFORNIA

Bid IFB 13-001

EDMUND G. BROWN JR., Governor

CALIFORNIA DEPARTMENT OF TECHNOLOGY P.O. BOX 1810 Rancho Cordova, CA 95670

November 25, 2013

RE: INVITATION TO BID (IFB) 13-001 CONVERGED TELEPHONY ENTERPRISE NETWORK (CTEN) FOR DEPRTMENT OF CORRECTIONS AND REHABILITATION (CDCR) The State is formally issuing CDCR CTEN IFB 13-001. As part of the Draft Bid for Comments conducted on November 1, 2013 and further additional State analysis, the State modified the IFB Sections. The matrix below contains high level overview of sections revised; IFB Section Part 1 Part 2 Appendix A Appendix B Appendix C and C1-Cxxx

Change Updated globally to reflect Lowest Cost - Pass/Fail Methodology Updated globally to reflect Lowest Cost - Pass/Fail Methodology Updated globally to reflect Lowest Cost - Pass/Fail Methodology Updated globally to reflect Lowest Cost - Pass/Fail Methodology Updated globally to reflect Lowest Cost - Pass/Fail Methodology

Note: IFB sections including Bill of Materials (BOM) will be updated by an upcoming Addendum. The Bidder must refer to the Bidders’ Library for information pertinent to this IFB. In order to access the Bidder Library, the Bidder must submit a Part 2, Confidentiality Statement, Attachment 2. Bidder’s Library instructions may be found in Part 2, Attachment 19. If you have any questions, please call me at (916) 431-5068 or [email protected] .

Thank you,

Tiffany Angulo Tiffany Angulo Procurement Analyst California Department of Technology Statewide Technology Procurement Division

11/26/2013 11:11 AM

p. 257

State of California

Bid IFB 13-001

Appendix C Total Cost Summary Page. The Total Cost Summary page is the total cost of the Bidders proposal for the CTEN solution. Each section with totaled within this page and will be used for cost evaluation purposes. The number of service hours and parts is purposes. The CDCR makes no commitment to contract for any Mandatory Optional items. These rates are for t any optional years. Please be advised a bidder shall complete the entire Appendix C and C1 in its entirety. A Bi Worksheets shall be deemed nonresponsive.

NOTE: AVAYA Price Book Catalog and Anciliary Cost Mandatory Optional are evaluated on a Pass/Fail basis a evaluation purposes. Category CORE

Location Appendix C-1

PBX

Appendix C

OHAS

11/26/2013 11:11 AM

p. 258

State of California

Bid IFB 13-001

On Site Maintenance

Anciliary Cost Mandatory Optional Call Accounting Commonly Used Components AVAYA Price Book Catalog PBX ISM License Sharing Contractor Hourly Rates

11/26/2013 11:11 AM

p. 259

State of California

Bid IFB 13-001

f the Bidders proposal for the CTEN solution. Each section within Appendix C and C1 is grand evaluation purposes. The number of service hours and parts is estimated only for evaluation ontract for any Mandatory Optional items. These rates are for the duration of the contract and hall complete the entire Appendix C and C1 in its entirety. A Bidders failure to complete the

Cost Mandatory Optional are evaluated on a Pass/Fail basis and pricing is not required for

Description Core I HW/SW Cost Mandatory

Quantity Sub-Total

Core II HW/SW Cost Mandatory Core I HW/SW Installation Cost Mandatory Core II HW/SW Installation Cost Mandatory Core I Maintenance Unit Cost Mandatory Core II Maintenance Unit Cost Mandatory Avaya PBX HW/SW Installation- Mandatory Avaya PBX HW/SW Installation- Mandatory/Optional Avaya PBX HW/SW- Mandatory/Optional Avaya PBX HW/SW - Installation Mandatory/Optional Avaya PBX HW/SW Installation 10% Wired For- Mandatory Optional Avaya PBX HW/SW Installation 20% Wired For- Mandatory Optional PBX Maintenance Per Port Maintenance Cost Mandatory PBX Maintenance Per Port Maintenance Cost Mandatory per year Avaya Pass Basic 1 Year Mandatory Avaya Pass Basic 3 Year Mandatory Avaya Pass Plus 1 Year Mandatory Optional Avaya Pass Plus Plus 3 Year Mandatory Optional Red Phoenix OHAS HW/SW Mandatory Optional Red Phoenix OHAS HW/SW Installation Mandatory Optional Red Phoenix OHAS SW Assurance Mandatory 5 year

11/26/2013 11:11 AM

p. 260

State of California

Bid IFB 13-001

Red Phoenix OHAS SW Assurance Mandatory Optional 1 year PBX Per Port Maintenance Cost with On Site Technician Mandatory Optional Per port maintenance cost with on site yearly cost mandatory optional On site maintenance per year 20 hour week basis madatory optional On site maintenance per year 40 hour week basis madatory optional Anciliary Telecommunication Products (Pricing not required for evaluation purposes). Enterprise Call Accounting System Mandatory Enterprise Call Accounting Options Mandatory Optional Equipment that CDCR frequently procures AVAYA Price Book Catalog Mandatory Optional (Pricing not required for evaluation purposes). PBX ISM License Sharing Standard Labor Rate Premium Labor Rate

11/26/2013 11:11 AM

p. 261

State of California

11/26/2013 11:11 AM

Bid IFB 13-001

p. 262

State of California

11/26/2013 11:11 AM

Bid IFB 13-001

p. 263

State of California

11/26/2013 11:11 AM

Bid IFB 13-001

p. 264

State of California

11/26/2013 11:11 AM

Bid IFB 13-001

p. 265

State of California

11/26/2013 11:11 AM

Bid IFB 13-001

p. 266

State of California

11/26/2013 11:11 AM

Bid IFB 13-001

p. 267

State of California

11/26/2013 11:11 AM

Bid IFB 13-001

p. 268

State of California

11/26/2013 11:11 AM

Bid IFB 13-001

p. 269

State of California

11/26/2013 11:11 AM

Bid IFB 13-001

p. 270

State of California

11/26/2013 11:11 AM

Bid IFB 13-001

p. 271

State of California

11/26/2013 11:11 AM

Bid IFB 13-001

p. 272

State of California

11/26/2013 11:11 AM

Bid IFB 13-001

p. 273

State of California

11/26/2013 11:11 AM

Bid IFB 13-001

p. 274

State of California

11/26/2013 11:11 AM

Bid IFB 13-001

p. 275

State of California

Bid IFB 13-001

INSTRUCTIONS: This section is Mandatory Optional (MO). The bidder shall price OHAS components as referenced in Rows 4 - 12. Bidders shall be required to price a five-year software assurance plan below to replace the existing DTI OHAS.. The bidder shall price OHAS software Assurance for 33 existing systems for 5 years. Bidder shall provide 1 year optional Software Assurance for 33 existing systems. Bidder shall provide 1 year optional Software Assurance for 5 new systems. Part Number OHAS-HW OHAS-R-HW OHAS-SW** OHAS-R-SW** Sally

Item Description

Price Each

PC hardware, telephony integration board, flat panel monitor, cable assembly, Win XP PC hardware, communication board, flat panel monitor, Sally Port speaker, tractor feed printer, cable assembly, Win XP Off Hook Alarm System software for digital set and cut cord monitoring Off Hook Alarm System software for digital set and cut cord monitoring for Remote Alerting Sally Port speaker for integration with OHAS software

Short haul modems (2) for PBX login connectivity Tractor line feed printer for OHAS Annual Software Assurance contract. Includes minor software releases and 9-5, CST, remote telephone support, remote dial up OHAS-SW-Maint support OHAS Install OHAS installation Shm-b OHAS-Printer

TOTAL

Part Number

Annual Software Assurance

Price for 33 systems

Annual Software Assurance contract. Includes minor software releases and 9-5, CST, remote telephone support, remote dial up OHAS-SW-Maint support for 33 systems

Part Number

Annual Software Assurance

Price for 33 systems

Annual Software Assurance contract. Includes minor software releases and 9-5, CST, remote telephone support, remote dial up OHAS-SW-Maint support for 33 systems

Part Number

Annual Software Assurance

Price for 5 systems

Annual Software Assurance contract. Includes minor software releases and 9-5, CST, remote telephone support, remote dial up OHAS-SW-Maint support for 33 systems

11/26/2013 11:11 AM

p. 276

State of California

Bid IFB 13-001

ce OHAS components as assurance plan below to ars.

Qty

Total

5 5 5

5 5 5 5

5

Qty Total Years 5

Qty Total Years 1

Qty Total Years 1

11/26/2013 11:11 AM

p. 277

State of California

Bid IFB 13-001

INSTRUCTIONS: This section is Mandatory Optional (MO). The bidder shall provide hourly labor rates fo in Standard Hourly Labor Column and Premium Hourly Labor Column. 1. Standard Labor is defined as labor performed during the principal shift (6:00 a.m. to 5:00 p.m., Monday excluding State holidays). 2. Premium Labor is defined as a premium rate in lieu of the standard rate. It shall apply for hours that ar standard labor. 3. These rates are for the duration of the contract and any optional years QTY Training PBX Technician Network Technician PBX Engineer VoIP Engineer Network Engineer Solution Architect Project Manager

Total

11/26/2013 11:11 AM

200 200 200 200 200 200 200 200

Standard Hourly Labor Premium Hourly Labor 0 0 0 0 0 0 0 0

0 0 0 0 0 0 0 0

0

0

p. 278

State of California

Bid IFB 13-001

shall provide hourly labor rates for the following resources

t (6:00 a.m. to 5:00 p.m., Monday through Friday,

te. It shall apply for hours that are not considered

s

11/26/2013 11:11 AM

p. 279

State of California

Bid IFB 13-001

INSTRUCTIONS: This section is Mandatory Optional (MO). The bidder shall enter the MSRP in column E; then enter Yes or No in column F which indicates the bidder agrees to a 25% or greater discount off MSRP for the duration of the contract and any optional years. An entry of No in column F ( % off of MSRP >25%) Y/N will be considered a mandatory deviation and will disqualify the bidder.

Manufacturer

Part Number

Description

3M 3M 129351 NORDX/CDT or equal optical fiber patch cord, 62.5/125 micron multimode 3M 3M 151988 NORDX/CDT or equal optical fiber patch cord, 8.3/125 micron single mode Adtran 1203022L1 T1 CSU ACE (3rd Gen) Adtran 3196027 DB-15 to RJ45 T1 Adapter Adtran 1903022L1 12-Volt Power Supply Round Connector Adtran 1200412G1 HRM-2SA Shelf Adtran 1204025L1 T1 ESF CSU ACE (4th Gen) Adtran 1200411L1 HRM-1MA Shelf Allen Tel Outdoor Housings XX Colors: 00-Black; 02-Red; 04-Yellow; 14-Grey; 13-Beige Allen Tel GB6500AC-A Handset assembly for GTE coin telephone set equipped with 29” armored cord with 3” lead Allen Tel GB6500AC-C AT&T and Northern GB6500AC-C Northern Telecom coin telephone sets 29” armored cord with 8” lead Allen Tel GB6500HB-A Same as GB6500AC-A except equipped with blue grommet Allen Tel GB6500HB-C Same as GB6500AC-C except equipped with blue grommet Allen Tel GBG3AL-00 Handset assembly for 10 and 20 type AT&T coinless telephone sets. Equipped with blue grommet Allen Tel GBG3AM-00 30” high-stress stainless steel cable and blue grommet with cemented transmitter and receiver caps Allen Tel GBG3GTE-00 GTE 120 type coin telephone sets, 31.5” high-stress stainless steel cable and blue grommet Allen Tel GBH4DA-A For “G” type handset and GTE coin telephone sets. 29” armored cord Allen Tel GBH4DA-C For “G” type handsets and AT&T or Northern GBH4DA-C Telecom coin telephone sets. 29” armored cord Allen Tel GBH4DA-PM Adapter designed to mount an armored cord to a panel Allen Tel GBH4HS-PM Adapter designed for armored cords with high-stress cable Allen Tel GB10363 Handset weight Allen Tel GB10705 Blue grommet Identifies instruments equipped with hearing aid compatible receiver Allen Tel GB30152 Bracket for mounting a GBG3AM cord AT&T coin telephone set Allen Tel GB116 Electret transmitter Allen Tel GB117 Noise canceling transmitter Allen Tel AT327-25 Double plug 2-conductor (Tip, Sleeve) Plug Insert Allen Tel GB478B-25 MODULAR PLUG Allen Tel GB10A Distribution Ring 2" Open End Allen Tel GB10B Distribution Ring 3"Open End Allen Tel GB10C Distribution Ring 5"Open End Allen Tel GB13A Distribution Ring 5" Allen Tel GB13B Distribution Ring 6" Allen Tel GB13C Distribution Ring 8" Allen Tel GB198A Backboard White Allen Tel GB198AM Backboard White Metal Allen Tel GB20 Distributing Post Allen Tel GB89D Mounting Bracket Allen Tel GB110BA6K-48 48 Pair Block with legs, includes labels 6 60 Allen Tel GB110BA6K-96 96 Pair Block with legs, includes labels 3 30 Allen Tel GB110BA6K-288 288 Pair Block with legs, includes labels 1 10 Allen Tel GB110BA6-48 48 Pair Low Profile w/o legs, includes labels 40 160 Allen Tel GB110BA6-96 96 Pair Low Profile w/o legs, includes labels 17 68 Allen Tel GB110BA6-288 288 Pair Low Profile w/o legs, includes labels 1 10 Allen Tel GB110BP6W-96 19” 96 Pair Wiring Panel, includes labels, 1 RU 1 10 Allen Tel GB110BP6-96 19” 96 Pair Panel, label holders, wire mgmt., 2 RU 1 15 Allen Tel GB110-C6-4 4 Pair Connector 10 100

11/26/2013 11:11 AM

QTY

MSRP

% off of MSRP >25% Y/N

CDCR Cost

1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1

p. 280

State of California

Bid IFB 13-001

INSTRUCTIONS: This section is Mandatory Optional (MO). The bidder shall enter the MSRP in column E; then enter Yes or No in column F which indicates the bidder agrees to a 25% or greater discount off MSRP for the duration of the contract and any optional years. An entry of No in column F ( % off of MSRP >25%) Y/N will be considered a mandatory deviation and will disqualify the bidder.

Manufacturer

Part Number

Description

Allen Tel Allen Tel Allen Tel Allen Tel Allen Tel Allen Tel Allen Tel Allen Tel Allen Tel Allen Tel Allen Tel Allen Tel Allen Tel Allen Tel Allen Tel Allen Tel Allen Tel Allen Tel Allen Tel Allen Tel Allen Tel

GB90H-00 GB90H-04 GB90H-02 GB59VD00 GB59VN00 GB59VS00 GB259V00 GB59VD02 GB59VN02 GB59VS02 GB259V02 GB59VD14 GB59VN14 GB59VS14 GB259V14 GB59VD-LH GB59VN-LH GB59VS-LH GB259V-LH GB25900D-XX GB25900N-XX

Outdoor housing only Black Outdoor housing only Gray Outdoor housing only Red Single line, pushbutton pulse (rotary dial)equipped with amplified receiver No dial, can be used with auto ringdowncircuits. Equipped with amplified receiver Single line, programmable single number dialer, equipped with amplified receiver Single line, pushbutton tone dial equipped with amplified receiver Single line, pushbutton pulse (rotary dial)equipped with amplified receiver No dial, can be used with auto ringdowncircuits. Equipped with amplified receiver Single line, programmable single number dialer, equipped with amplified receiver Single line, pushbutton tone dial equipped with amplified receiver Single line, pushbutton pulse (rotary dial)equipped with amplified receiver No dial, can be used with auto ringdowncircuits. Equipped with amplified receiver Single line, programmable single number dialer, equipped with amplified receiver Single line, pushbutton tone dial equipped with amplified receiver Telephone Set Less Housing (GB59VDXX) Telephone Set Less Housing (GB59VNXX) Telephone Set Less Housing (GB59VSXX) Telephone Set Less Housing (GB259VXX) Outdoor speakerphone, tone dial “Push to Operate "Switch and programmable disconnect Outdoor speakerphone, no dial, “Push to Operate” Switch and programmable disconnect

Allen Tel

GB25900SND-XX

Outdoor speakerphone, programmable single number dialer, “Push to Operate” Switch and programmable disconnect

Allen Tel Allen Tel Allen Tel Allen Tel Allen Tel Allen Tel Allen Tel Allen Tel Allen Tel Allen Tel Allen Tel Allen Tel Allen Tel Allen Tel Allen Tel Allen Tel Allen Tel Allen Tel Allen Tel Allen Tel Allen Tel Allen Tel Allen Tel Allen Tel

GB25900D-LH GB25900N-LH GB25900N-XX GB522VS GB252VD GB62247 GB2555 GB555SND GB306V GB306VN GB306VS GB275VXXF GB2765-XX-A GB750-L1 AT806-00 AT806-14 AT806-09 AT812-00 AT812-14 AT806-09 AT825-00 AT825-14 AT806-09 AT4CLC

Tel Set Less Housing Tel Set Less Housing Tel Set Less Housing Telephone set equipped with amplified receiver programmable, single number auto dialer. No outlet box Telephone set equipped with amplified receiver and push-button tone dial. No outlet box Outlet box option Speakerphone with tone dial, outlet box Speakerphone with outlet box, ringer Vandal resistant telephone Vandal resistant telephone No dial Vandal resistant telephone Equipped with programmable single number dialer Single line Galaxy telephone Galaxy speakerphone. Includes trim frame Wall can 8 1/2”W x 10 1/2”H x 3 3/8”D Full modular handset cord 6 ft. Full modular handset cord 6 ft. Full modular handset cord 6 ft. Full modular handset cord 8 ft. Full modular handset cord 8 ft. Full modular handset cord 8 ft. Full modular handset cord 12 ft. Full modular handset cord 12 ft. Full modular handset cord 12 ft. 4-conductor bulk line cordage 1000 ft.

11/26/2013 11:11 AM

QTY

MSRP

% off of MSRP >25% Y/N

CDCR Cost

1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1

p. 281

State of California

Bid IFB 13-001

INSTRUCTIONS: This section is Mandatory Optional (MO). The bidder shall enter the MSRP in column E; then enter Yes or No in column F which indicates the bidder agrees to a 25% or greater discount off MSRP for the duration of the contract and any optional years. An entry of No in column F ( % off of MSRP >25%) Y/N will be considered a mandatory deviation and will disqualify the bidder.

Manufacturer Allen Tel Allen Tel Allen Tel Allen Tel Allen Tel Allen Tel Allen Tel Alpha Technologies Alpha Technologies Alpha Technologies Alpha Technologies Alpha Technologies Alpha Technologies Alpha Technologies Alpha Technologies Alpha Technologies Alpha Technologies Alpha Technologies Alpha Technologies Alpha Technologies Alpha Technologies Alpha Technologies Alpha Technologies Alpha Technologies Alpha Technologies Alpha Technologies Alpha Technologies Alpha Technologies Alpha Technologies Alpha Technologies Alpha Technologies Alpha Technologies Alpha Technologies Alpha Technologies Alpha Technologies Alpha Technologies Alpha Technologies Alpha Technologies Alpha Technologies Alpha Technologies Alpha Technologies Alpha Technologies Alpha Technologies Alpha Technologies Alpha Technologies Alpha Technologies Alpha Technologies

11/26/2013 11:11 AM

Part Number AT6CLC AT407 AT414 AT425 AT607 AT614 AT625 017-109-23 SP96-020-1 017-103-23 032-038-22 017-108-24 017-108-24 017-751-10 033-751-10 017-751-122 033-751-12 181-025-10 181-025-10 181-025-10 181-013-10 181-013-10 181-025-10 181-025-10 181-025-10 181-013-10 181-054-10 181-013-10 181-054-10 181-054-10 181-054-10 181-013-10 181-054-10 181-025-10 181-013-10 181-013-10 181-013-10 181-013-10 181-025-10 181-025-10 181-025-10 181-025-10 181-025-10 181-025-10 181-013-10 181-013-10 181-025-10

Description 6-conductor bulk line cordage 1000 ft. Full modular line cord 7 ft. 4-conductor, flat, satin silver line cord Full modular line cord 14 ft. 4-conductor, flat, satin silver line cord Full modular line cord 25 ft. 4-conductor, flat, satin silver line cord Full modular line cord 7 ft. 6-conductor, flat, satin silver line cord Full modular line cord 14 ft. 6-conductor, flat, satin silver line cord Full modular line cord 25 ft. 6-conductor, flat, satin silver line cord CFR1000RM,120Vi,515P;120Vo,3x515RDx,SID EBP24C-RM,w/4x33Ahr Batt (Red FD) CFR1500RM,120Vi/o,60Hz,IEC IN,6x515 EBP48A-RM,w/Batt(Red FD) CFR3000RM,120V,L530P;120V,3x515R,SID 1 EBP48A-RM,w/Batt(Red FD) Pinnacle Plus Tower 1000TXL 700W Pinnacle Plus Tower Battery Pack 1000/1500T Pinnacle Plus Rack Mount 1000RMXL 700W Pinnacle Plus Rack Mount Battery Pack 1000TXL 700W Alpha CFR-UPS 1500VA NT Alpha CFR-UPS 2000VA NT Alpha CFR-UPS 2500VA NT Alpha CFR-UPS 3000VA NT Alpha CFR-UPS 5000VA NT Alpha CFR-UPS 7500VA NT Alpha CFR-UPS 10KVA NT Alpha EBP24A for use with CFR600, CFR1000 Alpha EBP24C for use with CFR600, CFR1000 Alpha EBP24E for use with CFR600, CFR1000 Alpha EBP48A for use with CFR1500 thru CFR3000 Alpha EBP48E for use with CFR1500 thru CFR3000 Alpha EBP48M for use with CFR5000 Alpha EBP1275-48B for use with CFR5000 Alpha EBP1233-144 for use with CFR7500 thru CFR15K Alpha EBP144E for use with CFR7500 thru CFR15K Alpha EBP217-24RM for use with CFR1000RM Alpha EBP417-24RM for use with CFR1000RM Alpha EBP417-48RM for use with CFR1500RM Alpha EBP48ARM for use with CFR1500RM, CFR3000RM Alpha EBP48IRM for use with CFR5000RM Alpha CFR-UPS 600VA 120V Alpha CFR-UPS 1000VA 120V Alpha CFR-UPS 1500VA 120 V Alpha CFR-UPS 1500VA Alpha CFR-UPS 2000VA Alpha CFR-UPS 2500VA Alpha CFR-UPS 3000VA Alpha CFR-UPS 5000VA Alpha CFR-UPS 7500VA

QTY

MSRP

% off of MSRP >25% Y/N

CDCR Cost

1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1

p. 282

State of California

Bid IFB 13-001

INSTRUCTIONS: This section is Mandatory Optional (MO). The bidder shall enter the MSRP in column E; then enter Yes or No in column F which indicates the bidder agrees to a 25% or greater discount off MSRP for the duration of the contract and any optional years. An entry of No in column F ( % off of MSRP >25%) Y/N will be considered a mandatory deviation and will disqualify the bidder.

Manufacturer Alpha Technologies Alpha Technologies Alpha Technologies Alpha Technologies Alpha Technologies Alpha Technologies Alpha Technologies Alpha Technologies Alpha Technologies Alpha Technologies Alpha Technologies Alpha Technologies Alpha Technologies Alpha Technologies Alpha Technologies Alpha Technologies Alpha Technologies Alpha Technologies Alpha Technologies Alpha Technologies Alpha Technologies Alpha Technologies Alpha Technologies Alpha Technologies Alpha Technologies Alpha Technologies Alpha Technologies Alpha Technologies Alpha Technologies Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom

11/26/2013 11:11 AM

Part Number 181-025-10 053-991-20 053-991-20-000 053-991-20-040 053-991-20-031 058-156-20 058-157-20 470-347-10 747-503-20 747-504-20 030-752-20 030-763-20 030-773-20 053-991-20 STS-50A

030-819-20-036 INV-4810E STS-100A 053-99120-000 014-116-10 019-050-10 018-593-10 01622-20-040 470-316-10 747-503-20-000 030-63820023 X145-2601 X145-2602 X145-2603 X145-2604 X145-2605 X145-2606 X145-2607 X145-2608 X145-2609 X145-2610 X145-2611 X145-2612 X145-2613 X145-2614 X145-2615 X145-2616 X145-2617 X145-2618

Description Alpha CFR-UPS 10KVA CXPS 48-1.8-M2 Standard 48Vdc Power System Base system with 19/23" universal mounting System mounted in 23", 44RU Z4 rack with 2x battery trays for 2x 48V strings System mounted in 19", 44RU Z4 rack with 3x battery trays for 3x 48V strings 23" battery tray expansion kit 19" battery tray expansion kit 100A battery breaker 150A battery breaker 250A battery breaker 12” Flush Mount 2RU 19” Flush Mount 2RU 19” Flush Mount 2RU CXPS 48-1.8-M2 Standard 48Vdc Power System INEX STS (Static Transfer Switch) module INEX 2 Module inverter Shelf CXCM2 & 48-2W Rectifiers Cordex Shelf, 19" Flush, 4Mdl, CXCi+ INEX inverter module INEX controller module INEX STS (Static Transfer Switch) module CXPS 48-1.8 M2, 262A 48V Positive INEX 120VAC 1600 VA Inverters Static Bypass Controller Module -48VDC, INEX MC-1000A Cordex -48VDC Rectifiers 2KW Each 100A Circuit Breakers 150A Circuit Breakers Relay Rack Eclipse Desktop 50 - tracks 50 combined ext/auth codes Eclipse Desktop 100 - tracks 100 combined ext/auth codes Eclipse Desktop 150 - tracks 150 combined ext/auth codes and 1,000 account codes Eclipse Desktop 300 - tracks 300 combined ext/auth codes and 5,000 account codes Eclipse Desktop 500 - tracks 500 combined ext/auth codes and 10,000 account codes Eclipse Desktop 1000 - tracks 1000 combined ext/auth codes and 25,000 account codes Eclipse Desktop 5000 - tracks 5,000 combined ext/auth codes and 50,000 account codes Eclipse Enterprise 300 - tracks 300 combined ext/auth codes and 5,000 account codes Eclipse Enterprise 500 - tracks 500 combined ext/auth codes and 10,000 account codes Eclipse Enterprise 1000 - tracks 1000 combined ext/auth codes and 25,000 account codes Eclipse Enterprise 5000 - tracks 5000 combined ext/auth codes and 50,000 account codes Eclipse Enterprise 10000 - tracks 10000 ext/auth codes and 100,000 account codes Eclipse Enterprise 20000 - tracks 10000 ext/auth codes and 100,000 account codes Eclipse Enterprise Unlimited - tracks unlimited ext/auth codes and account codes Additional Polling and Processing Site Time and Billing Interface and Development for Desktop/Enterprise Hospitality Checkout module for Desktop/Enterprise PMS Interface for Desktop/Enterprise (Development not included)

QTY

MSRP

% off of MSRP >25% Y/N

CDCR Cost

1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1

p. 283

State of California

Bid IFB 13-001

INSTRUCTIONS: This section is Mandatory Optional (MO). The bidder shall enter the MSRP in column E; then enter Yes or No in column F which indicates the bidder agrees to a 25% or greater discount off MSRP for the duration of the contract and any optional years. An entry of No in column F ( % off of MSRP >25%) Y/N will be considered a mandatory deviation and will disqualify the bidder.

Manufacturer Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom

11/26/2013 11:11 AM

Part Number X145-2619 X145-2620 X145-2621 X145-2622 X145-2623 X145-2624 X145-2625 X145-2626 X145-2627 X145-2628 X145-2629 X145-2630 X145-2631 X145-2632 X145-2633 X145-2615 X145-2619 X145-2633 AMCOMAPL3A-001 ip.1-32.mB X135-2201 X135-2202 X135-2203 X135-2204 X135-2205 X135-2206 X135-2207 X135-2208 X135-2209 X135-2210 X135-2211 X135-2212 X135-2213 X140-2401 X140-2402 X140-2403 X140-2404 X140-2405 X140-2406 X140-2407 X140-2408 ENR-BASEPKG ENR-PORT IVR-TTS EN-IVR

Description Eclipse Enterprise Web Reporting Software for Enterprise Facilities Management Web Based Work Order Standalone Facilities Management with Web Based Work Order Eclipse Desktop Upgrade 50 to 100 Eclipse Desktop Upgrade 100 to 150 Eclipse Desktop Upgrade 150 to 300 Eclipse Desktop Upgrade 300 to 500 Eclipse Desktop Upgrade 500 to 1000 Eclipse Desktop Upgrade 1000 to 5000 Eclipse Enterprise Upgrade 300 to 500 Eclipse Enterprise Upgrade 500 to 1000 Eclipse Enterprise Upgrade 1000 to 5000 Eclipse Enterprise Upgrade 5000 to 10000 Eclipse Enterprise Upgrade 10000 to 20000 Eclipse Enterprise Upgrade 20000 to Unlimited Additional Polling and Processing Site Eclipse Enterprise Web Reporting Software for Enterprise Eclipse Enterprise Upgrade 5000 to Unlimited Eclipse Application Server 32 MB Pollable buffer - with RSP Primary pc/psap CTI System includes: Directory, 1 Administration Software Console, System Administration, System Maintenance, PC Console Operator Workstation (pc/psap) with CTI pc/psap Administrative Workstation pc/psap Remember Disk, Instant Recall License CAD Integration TDD Advantage Workstation License Failsafe Public ALI Retrieval License Event Notification: Remote Modem Printer and Enabler Time Synchronization Local ALI Database License Mapping Integration Custom Programming Units Flash Alert includes: Flash Alert Application Software, 12 Voice Ports and Text-To-Speech Software Flash Alert includes: Flash Alert Application Software, Database Structure, Administration and 12 Voice Ports and Text-To-Speech Flash Alert Application per Port Software Flash Alert – Base module, no ports Flash Alert – Dual PRI or Dual T1 Ports Flash Alert – Single PRI or Single T1 Port Member Access Appointment Reminder e.Notify Web includes: e.Notify Application Software, Administration and 12 Voice Ports of software e.Notify Application licenses for VRU-based e.Notify per Port e.Notify V4.5 vXML-based IVR licenses with TTS per Port e.Notify V4.5 IVR licenses (without TTS) per Port

QTY

MSRP

% off of MSRP >25% Y/N

CDCR Cost

1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1

p. 284

State of California

Bid IFB 13-001

INSTRUCTIONS: This section is Mandatory Optional (MO). The bidder shall enter the MSRP in column E; then enter Yes or No in column F which indicates the bidder agrees to a 25% or greater discount off MSRP for the duration of the contract and any optional years. An entry of No in column F ( % off of MSRP >25%) Y/N will be considered a mandatory deviation and will disqualify the bidder.

Manufacturer Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom

11/26/2013 11:11 AM

Part Number

Description

EN-TTS e.Notify Text-To-Speech (TTS) licenses per Port ENR-FAXI Fax Interface for e.Notify ENR-EMI Email Interface for e.Notify ENR-SCH On Call Scheduling Package for Event Notification & Response (up to 12 ports) ENH-ANN SUB e.Notify Hosted Annual License Subscription ENH-PER PORT e.Notify Hosted Annual Availability License Subscription ENH-OCS e.Notify Hosted On Call Annual License Subscription ENH-PDL Periodic Data Feed from Customer site ENH-SYNC Periodic Synchronization between Amcom Premise e.Notify & Hosted AMCOM-UPGD e.Notify V4.5 Upgrade Software ENH-ANN SUB-PORTe.Notify Hosted Annual Availability License Subscription per Port ENH-5000MB e.Notify Hosted 5000 Pre-Paid Minutes Bundle ENH-10000MB e.Notify Hosted 10000 Pre-Paid Minutes Bundle ENH-25000MB e.Notify Hosted 25000 Pre-Paid Minutes Bundle ENH-50000MB e.Notify Hosted 50000 Pre-Paid Minutes Bundle X130-2001 Enterprise Alert Base Package - CAMA Includes Crystal Report Writer and Standard Reports. Does not provide X130-2002 Enterprise Alert Redundant System License - CAMA Includes Crystal Report Writer and Standard Reports. Does not X130-2003 Enterprise Alert Base Package - PRI X130-2004 Enterprise Alert Redundant System License - PRI X130-2005 Enterprise Alert Virtual E-911 Gateway X130-2006 Enterprise Alert Dynamic DID X130-2007 VoIP Database Integration X130-2008 Dynamic VoIP Station Locator X130-2009 ALI Alert - Includes PS/ALI Interface X130-2010 ALI Alert Plus (+) - Includes PS/ALI Interface and Database Integration X130-2011 Database Integration X130-2012 Voice Recording/Instant Recall X130-2013 PS/ALI Interface X130-2014 Database Replication X130-2015 Enterprise Alert Notification Package - Sentry limited to 6 instances/clients X130-2016 X130-2017 Pager Notification: I&T Professional Services - initial installation X130-2018 LED Display Notification: I&T Professional Services - initial installation X130-2019 Remote Modem Printer Notification: I&T Professional Services - initial installation X130-2020 SpectraLink Wireless Telephone System Integration Application X130-2021 Sentry: I&T Professional Services - initial installation of instances/clients X130-2022 Passive Monitoring X130-2023 Cell phone/PDA Text Notification: I&T Professional Services - initial installation X130-2024 Email Notification: I&T Professional Services - initial installation X130-2025 Overhead Public Address Notification: I&T Professional Services - initial installation X130-2026 Star Code Notification X130-2027 Custom Programming Units X130-2028 Engineering and Design Units X130-2029 Implementation and Training Units Site Alert-C Site Alert Client ALI-MANAGER Site Alert ALI Manager Site Alert Site Alert Notification Package- Includes Site Alert ALI Manager

QTY

MSRP

% off of MSRP >25% Y/N

CDCR Cost

1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1

p. 285

State of California

Bid IFB 13-001

INSTRUCTIONS: This section is Mandatory Optional (MO). The bidder shall enter the MSRP in column E; then enter Yes or No in column F which indicates the bidder agrees to a 25% or greater discount off MSRP for the duration of the contract and any optional years. An entry of No in column F ( % off of MSRP >25%) Y/N will be considered a mandatory deviation and will disqualify the bidder.

Manufacturer Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Amcom Avaya/Nortel Avaya/Nortel Avaya/Nortel Avaya/Nortel Avaya/Nortel Avaya/Nortel Avaya/Nortel Avaya/Nortel Avaya/Nortel Avaya/Nortel Avaya/Nortel Avaya/Nortel Avaya/Nortel Avaya/Nortel Avaya/Nortel Avaya/Nortel Avaya/Nortel Avaya/Nortel Avaya/Nortel

11/26/2013 11:11 AM

Part Number

Description

Call Locator for PRI - up to 1,000 single stations, includes combination of 4 monitoring/recording ports (requires 1 ISDN Trunk) Call Locator for PRI - up to 1,000 single stations, includes combination of 6 monitoring/recording ports (requires 1 ISDN Trunk) STSPP-8000-4 Call Locator for PRI - up to 8,000 single stations, includes combination of 4 monitoring/recording ports (requires 1 ISDN Trunk) STSPP-8000-6 Call Locator for PRI - up to 8,000 single stations, includes combination of 6 monitoring/recording ports (requires 1 ISDN Trunk) STSPP-60000-4 Call Locator for PRI - up to 60,000 single stations, includes combination of 4 monitoring/recording ports (requires 1 ISDN Trunk) STSPP-60000-6 Call Locator for PRI - up to 60,000 single stations, includes combination of 6 monitoring/recording ports (requires 1 ISDN Trunk) STSPC-1000-2-4 Call Locator for CAMA - up to 1,000 single stations, includes combination of 4 monitoring/recording ports (requires 2 CAMA Trunks) STSPC-8000-2-4 Call Locator for CAMA - up to 8,000 single stations, includes combination of 4 monitoring/recording ports (requires 2 CAMA Trunks) STSPC-60000-4-2 Call Locator for CAMA - up to 60,000 single stations, includes combination of 2 monitoring/recording ports (requires 2 CAMA Trunks) CALL-REC-2 Site Alert Call Recording - 2 ports CALL-REC-4 Site Alert Call Recording - 4 ports DIGITAL-MONITOR Digital Monitor Software Site Alert Professional Services - Number of Extensions 911MONITOR Site Alert 911 Monitor - Nortel PBX only - Requires ESA and ESA SUPP SA-DB Site Alert Database Integration X130-2030 Dynamic Wireless VoIP Station Locator X130-2031 Dynamic VoIP Station Locator add-on to Primary VoIP Tracking System X130-2032 Dynamic Wireless VoIP Station Locator add-on to Primary VoIP Tracking System X130-2033 VoIP Database Integration add-on to Primary VoIP Tracking System E911 VoIP Integration Package X130-2034 NT9K05AA03 M2006 BASIC ARSII BLACK NT9K05AA35 M2006 BASIC ARSII ASH NT9K05AA93 M2006 BASIC ARSII GRAY NT9K08AA03 M2008 BASIC BLACK NT9K08AA35 M2008 BASIC ASH NT9K08AA93 M2008 BASIC GRAY NT9K08AB03 M2008 HANDSFREE BLACK NT9K08AB35 M2008 HANDSFREE ASH NT9K08AB93 M2008 HANDSFREE GRAY NT9K08AC03 M2008 DISPLAY BLACK NT9K08AC35 M2008 DISLAY ASH NT9K08AC93 M2008 DISPLAY GRAY NT9K08AD03 M2008 HANDSFREE DISPLAY BLACK NT9K08AD35 M2008 HANDSFREE DISPLAY ASH NT9K08AD93 M2008 HANDSFREE DISPLAY GRAY NT9K16AA03 M2616 BASIC BLACK NT9K16AA35 M2616 BASIC ASH NT9K16AA93 M2616 BASIC GRAY NT9K16AC03 M2616 DISPLAY BLACK STSPP-1000-4 STSPP-1000-6

QTY

MSRP

% off of MSRP >25% Y/N

CDCR Cost

1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1

p. 286

State of California

Bid IFB 13-001

INSTRUCTIONS: This section is Mandatory Optional (MO). The bidder shall enter the MSRP in column E; then enter Yes or No in column F which indicates the bidder agrees to a 25% or greater discount off MSRP for the duration of the contract and any optional years. An entry of No in column F ( % off of MSRP >25%) Y/N will be considered a mandatory deviation and will disqualify the bidder.

Manufacturer

Part Number

Description

QTY 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1

Avaya/Nortel Avaya/Nortel Avaya/Nortel Avaya/Nortel Avaya/Nortel Avaya/Nortel Avaya/Nortel Avaya/Nortel Avaya/Nortel Avaya/Nortel Avaya/Nortel Avaya/Nortel Avaya/Nortel Avaya/Nortel Avaya/Nortel Avaya/Nortel Avaya/Nortel

NT9K16AC35 NT9K16AC93 NT6G00AE35 W6-K-M-EM-80-44 W6500MNC100 NTRB18DBE5 NT8D17XX NT8D16XX NT8D14XX NT8D14XX NT8D02XX NTMN31XX NTMN32XX NTMN33XX NTMN34XX NT6G00XX-35 NT4N65XX

Avaya/Nortel

NT4N39XX

M2616 DISPLAY ASH M2616 DISPLAY GRAY M2250 CONSOLE AMPLIFIED HEADSET ASH AMPLIFIED/W NOISE REDUCTION MGATE DS30 RJ45 CALLPILOT 32 DS30 CHANNELS Provide Pricing Refurbished All Vintages Conference/TDS Card Provide Pricing Refurbished All Vintages Digitone Receiver Card Provide Pricing Refurbished All Vintages Provide Pricing Refurbished All Vintages Provide Pricing Refurbished All Vintages Provide Pricing Refurbished All Vintages Meridian M3901 Station Set Provide Pricing Refurbished All Vintages Meridian M3902 Station Set Provide Pricing Refurbished All Vintages Meridian M3903 Station Set Provide Pricing Refurbished All Vintages Meridian M3904 Station Set Provide Pricing Refurbished All Vintages M2250 Attendant Console Provide Pricing Refurbished All Vintages Pack 2-Port Core to Network Interface CNI-2 Provide Pricing Refurbished All Vintages Provide Pricing Refurbished All Vintages Call Processor CP PIV Pack with 512MB DDR and On-board Hard Drive Provide Pricing Refurbished All Vintages

Avaya/Nortel Belden Belden Belden Belden Belden Belden Belden Belden Belden Belden Belden Belden Belden Belden Belden Belden Belden Belden Belden Belden Belden Belden Belden Belden Belden Belden

NT5D12XX A0266828 A0269923 A0393146 A0266827 A0269925 AX100798 A0341173 A0330864 A0330863 A0340836 A0270164 A0284798 A0277853 A0277854 A0340838 A0285986 A0276396 A0276394 A0270168 A0340837 A0275511 A0275512* P0596540* A0321775 A0321776 A0318897

Meridian Dual DTI/PRI Ddp Card BIX Distribution Connector, 5-pair Marking BIX Multiplying Connector, QCBIX2A, 25-pair, 12x2-pair BIX Distribution Connector, 4-pair Marking BIX Multiplying Connector, QCBIX5A, 25-pair, 5x5-pair BIX Multiplying Connector, QCBIX7A, 25-pair, 2x2-pair & 3x7-pair BIX Modular Jack Connector, NXXCBMC6U, 6-port, PS5E, T568A/B Coded BIX Modular Jack Connector, QCBIX36D, 6-port, USOC, 8-pin BIX Modular Jack Connector, QCBIX36C, 8-port, USOC, 6-pin BIX Modular Jack Connector, QCBIX36B, 12-port, USOC, 4-pin BIX Mount, QMBIX12E (300-pair) BIX Mount, QMBIX10A (250-pair) BIX Mount, QMBIX10C (50-pair) BIX Mount with Cover, (Locking), 50-pair BIX Mount with Cover, (Snap-on), 50-pair BIX Locking Cover, for QMBIX12E (300-pair) BIX Locking Cover, for QMBIX10A (250-pair) BIX Cover, QMBIX10A, Stand-alone installation, locking BIX Cover, QMBIX10A, Stand-alone installation, non-locking Distribution Ring BIX Distribution Frame, 4800-pair (4 Shelves for 16 Mounts, 300-pair) BIX Distribution Frame, 4000-pair (4 Shelves for 16 Mounts, 250-pair) BIX Distribution Frame Accessories, End Kit (4 Shelves) BIX Distribution Frame Accessories, Distribution Ring Universal BIX-PAC, 10-8, 8 RJ21X Female to 8 QCBIX1A Connectors Universal BIX-PAC, 10-10, 10 RJ21X Female to 10 QCBIX1A Connectors BIX PAC Enclosure, Gray

11/26/2013 11:11 AM

MSRP

% off of MSRP >25% Y/N

CDCR Cost

1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1

p. 287

State of California

Bid IFB 13-001

INSTRUCTIONS: This section is Mandatory Optional (MO). The bidder shall enter the MSRP in column E; then enter Yes or No in column F which indicates the bidder agrees to a 25% or greater discount off MSRP for the duration of the contract and any optional years. An entry of No in column F ( % off of MSRP >25%) Y/N will be considered a mandatory deviation and will disqualify the bidder.

Manufacturer Belden Belden Belden Belden Belden Belden Belden Belden Belden Belden Belden Belden Belden Belden Belden Belden Belden Belden Belden Belden Belden Belden Belden Belden Belden Belden Belden Belden Belden Belden Belden Belden Belden Belden Chatsworth Chatsworth Chatsworth Chatsworth Chatsworth Chatsworth Chatsworth Chatsworth Chatsworth Chatsworth Chatsworth Chatsworth Chatsworth

11/26/2013 11:11 AM

Part Number A0327325 A0327326 A0410494 A0410469 A0410495 A0410471 A0410496 A0410473 A0410497 A0410475 A0410493 22208250 22208253 22208260 22208231 22208265 22208235 22208270 22208010 22208067 A0270165 C0054642 A0270166 A0270172 A0325091 A0325493 P0660798 A0352331 C0039222 1245A2 009U1000 1700A 0061000 1585A D15U1000

A0270169 48353-703 13853-703 13854-703 15251-703 15252-703 15253-703 15254-703 15285-X01 15285-X02 15275-X01 30139-719 30130-719 30131-719

Description BIX Trunk Access Block, 1 RJ21X Female to 1 QCBIX1A Connector BIX Trunk Access Block, 2 RJ21X Female to 2 QCBIX1A Connector BIX Patch Cord, BIX-BIX, 2-pair, 1.2 m (4 ft.) BIX Patch Cord, BIX-BIX, 1-pair, 1.2 m (4 ft.) BIX Patch Cord, BIX-BIX, 2-pair, 2.1 m (7 ft.) BIX Patch Cord, BIX-BIX, 1-pair, 2.1 m (7 ft.) BIX Patch Cord, BIX-BIX, 2-pair, 3.0 m (10 ft.) BIX Patch Cord, BIX-BIX, 1-pair, 3.0 m (10 ft.) BIX Patch Cord, BIX-BIX, 2-pair, 4.6 m (15 ft.) BIX Patch Cord, BIX-BIX, 1-pair, 4.6 m (15 ft.) BIX Patch Cord, BIX-BIX, 1-pair, 7.6 m (25 ft.) 24 AWG, 1-pair, Wh/Bl, 305 m (1000 ft.), K-Carton 24 AWG, 1-pair, Wh/Bl, 305 m (1000 ft.), Spool (S77) 24 AWG, 2-pair, Wh/Bl/Wh/Or, 305 m (1000 ft.), K-Carton 24 AWG, 2-pair, Wh/Gr/Wh/Or, 305 m (1000 ft.), K-Carton 24 AWG, 3-pair, Wh/Bl/Wh/Or/Wh/Gr, 152 m (500 ft.), K-Carton 24 AWG, 3-pair, Wh/Bl/Wh/Or/Wh/Gr, 200 m, K-Carton 24 AWG, 4-pair, Wh/Bl/Wh/Or/Wh/Gr/Wh/Br, 152 m (500 ft.), K-Carton Z Cross-Connect Wire, 24 AWG, 1-pair, Bl/Ye, 300 m (984 ft.), Spool Z Cross-Connect Wire, 24 AWG, 1-pair, Bl/Rd, 300 m (984 ft.), Spool BIX Connecting Tool Tool Pouch BIX Test Probe, 1-pair, 1/pack BIX Special Service Guard, 1-pair, Red, 50/pack BIX Bridging Clip, 1-pair, Gray, 50/pack BIX Bridging Clip, 1-pair, White, 50/pack BIX Wire Retainer, 100/pack 19 in. Rack Bracket Kit, 2 bars/pack BIX Cable Tie, 100/pack Category 3 Nonbonded-Pair Cable 4-pair U/UTP CMP Box White 24-4P UTP-CM SOL BC CAT 5E PE/PVC BLUE JACKET REELS DATATWIST-350 Category 5e Nonbonded-Pair Cable 4-pair U/UTP CMP Box Blue Plenum BIX Designation Strip, White, 50/pack BIX Cable Ties 19”W Universal Rack 84”H x 19”W, 45U Seismic Two Post Rack, 19"W X 7'H, Tapped & Zinc Finished Rail, Black Seismic Two Post Rack, 19"W X 7'H, Square Punched & Zinc Finished Rail, Black Adjustable Rail QuadraRack Adjustable Rail QuadraRack Adjustable Rail ServerRack Adjustable Rail ServerRack For 23.62”D (600 mm) Racks For 35.43”D (900 mm) Racks Top-Mount Cable Waterfall Tray Single-Sided, 1 RMU 4.96”D (126.0 mm) 2 lb. (0.9 kg) Single-Sided, 2 RMU 5.14”D (130.6 mm) 3 lb. (1.4 kg) Single-Sided, 3 RMU 5.14”D (130.6 mm) 4 lb. (1.8 kg)

QTY

MSRP

% off of MSRP >25% Y/N

CDCR Cost

1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1

p. 288

State of California

Bid IFB 13-001

INSTRUCTIONS: This section is Mandatory Optional (MO). The bidder shall enter the MSRP in column E; then enter Yes or No in column F which indicates the bidder agrees to a 25% or greater discount off MSRP for the duration of the contract and any optional years. An entry of No in column F ( % off of MSRP >25%) Y/N will be considered a mandatory deviation and will disqualify the bidder.

Manufacturer Chatsworth Chatsworth Chatsworth Chatsworth Chatsworth Chatsworth Chatsworth Chatsworth Chatsworth Chatsworth Chatsworth Chatsworth Chatsworth Chatsworth Chatsworth Chatsworth Chatsworth Chatsworth Chatsworth Chatsworth Chatsworth Chatsworth Chatsworth Chatsworth Chatsworth Chatsworth Chatsworth Chatsworth Chatsworth Chatsworth Chatsworth Chatsworth Chatsworth Corning Corning Corning Corning Corning Corning Corning Corning Corning Corning Corning Corning Corning Corning

11/26/2013 11:11 AM

Part Number

Description

30529-719 Double-Sided, 1 RMU 11.73”D (297.9 mm) 5 lb. (2.3 kg) 30530-719 Double-Sided, 2 RMU 11.73”D (297.9 mm) 6 lb. (2.7 kg) 30531-719 Double-Sided, 3 RMU11.73”D (297.9 mm) 6 lb. (2.7 kg) 15245-701 Adjustable Depth Shelf Solid 15245-702 Adjustable Depth Shelf Solid 15245-703 Adjustable Depth Shelf Solid 15245-704 Adjustable Depth Shelf Solid 15255-701 Adjustable Depth Shelf Vented 15255-702 Adjustable Depth Shelf Vented 15255-703 Adjustable Depth Shelf Vented 15255-704 Adjustable Depth Shelf Vented 40605-001 Screws, #12-24, 50 Pack, Zinc 40605-005 Screws, #12-24, 50 Pack, Black 12637-001 Cage Nuts/Screws, M6, 25 Pk 12638-001 Cage Nuts/Screws, 10-32, 25 Pk 12639-001 Cage Nuts/Screws, 12-24, 25 Pk 12183-719 19”W x 2 RMU x 3.5”D (89 mm) 13183-719 719 19”W x 2 RMU x 6”D (150 mm) 37203-162 17" LCD Single Rail KVM Drawer and Analog Switch 16 DB15 ports, no IP console 37204-161 17" LCD Dual Rail KVM Drawer and Analog Switch 16 DB15 ports, no IP console 37202-160 Analog KVM Switch, 16 DB15 ports, 1 Local, No IP Console 13179-721 Power Strip with no Power Meter 13179-771 Power Strip with Power Meter 40604-001 Concrete Floor, 3/8” Hardware 40604-003 Concrete Floor, 1/2” Hardware 34595-C02 For 45 RMU Racks Dual Vertical Power Strip Manager 15270-702 Side Panel 84" 15270-705 Side Panel 84" 37203-161 KVM, 1 RMU, 17 In. (432 mm) LCD , Switch, Single Rail, DB15 Analog,1X Local,16 Ports, US Keyboard, 37208-111 Combo KVM Cable, 10Ft. 37208-162 Cascade Cable 11790-718 Standard Swing Gate Wall Rack, Black, 21.7'' (551 mm) W x 18.2'' (462 mm) D x 29.1'' (739 mm) H 13622-010 Wall-Mount Bus bar Kit; 2"W x 0.25"H x 10"L; Copper Corning CCH-03U Rack Mounted Connector Housing (CCH) - accepts up to 6 CCH modules/panels Corning CCH-04U Rack Mounted Connector Housing (CCH) - accepts up to 12 CCH modules/panels Corning CJP-01U Rack Mounted Connector Housing (CCH) - Jumper Management Panel., 1.75" Corning CJP-02U Rack Mounted Connector Housing (CCH) - Jumper Management Panel., 3.5" Corning CCH-TOP-CVR Rack Mounted Connector Housing (CCH) - Patch Field Cover Corning FDC-CABLE-GRND Rack Mounted Connector Housing (CCH) - Armored Cable Grounding Kit Corning CCH-04U-SIDEPNL Rack Mounted Connector Housing (CCH) - Side Panels Corning WCH-12P Wall-Mounted Connector Housings (WCH) - accepts up to 12 CCH modules/panels Corning WCH-06P Wall-Mounted Connector Housings (WCH) - accepts up to 6 CCH modules/panels Corning WCH-04P Wall-Mounted Connector Housings (WCH) - accepts up to 4 CCH modules/panels Corning WCH-02P Wall-Mounted Connector Housings (WCH) - accepts up to 2 CCH modules/panels Corning WJG-02R Wall-Mounted Connector Housings (WCH) - Jumper Storage Guides Corning WCH-STRNRLF-KIT Wall-Mounted Connector Housings (WCH) - External Cable Strain-Relief Kit Corning WCH-DUST-CVR Wall-Mounted Connector Housings (WCH) - Dust Cover 4 and 8 Panel

QTY

MSRP

% off of MSRP >25% Y/N

CDCR Cost

1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1

p. 289

State of California

Bid IFB 13-001

INSTRUCTIONS: This section is Mandatory Optional (MO). The bidder shall enter the MSRP in column E; then enter Yes or No in column F which indicates the bidder agrees to a 25% or greater discount off MSRP for the duration of the contract and any optional years. An entry of No in column F ( % off of MSRP >25%) Y/N will be considered a mandatory deviation and will disqualify the bidder.

Manufacturer Corning Corning Corning Corning Corning Corning Corning Corning Corning Corning Corning Corning Corning Cortelco Cortelco Cortelco Cortelco Cortelco Cortelco Cortelco Cortelco Cortelco Cortelco Cortelco Essex Exide/GNB Exide/GNB Exide/GNB Exide/GNB Exide/GNB Exide/GNB Exide/GNB Exide/GNB Exide/GNB Exide/GNB Exide/GNB Exide/GNB Exide/GNB

11/26/2013 11:11 AM

Part Number

Description

QTY

Corning WCH-DUST-CVR-D Wall-Mounted Connector Housings (WCH) - Dust Cover 6 and 12 Panel Corning HDWR-LOCK-KIT Wall-Mounted Connector Housings (WCH) - Field-Installable Lock-Kit

1 1

Corning CCH-CP06-25T Connector Panels for Rack Mounted and Wall Mounted Housing - 6-Fiber conn. housing panels - multimode 62.5um

1

Corning CCH-CP06-19T Connector Panels for Rack Mounted and Wall Mounted Housing - 6-Fiber conn. housing panels - single-mode

1

Corning CCH-CP06-15T Connector Panels for Rack Mounted and Wall Mounted Housing - 6-Fiber conn. housing panels - multimode (Comp.)

1

Corning CCH-CP08-25T Connector Panels for Rack Mounted and Wall Mounted Housing - 8-Fiber conn. housing panels - multimode 62.5um

1

Corning CCH-CP08-19T Connector Panels for Rack Mounted and Wall Mounted Housing - 8-Fiber conn. housing panels - single-mode

1

Corning CCH-CP08-15T Connector Panels for Rack Mounted and Wall Mounted Housing - 8-Fiber conn. housing panels - multimode (Comp.)

1

Corning CCH-CP12-25T Connector Panels for Rack Mounted and Wall Mounted Housing - 12-Fiber conn. housing panels - multimode 62.5um

1

Corning CCH-CP12-19T Connector Panels for Rack Mounted and Wall Mounted Housing - 12-Fiber conn. housing panels - single-mode

1

Corning CCH-CP12-15T Connector Panels for Rack Mounted and Wall Mounted Housing - 12-Fiber conn. housing panels - multimode (Comp.) Corning 95-100-44-SPST Epoxy Connectors Corning FDC-CP8P-19Fiber Distribution Center - 7.5" - FDC Connector Panel - ST insert multimode (Comp.) 272000TP227S 7 Series Line Powered Caller Id Telephone 250044-VBA-20M Cortelco 2500 Desk Telephone Bell Ringer Volume Control Ash 255444-VBA-20M Cortelco 2500 Wall Telephone Bell Ringer Volume Control Ash 250044-VBA-27M Cortelco 2500 Desk Telephone Bell Ringer Volume Control Message Waiting Ash 255447-VBA-27M Cortelco 2500 Wall Telephone Bell Ringer Volume Control Message Waiting Ash 250047-VBA-20M Cortelco 2500 Desk Telephone Bell Ringer Volume Control Red 255447-VBA-20M Cortelco 2500 Wall Telephone Bell Ringer Volume Control Red 250047-VBA-NDL Cortelco 2500 Desk Telephone Bell Ringer Volume Control Red (No Dial) 255447-VBA-NDL Cortelco 2500 Wall Telephone Bell Ringer Volume Control Red (No Dial) 006544-0M2-PAK Cortelco Handset (Type 65) Ash 006544-VM2-PAK Cortelco Volume Control Handset (Type 65) Ash 02-011-23 1pr X 24awg Cross-Connect Wire CAT5 with Blue 1KFT SPOOL 24-100G29 GNB Absolyte GP -48VDC, 1400 Ah 3-100G13 Absolyte GP Batteries 3-100G15 Absolyte GP Batteries 3-100G17 Absolyte GP Batteries 3-100G19 Absolyte GP Batteries 3-100G21 Absolyte GP Batteries 3-100G23 Absolyte GP Batteries 3-100G25 Absolyte GP Batteries 3-100G27 Absolyte GP Batteries 3-100G29 Absolyte GP Batteries 3-100G31 Absolyte GP Batteries 3-100G33 Absolyte GP Batteries 6-50G05 Absolyte GP Batteries

1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1

MSRP

% off of MSRP >25% Y/N

CDCR Cost

p. 290

State of California

Bid IFB 13-001

INSTRUCTIONS: This section is Mandatory Optional (MO). The bidder shall enter the MSRP in column E; then enter Yes or No in column F which indicates the bidder agrees to a 25% or greater discount off MSRP for the duration of the contract and any optional years. An entry of No in column F ( % off of MSRP >25%) Y/N will be considered a mandatory deviation and will disqualify the bidder.

Manufacturer Exide/GNB Exide/GNB Exide/GNB Exide/GNB Exide/GNB Exide/GNB Exide/GNB Exide/GNB Exide/GNB Exide/GNB Exide/GNB Exide/GNB Exide/GNB Exide/GNB Exide/GNB Exide/GNB Exide/GNB Exide/GNB Generic Jabra Jabra Jabra Leviton Leviton Leviton Panduit Panduit Panduit Panduit Panduit Panduit Panduit Panduit Panduit Panduit Panduit Panduit Panduit Panduit Panduit Panduit Panduit Panduit Panduit Panduit Panduit Panduit

11/26/2013 11:11 AM

Part Number

Description

6-50G07 Absolyte GP Batteries 6-50G09 Absolyte GP Batteries 6-90G07 Absolyte GP Batteries 6-50G13 Absolyte GP Batteries 6-90G09 Absolyte GP Batteries 6-90G11 Absolyte GP Batteries 6-90G13 Absolyte GP Batteries 6-90G15 Absolyte GP Batteries M12V90FT Marathon FT Valve Regulated Lead Acid batteries M12V105FT Marathon FT Valve Regulated Lead Acid batteries M12V125FT Marathon FT Valve Regulated Lead Acid batteries M12V155FT Marathon FT Valve Regulated Lead Acid batteries M12V180FT Marathon FT Valve Regulated Lead Acid batteries M6V1901 Marathon M Bloc Batteries M12V30T Marathon M Bloc Batteries M12V401 Marathon M Bloc Batteries M12V701 Marathon M Bloc Batteries M12V901 Marathon M Bloc Batteries Generic Fire Retardant A/C Plywood Backboard 4'X4'X3/4" 88011-99 7FT Smart Cord Coil Direct Connect 1983-820-105 Jabra BIZ 1920 Mono Noise Canceling QD Connect Headset 9125-28-15 Jabra GN9125 Flex Boom Noise Cancellation Microphone Wireless Headset LEVITON 625B Single Gang Faceplate, 2-RJ11 Suttle 625B3 with Jack LEVITON 630A Single Gang Suttle 630A Wall Jack Leviton 5G584-U64 Panduit Data-Patch, 110 Style, Cat. 5E, pre-configured Patch Panel (64-port) Panduit CP24BL Mini-Com Mod Patch Panel,24-port wo/support bar Panduit CP24BL-WS Mini-Com Mod Patch Panel, 24-port w/support bar Panduit CP48BL Mini-Com Mod Patch Panel,48-port wo/support bar Panduit cp48BL-WS Mini-Com Mod Patch Panel,48-port w/support bar Panduit CP96BL Mini-Com Mod Patch Panel, 96-port wo/support bar Panduit PGK Panduit PGK grounding kit Panduit PGKE Panduit PGKE grounding kit Panduit DP125E88110U Panduit Data-Patch, 110 Style, Cat. 5E, pre-configured Patch Panel (12-port) Panduit DP245E88110U Panduit Data-Patch, 110 Style, Cat. 5E, pre-configured Patch Panel (24-port) Panduit DP325E88110U Panduit Data-Patch, 110 Style, Cat. 5E, pre-configured Patch Panel (32-port) Panduit DP485E88110U Panduit Data-Patch, 110 Style, Cat. 5E, pre-configured Patch Panel (48-port) Panduit DP965E88110U Panduit Data-Patch, 110 Style, Cat. 5E, pre-configured Patch Panel (96-port) Panduit DPLT DPLT Panduit DPLF DPLF Panduit CPPLF-5 Verify CPLF color Panduit PROG-WIN 20 Panduit CD PROG-WIN2 "Pan-Mark label printing software for Windows Panduit CFP2S CFP2S, Panduit or Equal Panduit CFP4S CFP4S, Panduit or Equal Panduit CFP6S CFP6S, Panduit or Equal Panduit CFPS Blank single Gang Faceplate Panduit CFPE1E1 Mini-Com Executive all series faceplate CFPE 1 Panduit CFPE2EI Mini-Com Executive all series faceplate CFPE 2

QTY

MSRP

% off of MSRP >25% Y/N

CDCR Cost

1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1

p. 291

State of California

Bid IFB 13-001

INSTRUCTIONS: This section is Mandatory Optional (MO). The bidder shall enter the MSRP in column E; then enter Yes or No in column F which indicates the bidder agrees to a 25% or greater discount off MSRP for the duration of the contract and any optional years. An entry of No in column F ( % off of MSRP >25%) Y/N will be considered a mandatory deviation and will disqualify the bidder.

Manufacturer Panduit Panduit Panduit Panduit Panduit Panduit Panduit Panduit Panduit Panduit Panduit Panduit Panduit Panduit Panduit Panduit Panduit Panduit Panduit Polycom Teltronics Viking wheelock wheelock wheelock wheelock wheelock wheelock wheelock wheelock wheelock wheelock U.S. Robotics

11/26/2013 11:11 AM

Part Number

Description

Panduit CFPE4EI Mini-Com Executive all series faceplate CFPE 4 Panduit CFPE6EI Mini-Com Executive all series faceplate CFPE 6 Panduit CFPE10E1-2G Mini-Com Executive all series faceplate CFPE 10 Panduit CF1064E1 Mini-Com "106" Frame, CF106 Panduit CFFP4XX Mini-Com mod snap-in faceplate,4 pos for mod furniture,CFFP4 Panduit CBX4EI-A Mini-Com Surface Mount Box, CBX4 Panduit CBX6E1-A Mini-Com Surface Mount Box, CBX6 Panduit CMBIW-X Mini-Com Blank Modules, CMB1 (all colors) Panduit CMMAE1 Mini-Mod Adapter, CMMA (all colors) Panduit MWBA-1 Wallboard Adapter, MWBA1 Panduit MWBA-2G Wallboard Adapter, MWBA-2G Panduit CJ5E88TEI Mini-Jack, Cat 5e universal 8-position, 8-wire T568A Panduit CJ5E88TEI Mini-Jack, Cat 5e universal 8-position, 8-wire T568B Panduit CJ44XX Mini-Jack Cat 3, Modular Jack,CJ64 (all colors) Panduit CJ66EI Mini-Jack Cat 3, Modular Jack,CJ66 (all colors) Panduit CJ88XX Mini-Jack Cat 3, Modular Jack, CJ88 (all colors) PANDUITBT2M-C Cable Tie, Miniature Cross Section, Length 7.9 In PANDUIT BT5LH-L Cable Tie, Light Heavy Cross Section (Straight Tip), Length 18.1 In Panduit CMSTE1 "ST" Fiber Optic Adapter Module, CMST (all colors) 2200 - 06315-001 Polycom Soundpoint Pro Speakerphone SEBNP4SM20- 4 SEB NET-PATH Plus BLK-3-EWP High Powered Telephone Flasher Light UTA-1 Universal Telephone Alerts UTA-WH-VPS Universal Telephone Alerts TB-591 Motor Bell TB-592 Motor Bell TB-593 Motor Bell EPS-1205 EPS Power Supply EPS-2401 EPS Power Supply PS-11A-WPW PS Telestrobes PS-15A-WPW PS Telestrobes PS-33A-WPA PS Telestrobes USR5686E* 56K V.92 External Serial Fax Modem

QTY

MSRP

% off of MSRP >25% Y/N

CDCR Cost

1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1

p. 292

State of California

Bid IFB 13-001

CALL ACCOUNTING Instructions: This is a Mandatory Requirement. Bidder shall price a Call Accounting solution as described in Technical Requirments, Appendix A, TR 205 - 212. Bidders shall provide pricing on all items required to deliver the CTEN Call Accounting solution in the table below. Description The Contractor shall upgrade the existing Amcom Call Accounting system to support 40 locations. The Contractor shall provide labor for the migrating, upgrading, maintaining and installing the provided call accounting platform including software and hardware. The Contractor shall provide manufacturer post warranty and maintenance support for the entirety of the maintenance contract. The Contractor shall provide evidence of this coverage to CDCR annually. The Contractor shall provide, configure and install manufacturer supported rate tables for the entirety of the maintenance contract. Documentation of the most current OEM (Original Equipment Manufacturer) rate tables will be required on or before the completion of the upgrade/migration/installation. Scannex ip.1-32.m ip.buffer. Description This is a Mandatory Optional Requirement. The Contractor shall provide manufacturer post warranty and maintenance support for one optional year. The Contractor shall provide evidence of this coverage to CDCR annually. This is a Mandatory Optional Requirement. The Contractor shall provide, configure, and support the most current OEM rate tables for one optional year.

QTY

Price Each

1

1

5

5

40 QTY

Price Each

1

TOTAL

11/26/2013 11:11 AM

p. 293

State of California

Bid IFB 13-001

ting solution as provide pricing on all

Total

Total

11/26/2013 11:11 AM

p. 294

State of California

Bid IFB 13-001

COMMONLY USED COMPONENTS

The bidder shall enter the unit price for each of the parts listed.

Qty

Part Number

1 1 1 1 1 1

NT8D02HAE5 NT8D02HAE5 NT8D02HAGS NT8D02HAGS NT8D14DAE5 NT8D14DAE5

1 1

NT8D09BB NT7K20ABGS

1

255447-VBA-20MC

1 1 1 1 1 1 1 1 1 1 1 1

255444-VBA-20M 250047-VBA-20MC 255444-VBA-20M NTMN31BD70E6 NTMN31BD70E6 NTMN32GE70E6 NTMN32GE70E6 NTMN33BB70 NTMN34GE70E6 NTMN34GE70E6 255444-VBA-20M 250044-VBA-20FC 255444-MBA-NODIAL-H

1 1 1 1 1 1 1 1 1 1 1 1 1 1 1

11/26/2013 11:11 AM

006544-VM2-PAK NT9K08AD35 NT9K05AA03 NT9K05AA93 NT9K08AA03 NT9K08AA35 NT9K08AA93 NT9K08AB03 NT9K08AB35 NT9K08AB93 NT9K08AC03 NT9K08AC35 NT9K08AC93 NT9K08AD03

p. 295

State of California

1 1 1 1 1 1 1 1

Bid IFB 13-001

NT9K08AD93 NT9K16AA03 NT9K16AA35 NT9K16AA93 NT9K16AC03 NT9K16AC35 NT9K16AC93 273000TP227E TOTAL

11/26/2013 11:11 AM

p. 296

State of California

Bid IFB 13-001

price for each of the parts listed.

Description Cards Card 16-port Extended Digital Line XDLC - New Card 16-port Extended Digital Line XDLC - Refurb Card 16-port Extended Digital Line XDLC - New Card 16-port Extended Digital Line XDLC - Refurb Card 8-Port Universal Trunk - New Card 8-Port Universal Trunk - Refurb Extended Analogue Message Waiting Line Card Refurb Global Analogue Line Card - New Station Sets Single Line 2554-type wall set - New

Price Each

2554 Single Line wall set (keypad in handset) - New Single Line 2500-type desk set (no keypad) - New Single Line 2500-type wall set (no keypad) - New Meridian M3901 Station Set - New Meridian M3901 Station Set - Refurb Meridian M3902 Station Set - New Meridian M3902 Station Set - Refurb Meridian M3903 Station Set - Refurb Meridian M3904 Station Set - New Meridian M3904 Station Set - Refurb 2554 Cortelco Analog wall phone ash (REFURB) Cortelco 2500 Desk Telephone ASH (REFURB) NO DIAL MODLE 2554 WALL PHONE ASH (REFURB) CORTELCO AMP HANDSET (REFURB) M2008 HANDSFREE DISPLAY ASH (REFURB) M2006 BASIC ARSII BLACK (REFURB) M2006 BASIC ARSII GRAY (REFURB) 2008 BASIC BLACK (REFURB) M2008 BASIC ASH (REFURB) M2008 BASIC GRAY (REFURB) M2008 HANDSFREE BLACK (REFURB) M2008 HANDSFREE ASH (REFURB) M2008 HANDSFREE GRAY (REFURB) M2008 DISPLAY BLACK (REFURB) M2008 DISPLAY ASH (REFURB) M2008 DISPLAY GRAY (REFURB) M2008 HANDSFREE DISPLAY BLACK (REFURB)

11/26/2013 11:11 AM

p. 297

State of California

Bid IFB 13-001

M2008 HANDSFREE DISPLAY GRAY (REFURB) M2616 BASIC BLACK (REFURB) M2616 BASIC ASH (REFURB) M2616 BASIC GRAY (REFURB) M2616 DISPLAY BLACK (REFURB) M2616 Display Ash (REFURB) M2616 DISPLAY GRAY (REFURB) Cortelco 2730 (LINE POWERED) $0.00

11/26/2013 11:11 AM

p. 298

State of California

11/26/2013 11:11 AM

Bid IFB 13-001

p. 299

State of California

Bid IFB 13-001

PBX ISM LICENSE SHARING Instructions: Bidder shall price Between System ISM Transfers for 40 loactions

Description Global ISM Transfer Site Administration Network Pool 10 sites

11/26/2013 11:11 AM

Part Number NT8R80AE

p. 300

State of California

QTY

Price Each

Bid IFB 13-001

Total

4

11/26/2013 11:11 AM

p. 301

State of California

Bid IFB 13-001

Instructions: The bidder shall enter the maintenance cost for each of the items in Row 4 Columns D, E, F, G H and I. Curren CDCR has one full time on site technician at Pelican Bay State Prison and two sites which share and an on site technician. F Site is based on 40 hours per week. The option to have a 20 hour on site techncian shall be avaialbe. Both options shall be for the duration of the CTEN contract. NOTE: No entry is required for the shaded cells

# 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34

INSTITUTION NAME Avenal State Prison California Correctional Center California Correctional Institution California Institution for Men California Institution for Women California Medical Facility California Men's Colony California Rehabilitation Center California State Prison, Corcoran California State Prison, Sacramento California State Prison, Solano California State Prison,Los Angeles County California Substance Abuse Treatment Facility Calipatria State Prison, Calapatria Centinela State Prison, Centinella Central California Women's Facility Chuckawalla Valley State Prison (ON SITE 20 HRS PER WEEK) Correctional Training Facility Deuel Vocational Institution Estrella (Off line) Folsom State Prison Heman G. Stark Youth Facility Kern Valley State Prison High Desert State Prison Ironwood State Prison (ON SITE 20 HRS PER WEEK) Mule Creek State Prison Northern California Re-entry Facility - Stockton Northern California Youth Facility North Kern State Prison Pelican Bay State Prison (ON-SITE 40 HRS PER WEEK) Pleasant Valley State Prison R.J. Donovan Correctional Facility at Rock Mountain Richard A. McGee Training Center Salinas Valley State Prison

11/26/2013 11:11 AM

PORT COUNT PER PORT (PC) MAINTENANCE 2011-2012 COST W/O ON SITE 1508 1257 1480 1914 1001 1901 2102 1192 1754 1405 1295 1640 2144 1251 1421 1279 987 1580 1359 0 1120 190 1460 1335 1368 1287 99 67 1354 1467 1356 1512 470 1681

p. 302

State of California

35 36 37 38 39 40

San Quentin State Prison Stockton Training Center Sierra Conservation Center Valley State Prison for Women Ventura Youth Correctional Facility Wasco State Prison

Bid IFB 13-001

2406 192 899 1194 391 1588

PORT COUNT TO BID TO

49906

PER PORT MAINTENANCE COST W/O ON SITE PER PORT MAINTENANCE COST W/O ON SITE YEARLY COST PER PORT MAINTENANCE COST WITH ON SITE PER PORT MAINTENANCE COST WITH ON SITE YEARLY COST COLUMN (F X 12) ON SITE MAINTENANCE PER YEAR 40 HOUR WEEK ON SITE MAINTENANCE PER YEAR 20 HOUR WEEK

11/26/2013 11:11 AM

p. 303

State of California

Bid IFB 13-001

umns D, E, F, G H and I. Currently the are and an on site technician. Full time On avaialbe. Both options shall be avaialable

PER PORT MAINTENANCE COST W/O ON SITE YEARLY COST COLUMN (D X 12)

11/26/2013 11:11 AM

PER PORT MAINTENANCE COST WITH ON SITE

PER PORT MAINTENANCE COST WITH ON SITE YEARLY COST COLUMN (F X 12)

ON SITE MAINTENANCE PER YEAR 40 HOUR WEEK

p. 304

State of California

11/26/2013 11:11 AM

Bid IFB 13-001

p. 305

State of California

Bid IFB 13-001

ON SITE MAINTENANCE PER YEAR 20 HOUR WEEK

11/26/2013 11:11 AM

p. 306

State of California

11/26/2013 11:11 AM

Bid IFB 13-001

p. 307

State of California

Bid IFB 13-001

Instructions: This section is for the Avaya Price book Catalog. The bidder shall provide the most current price book catolog. The bidder shall enter enter Yes or No in column D which indicates the bidder agrees to a 40% or greater discount off MSRP. The Price Book shall be updated on an anual basis but the percent off MSRP will be for the duration of the contract. An entry of No in column D ( % off of MSRP >40%) Yes/No will be considered a mandatory deviation and will disqualify the bidder. The Price Book shall be Attachment 24

11/26/2013 11:11 AM

Bidder aggess to a 40% or greater discount off of MSRP Yes /No

p. 308

State of California

11/26/2013 11:11 AM

Bid IFB 13-001

p. 309

State of California

Bid IFB 13-001

CORE I H/W AND S/W COST MANDATORY AADC1 AADC2 CCI DC1DC2SBC DC2SBC ASP CAL CCC CCWF CEN CIM CIW CMC CMF CRC COR CTF CVSP DVI ECF FSP HDSP HGSCC ISP KVSP LAC MCSP NCRF NCYCC NKSP PBSP PVSP RAM RJD SAC SATF SCC SOL SQSP STC SVSP VSPW

11/26/2013 11:11 AM

Automated Attendant Data Center 1 Automated Attendant Data Center 2 CCI Upgrade DC1 & DC2 with SBC at DC1 DC2 SBC Avenal State Prison Calipatria State Prison California Correctional Center Central California Women’s Facility Centinela State Prison California Institution for Men California Institution for Women California Men’s Colony California Medical Facility California Rehabilitation Center California State Prison, Corcoran Correctional Training Facility Chuckawalla Valley State Prison Deuel Vocational Institution Pasa Robles Folsom State Prison High Desert State Prison Heman G. Stark Ironwood State Prison Kern Valley State Prison California State Prison (Lancaster) Mule Creek State Prison Northern California Reentry Facility Northern California Youth CC? North Kern State Prison Pelican Bay State Prison Pleasant Valley State Prison Richard A. McGee Correctional Training Center R.J. Donovan Correctional Facility at Rock Mountain California State Prison, Sacramento California Substance Abuse Treatment Facility Sierra Conservation Center California State Prison, Solano San Quentin State Prison Stockton Training Center Salinas Valley State Prison Valley State Prison for Women

p. 310

State of California

VYCF WSP Totals:

11/26/2013 11:11 AM

Bid IFB 13-001

Ventura Youth Facility Wasco State Prison TOTAL

p. 311

State of California

CORE I INSTALLATION COST MANDATORY

11/26/2013 11:11 AM

CORE II H/W AND S/W COST MANDATORY

CORE II PBX H/W AND INSTALLATION COST S/W COST MANDATORY MANDATORY

Bid IFB 13-001

PBX H/W AND S/W COST MANDATORY OPTIONAL

p. 312

State of California

11/26/2013 11:11 AM

Bid IFB 13-001

p. 313

State of California

PBX INSTALLATION COST MANDATORY

11/26/2013 11:11 AM

PBC PASS BASIC PASS BASIC INSTALLATION COST COST COST MANDATORY MANDATORY MANDATORY 3 YEAR 1 YEAR OPTIONAL

Bid IFB 13-001

PASS PLUS MANDATORY OPTIONAL 3 YEAR

PASS PLUS MANDATORY OPTIONAL 1 YEAR

p. 314

State of California

11/26/2013 11:11 AM

Bid IFB 13-001

p. 315

State of California

SIP Acc Port (5:1)

Appl SIP Trks Seq (AAM) (PSTN)

327 384 307 311 283 365 292 497 485

28 32 24 20 24 28 24 36 36

87 75 87 73 81 87 59 68 68

429 297 279 259 440 228 245 188 249 1528 384 326 92 201 255 445 1534 114 285 1552 387 290 242 444 50 379 221

32 24 24 22 10 20 20 18 22 24 32 28 10 18 22 36 24 12 24 28 32 24 20 36 8 32 20

80 86 30 64 29 71 94 54 76 62 136 59 42 62 62 66 86 20 99 57 122 88 88 268 28 68 62

11/26/2013 11:11 AM

Bid IFB 13-001

p. 316

State of California

73 331

8 28

22 80

14,998

910

2,846

11/26/2013 11:11 AM

Bid IFB 13-001

p. 317

State of California

Bid IFB 13-001 Page 9 of 172

Automated Attendant Product Code

Quantity

185446

Description

Unit Price

Ext Price

AVAYA COMMUNICATIONS SOLUTION

265021

1

264800

14

AAEP MODEL AAEP 6.X PER PORT LIC NEW

264868

1

AAEP 6.X MEDIA ENCRYPTION

264869

1

AAOD 6.X

266391

1

AAEP 6.X PER EPM TRACK

272730

1

APS NTWK READINESS ASSESSMENT-AVAYA PROV

273122

1

SAL STDALN GATEWAY LIC R2 DWNLD

405362641

1

PWR CORD USA

700501091

1

DL360G7 SRVR VP

232280

1

SA SELF SERVICE MODEL

232946

1

UPG ADV AAEP OD R6 TRACKING

Product and Software

36 months POS 251858

14

UPG ADV AAEP6 PER PT 3YAN

36 months POS 252012

1

SA PREF AAEP OD R6 TRACKING

36 months POS 257392

14

SA PREF AAEP6 PER PT 3YAN

36 months POS

H/W AND S/W TOTAL ONE TIME

INSTALLATION COST

11/26/2013 11:11 AM

p. 318

State of California

Bid IFB 13-001 Page 10 of 172

Automated Attendant Data Center 2 Product Code ------------

Quantity Description ---

185446

Unit Price

----------------------------------------

Ext Price

---

AVAYA COMMUNICATIONS SOLUTION

265021

1

AAEP MODEL

264851

14

AAEP 6.X PER PORT DR LIC

264868

1

AAEP 6.X MEDIA ENCRYPTION

264869

1

AAOD 6.X

266391

1

AAEP 6.X PER EPM TRACK

272730

1

APS NTWK READINESS ASSESSMENT-AVAYA PROV

273122

1

SAL STDALN GATEWAY LIC R2 DWNLD

405362641

1

PWR CORD USA

700501091

1

DL360G7 SRVR VP

232280

1

SA SELF SERVICE MODEL

232946

1

UPG ADV AAEP OD R6 TRACKING

14

UPG ADV AAEP6 PER PT 3YAN

1

SA PREF AAEP OD R6 TRACKING

14

SA PREF AAEP6 PER PT 3YAN

Product and Software

36 months POS 251858 36 months POS 252012 36 months POS 257392 36 months POS

H/W AND S/W TOTAL ONE TIME

INSTALLATION COST

11/26/2013 11:11 AM

p. 319

State of California

Bid IFB 13-001 Page 11 of 172

CCI Product Code ------------

Quantity Description ----

185446

----------------------------------------

Unit Price

Ext Price

---

AVAYA COMMUNICATIONS SOLUTION

184716

1

CM S8700 MULTI CONNECT MODEL UPG

227273

1

SAL POLICY SRVR LIC R1.5 DWNLD

231820

1

AVAYA AURATM RFA TO PLDS CONVERSION

259401

1

MEDIA ENCRYPTION R6+/MBT

263764

3

DL360G7 SERVER CM S/D/MBT/SBC

266527

1

R6 LARGE ENT DUPLX SOL UPG TRACKING

268683

1939

AURA FOUNDATION SUITE R6 UPG SW LIC

269360

1

FND SUITE R6 MGMT SITE ADMIN LIC /E

269361

1

FND SUITE R6 MGMT NTWK MGMT LIC /E

269363

1939

FOUNDATION SUITE R6SM SIPCONN LIC /E

269390

1939

FND SUITE UCE R6 ONE-X COMMR6 LIC /E

269405

1939

FOUNDATION SUITE R6 PS R6 LIC /E

269406

1

269422

1939

FND SUITE R6 ONE-XC VIDEO R6 LIC /E

270052

1939

FOUNDATION SUITE R6 CMM R6 LIC /E

271180

1939

FND SUITE FLARE EXP WINR1 CM6 LIC /E

271181

1939

FND SUITE 1XC MAC OS R1 LIC /E

272730

1

APS NTWK READINESS ASSESSMENT-AVAYA PROV

272782

1

FND SUITE R6 ACE BASE LINUX R6 /E

272783

1939

FND SUITE R6 CA DCE ENBL R6 /E

272785

1939

FND SUITE R6 CA OFFCE LYNC R6 /E

272789

1939

FND SUITE R6 ACE NAMED ROYALTY TRACK

272790

1939

FND SUITE R6 ACE API R6 /E

273122

1

SAL STDALN GATEWAY LIC R2 DWNLD

405362641

3

PWR CORD USA

700500751

1

ADMIN TOOLS R6.0 CD

700500752

1

NETWORK MGMT TOOLS R6.0 DVD

700505965

1

AVAYA AURA PS R6.2 MEDIA DVD

700505969

3

AVAYA AURATM R6.3.0 SFTW DVD

700505971

3

AVAYA AURATM SYS PLATFORM 6.3.0 CD

232253

1

252565

1939

UPG ADV AURA R6 FND/S 3YAN

1939

SA PREF AURA R6 FND/S 3YAN

FND SUITE R6 PS SFTW DWNLD R6 LIC /E

Product and Software SA CM MODEL

36 months POS 257065 36 months POS 232253

1

SA CM MODEL

250581

1

SA PREF TRKG REMOTE SITE AVAYA AURATM R6

232253

1

SA CM MODEL

250581

1

SA PREF TRKG REMOTE SITE AVAYA AURATM R6

1

SA CM MODEL

36 months POS

36 months POS 232253

11/26/2013 11:11 AM

p. 320

State of California

250581

1

SA PREF TRKG REMOTE SITE AVAYA AURATM R6

232253

1

SA CM MODEL

250581

1

SA PREF TRKG REMOTE SITE AVAYA AURATM R6

Bid IFB 13-001 Page 12 of 172

36 months POS

36 months POS

H/W AND S/W TOTAL ONE TIME

INSTALLATION COST

11/26/2013 11:11 AM

p. 321

State of California

Bid IFB 13-001 Page 13 of 172

DC1 & DC2 with SBC at DC1 Product Code ------------

Quantity Description -----

185446

----------------------------------------

Unit Price

Ext Price

---

AVAYA COMMUNICATIONS SOLUTION

184244

1

CM S8500 MODEL UPG

227273

1

SAL POLICY SRVR LIC R1.5 DWNLD

259401

1

MEDIA ENCRYPTION R6+/MBT

263764

1

DL360G7 SERVER CM S/D/MBT/SBC

266528

1

R6 LARGE ENT SIMPLX SOL MIG TRACKING

266632

50

AV FLARE STDALN IPAD R1 CMR6 LIC

268840

50

AURA FOUNDATION SUITE R6 ASIPP LIC

269360

1

FND SUITE R6 MGMT SITE ADMIN LIC /E

269361

1

FND SUITE R6 MGMT NTWK MGMT LIC /E

269362

1

FND SUITE R6 SYSTEM MANAGER LIC /E

269363

2140

FOUNDATION SUITE R6SM SIPCONN LIC /E

269390

50

FND SUITE UCE R6 ONE-X COMMR6 LIC /E

269405

50

FOUNDATION SUITE R6 PS R6 LIC /E

269422

50

FND SUITE R6 ONE-XC VIDEO R6 LIC /E

270052

50

FOUNDATION SUITE R6 CMM R6 LIC /E

270139

2000

271021

1

ASBCE R6.2 CORE DELL R210-II

271180

50

FND SUITE FLARE EXP WINR1 CM6 LIC /E

271181

50

FND SUITE 1XC MAC OS R1 LIC /E

272782

1

FND SUITE R6 ACE BASE LINUX R6 /E

272783

50

FND SUITE R6 CA DCE ENBL R6 /E

272785

50

FND SUITE R6 CA OFFCE LYNC R6 /E

272789

50

FND SUITE R6 ACE NAMED ROYALTY TRACK

272790

50

FND SUITE R6 ACE API R6 /E

273122

1

SAL STDALN GATEWAY LIC R2 DWNLD

405362641

4

PWR CORD USA

700477094

1

CM MESSAGING R6 MEDIA KIT

700500751

1

ADMIN TOOLS R6.0 CD

700500752

1

NETWORK MGMT TOOLS R6.0 DVD

700501093

1

DL360G7 SERVER SYSTEM MANAGER

700503875

1

ASBCE R6.2 CORE EMS SYS SFTW

700504530

1

AVAYA AURATM SYS MANAGER 6.3 DVD

700504700

1

AVAYA AURATM SM6.3 RH KCKST NEW DVD

700505970

1

AVAYA AURATM SESSION MGR 6.3.2 DVD

272730

1

APS NTWK READINESS ASSESSMENT-AVAYA PROV

405362641

5

PWR CORD USA

700459456

1

G450 MP80 W/POWER SUPPLY NON-GSA

700501092

2

DL360G7 SERVER SESSION MANAGER

700505969

1

AVAYA AURATM R6.3.0 SFTW DVD

700505971

1

AVAYA AURATM SYS PLATFORM 6.3.0 CD

193806

1

UTILITY TRIGGER REM GATEWAY NEW SITE

263764

1

DL360G7 SERVER CM S/D/MBT/SBC

272730

1

APS NTWK READINESS ASSESSMENT-AVAYA PROV

405362641

4

PWR CORD USA

700459456

1

G450 MP80 W/POWER SUPPLY NON-GSA

700501092

1

DL360G7 SERVER SESSION MANAGER

700505969

1

AVAYA AURATM R6.3.0 SFTW DVD

11/26/2013 11:11 AM

ASBCE R6.2+ STD SVCS LIC 1001-2K

p. 322

State of California

700505971

1

AVAYA AURATM SYS PLATFORM 6.3.0 CD

184048

1

MM MODEL

244920

1

MSG R6.X APPLICATION

244929

1

MSG R6.X 1 SEAT MAINSTRM NEW

259726

1

MSG R6.X NEW SYSTEM TRACKING

264180

1

DL360G7 SRVR AA MSG STD STRG

405362641

1

PWR CORD USA

244923

22800

MSG R6.X AV STORE SEAT TRACKING

244929

14410

MSG R6.X 1 SEAT MAINSTRM NEW

244935

4650

244936

1

MSG R6.X APPLICATION PLUS STORAGE

259726

1

MSG R6.X NEW SYSTEM TRACKING

264180

3

DL360G7 SRVR AA MSG STD STRG

264182

1

DL360G7 SRVR AA MSG HI-CAP STRG

270893

3740

272730

1

APS NTWK READINESS ASSESSMENT-AVAYA PROV

273122

1

SAL STDALN GATEWAY LIC R2 DWNLD

405362641

5

PWR CORD USA

232253

1

232765

2000

SA PREF ASBCE R6 STD SVCS 1001-2K 3YAN

2000

UPG ADV ASBCE R6 STD SVCS 1001-2K 3YAN

Bid IFB 13-001 Page 14 of 172

MSG R6.X 1 SEAT MAINSTRM MOVE W/UPG

MSG R6.X MAINSTREAM ASIPP NC CP LIC

Product and Software SA CM MODEL

36 months POS 232771 36 months POS 252375

50

UPG ADV FLARE STDALN IPAD1 CM6 3YAN

50

UPG ADV AURA R6 FND/S 3YAN

50

SA PREF AURA R6 FND/S 3YAN

50

SA PREF FLARE STDALN IPAD1 CM6 3YAN

232253

1

SA CM MODEL

250581

1

SA PREF TRKG REMOTE SITE AVAYA AURATM R6

260101

50

ONE-X MBL SIP IOS R1/R5 NEW LIC

232258

1

SA MSGING MODEL

238504

1

SA PREF AURA MSG 6 MAINSTREAM 3YAN

1

UPG ADV AURA MSG 6 MAINSTREAM 3YAN

1

SA MSGING MODEL

36 months POS 252565 36 months POS 257065 36 months POS 258098 36 months POS

36 months POS

36 months POS 238510 36 months POS 232258

11/26/2013 11:11 AM

p. 323

State of California

238504

14410

SA PREF AURA MSG 6 MAINSTREAM 3YAN

4650

SA PREF AURA MSG 6 MAINSTREAM 3YAN

3740

SA PREF AURA MSG 6 MAINSTREAM 3YAN

3740

UPG ADV AURA MSG 6 MAINSTREAM 3YAN

14410

UPG ADV AURA MSG 6 MAINSTREAM 3YAN

4650

UPG ADV AURA MSG 6 MAINSTREAM 3YAN

Bid IFB 13-001 Page 15 of 172

36 months POS 238504 36 months POS 238504 36 months POS 238510 36 months POS 238510 36 months POS 238510 36 months POS

H/W AND S/W TOTAL ONE TIME

INSTALLATION COST

11/26/2013 11:11 AM

p. 324

State of California

Bid IFB 13-001 Page 16 of 172

DC2 SBC Product Code ------------

Quantity Description ----

185446

Unit Price

----------------------------------------

Ext Price

---

AVAYA COMMUNICATIONS SOLUTION

185840

1

270139

2000

CM MODEL ADDITIONS

271021

1

ASBCE R6.2 CORE DELL R210-II

405362641

1

PWR CORD USA

700503875

1

ASBCE R6.2 CORE EMS SYS SFTW

272730

1

APS NTWK READINESS ASSESSMENT-AVAYA PROV

232253

1

232765

2000

SA PREF ASBCE R6 STD SVCS 1001-2K 3YAN

2000

UPG ADV ASBCE R6 STD SVCS 1001-2K 3YAN

ASBCE R6.2+ STD SVCS LIC 1001-2K

Product and Software SA CM MODEL

36 months POS 232771 36 months POS

H/W AND S/W TOTAL ONE TIME

INSTALLATION COST

11/26/2013 11:11 AM

p. 325

State of California

Bid IFB 13-001

Reference ID: ASP Activity: System Upgrade to CS 1000M Product: Communication Server System Option: CS 1000M Single Group Description: ASP - Avenal State Prison Site ID: 81409 Quantity

Part Number

Description

1

271982

APS NRA tracking

2

N0026096

Blank Faceplate MMDU Slot

2

NT4N39BAE5

Pack CP PIV 512M DDR

1

NT8D04BBE5

Pack Superloop Network

1

NT8D49AAE6

Expansion Spacer

1

NT8D91AEE6

XNET to XPEC Cable - 8 ft

1

NTBK51CAE5

Dtrbd 2 Port DCHI 51C-81C

1

NTBK65AAE5

MG1000 Chassis and Cabinet T1

2

NTCG03ACE6

Cable 4' CC-CDTI2/DDP/DDP2

2

NTCG03ADE6

Cable 7' CC-CDTI2/DDP/DDP2

3

NTDU41GA

Media Card 32S (MC 32S)

1

NTE900PH

PBX 61C/1000M SG upg to CP PIV

414

NTE980JC

1 SIP Acc Port - no charge

28

NTE980JD

ELC Acc Prt - SM for App seq

12

NTE980MA

All Sys 1-MUS Con License

50

NTE980PA

All Sys 1-PERS Call Asst Lic

12

NTE980RA

All Sys 1-RAN Con License

1

NTHU63AF

CPDC SS (IPE Shelf) - R7.6

1

NTM427BEE6

CPDC Sig Srvr SW (4GB USB) 7.6

2

NTRB53AAE5

Clock Controller PC Pack

1

NTWB15CA

M1 IPE 4-SEG Module DC Package

1

NTZC72AA

Dual Port DTI/PRI Package

1632

NTE960LB

SW Upg R7.6 (to 1999 usrs/sys)

1

NTM444CF

CF SW Inst Kit CPPIV 7.6-NoDng

115

NTL264231

SM R6.X SIP CON LIC ENTITLE

442

NTL264148

SM R6.X SIP CON LIC

Part Number

Description

AL4500E15-E6

ERS 4524GT-PWR with 24 10/100/1000 802.3af PoE ports and 4 shared SFP ports, plus HiStack ports and RPS connector. Inc. Base Software License & 46cm stack cable. (N America power cord)

Data Products Parts Quantity

2

H/W AND S/W TOTAL ONE TIME INSTALLATION COST

11/26/2013 11:11 AM

p. 326

State of California

Unit Price

Bid IFB 13-001

Ext Price

0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0

0

0

11/26/2013 11:11 AM

p. 327

State of California

Bid IFB 13-001

Reference ID: ASP - Avenal State Prison Site ID: 81409 Equipment Location ID's

81409 (Switch Id)

Three Year Mandatory Part Number

Product Description

Service Quantity Service Order Code

1632

GE4303AQR

442

GE4303EGD

NTL264148

SM R6.X SIP CONNECTION LICENSE

NTL264231

SM R6.X SIP CONNECTION LIC ENTITLE 115

GE4303EL2

Total

One Year Mandatory Optional Part Number

Product Description

Service Quantity Service Order Code

Future Addendum will address this item

11/26/2013 11:11 AM

p. 328

State of California

Service Description

# Year Term Unit Price

Bid IFB 13-001

Ext Price

Count Based Services - CS1000 and M1 CS1000 - Partner Assurance Software Support - Tier 3 (1200-1999 users) Basic-3 Year (Annual Unit Price)-SLNAQR Other Services

3

0

Aura Applications - Session Manager - - Partner Assurance Software Support - Base - 3 Year (Annual Unit Price) - Service Line Number EGD

3

0

Aura Applications - Session Manager - No Charge License Entitlement - Partner Assurance Software Support - Base - 3 Year Pre-pay - Service Line Number EL2

3

0

0

Service Description

# Year Term Unit Price

Ext Price

Count Based Services - CS1000 and M1 1

11/26/2013 11:11 AM

0

p. 329

State of California

11/26/2013 11:11 AM

Bid IFB 13-001

p. 330

State of California

Bid IFB 13-001

System Option: CS 1000M Single Group End Customer: Not Specified Description: CAL - Calipatria State Prison Site ID: J00670

Order Parts List: Main Quantity

Part Number

Description

1

NTHU50DA

Cardcage Upgrade to CP PIV DC

1

271982

APS NRA tracking

6

N0113525

Panel cPCI Card Slot Filler

2

NT6D41CAE5

PWR Supply DC CE CEPS-DC

4

NT6D42CDE5

PC Pack DC Ring Generator 16VA

52

NT7K20ABE6

Ext. Analogue MW Line Card

8

NT8D02HAE5

Card 16-port XDLC

4

NT8D04BBE5

Pack Superloop Network

2

NT8D16ACE5

Card 8-channel XDTR

4

NT8D49AAE6

Expansion Spacer

1

NT8D91ADE6

XNET to XPEC Cable - 6 ft

3

NT8D91AEE6

XNET to XPEC Cable - 8 ft

2

NT8D91AFE6

XNET to XPEC Cable - 10 ft

2

NT9D18AAE6

Side Trim Assy./Die Cast

4

NTCG03AAE6

Cable 14' CC-CDTI2/DDP/DDP2

5

NTDU41GA

Media Card 32S (MC 32S)

1

NTE960DC

SYS UPG to 61C/1000M SG CPPIV

459

NTE980JC

1 SIP Acc Port - no charge

32

NTE980JD

ELC Acc Prt - SM for App seq

12

NTE980MA

All Sys 1-MUS Con License

50

NTE980PA

All Sys 1-PERS Call Asst Lic

12

NTE980RA

All Sys 1-RAN Con License

3

NTHU63AF

CPDC SS (IPE Shelf) - R7.6

3

NTM427BEE6

CPDC Sig Srvr SW (4GB USB) 7.6

2

NTRB53AAE5

Clock Controller PC Pack

1

NTWB15AB

Cab DC Top Cap & Pedestal

5

NTWB15CA

M1 IPE 4-SEG Module DC Package

2

QPC441GE5

3 Port Extender Pack / 3PE

1

NTE907CI

CF SW Inst Kit (CPPIV) R7.6

1916

NTE960LB

SW Upg R7.6 (to 1999 usrs/sys)

107

NTL264231

SM R6.X SIP CON LIC ENTITLE

491

NTL264148

SM R6.X SIP CON LIC

Quantity

Part Number

Description

2

AL4500E15-E6

ERS 4524GT-PWR with 24 10/100/1000 802.3af PoE ports and 4 shared SFP ports, plus HiStack ports and RPS connector. Inc. Base Software License & 46cm stack cable. (N America power cord)

Data Products Parts

H/W AND S/W TOTAL ONE TIME INSTALLATION COST

11/26/2013 11:11 AM

p. 331

State of California

Unit Price

Bid IFB 13-001

Ext Price

0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0

0

0

11/26/2013 11:11 AM

p. 332

State of California

Bid IFB 13-001

Reference ID: CAL - Calipatria State Prison Site ID: J00670 Equipment Location ID's

J00670 (Switch Id)

Three Year Mandatory Part Number

Product Description

Service Quantity

Service Order Code

1916 GE4303AQR

NTL264148

SM R6.X SIP CONNECTION LICENSE

491 GE4303EGD

NTL264231

SM R6.X SIP CONNECTION LIC ENTITLE

107 GE4303EL2

Total

One Year Mandatory Optional Part Number

Product Description

Service Quantity

Service Order Code

Future Addendum will address this item

11/26/2013 11:11 AM

p. 333

State of California

Service Description

Bid IFB 13-001

# Year Term

Unit Price

Ext Price

Count Based Services - CS1000 and M1 CS1000 - Partner Assurance Software Support - Tier 3 (1200-1999 users) Basic-3 Year (Annual Unit Price)-SLNAQR Other Services

3

0

Aura Applications - Session Manager - - Partner Assurance Software Support - Base - 3 Year (Annual Unit Price) - Service Line Number EGD

3

0

Aura Applications - Session Manager - No Charge License Entitlement Partner Assurance Software Support - Base - 3 Year Pre-pay - Service Line Number EL2

3

0 0

Service Description

# Year Term

Unit Price

Ext Price

Count Based Services - CS1000 and M1 1

11/26/2013 11:11 AM

0

p. 334

State of California

Bid IFB 13-001

Activity: System Upgrade to CS 1000M Product: Communication Server System Option: CS 1000M Multi Group Description: CCC - California Correctional Center Site ID: Z02098

Order Parts List: Main Quantity

Part Number

Description

1

NTHU50DA

Cardcage Upgrade to CP PIV DC

1

271982

APS NRA tracking

6

N0113525

Panel cPCI Card Slot Filler

2

NT6D41CAE5

PWR Supply DC CE CEPS-DC

1

NT7D11BEE6

Module/Module PWR Harnes 48VDC

2

NT8D04BBE5

Pack Superloop Network

4

NT8D31ABE6

Blank Faceplate 1.0 inch CE

1

NT8D91AEE6

XNET to XPEC Cable - 8 ft

1

NT8D91AFE6

XNET to XPEC Cable - 10 ft

4

NTDU41GA

Media Card 32S (MC 32S)

1

NTE900PG

Opt81/81C FNF Upgrade

1

NTE900PJ

PBX 81C/1000M MG upg to CP PIV

370

NTE980JC

1 SIP Acc Port - no charge

24

NTE980JD

ELC Acc Prt - SM for App seq

12

NTE980MA

All Sys 1-MUS Con License

50

NTE980PA

All Sys 1-PERS Call Asst Lic

12

NTE980RA

All Sys 1-RAN Con License

1

NTHU37AA

Upg Network Group to FNF-Grp0

1

NTHU38AA

UPG NWK GRP TO FNF (NOT GP 0)

1

NTHU63AF

CPDC SS (IPE Shelf) - R7.6

1

NTM427BEE6

CPDC Sig Srvr SW (4GB USB) 7.6

4

NTRC48AAE6

Cable 6.5 FIJI Fiber SonetRing

1

NTWB15GA

IPE DC Conversion Pkg

1416

NTE960LB

SW Upg R7.6 (to 1999 usrs/sys)

1

NTM444CF

CF SW Inst Kit CPPIV 7.6-NoDng

111

NTL264231

SM R6.X SIP CON LIC ENTITLE

394

NTL264148

SM R6.X SIP CON LIC

Quantity

Part Number

Description

2

AL4500E15-E6

ERS 4524GT-PWR with 24 10/100/1000 802.3af PoE ports and 4 shared SFP ports, plus HiStack ports and RPS connector. Inc. Base Software License & 46cm stack cable. (N America power cord)

Data Products Parts

H/W AND S/W TOTAL ONE TIME INSTALLATION COST

11/26/2013 11:11 AM

p. 335

State of California

Unit Price

Bid IFB 13-001

Ext Price

0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0

0

0

11/26/2013 11:11 AM

p. 336

State of California

Bid IFB 13-001

Quote Status: Ready to order Site ID: Z02098 SBA Number: Not Specified Equipment Location ID's Z02098 (Switch Id)

Three Year Mandatory Part Number

Product Description

Service Quantity Service Order Code

1416

GE4303AQR

NTL264148

SM R6.X SIP CONNECTION LICENSE

394

GE4303EGD

NTL264231

SM R6.X SIP CONNECTION LIC ENTITLE

111

GE4303EL2

Total One Year Mandatory Optional Part Number

Product Description

Service Quantity Service Order Code

Future Addendum will address this item

11/26/2013 11:11 AM

p. 337

State of California

Service Description

# Year Term

Bid IFB 13-001

Unit Price

Ext Price

Count Based Services - CS1000 and M1 CS1000 - Partner Assurance Software Support - Tier 3 (12001999 users) Basic-3 Year (Annual Unit Price)-SLNAQR

3

0

3

0

3

0

Other Services Aura Applications - Session Manager - - Partner Assurance Software Support - Base - 3 Year (Annual Unit Price) - Service Line Number EGD Aura Applications - Session Manager - No Charge License Entitlement - Partner Assurance Software Support - Base - 3 Year Pre-pay - Service Line Number EL2

0

Service Description

# Year Term

Unit Price

Ext Price

Count Based Services - CS1000 and M1 1

11/26/2013 11:11 AM

0

p. 338

State of California

Bid IFB 13-001

Activity: System Upgrade to CS 1000M Product: Communication Server System Option: CS 1000M Single Group Description: CCWF - Central California Women's Facility Site ID: 840256

Order Parts List Quantity

Part Number

Description

1

271982

APS NRA tracking

2

N0026096

Blank Faceplate MMDU Slot

2

NT4N39BAE5

Pack CP PIV 512M DDR

3

NTDU41GA

Media Card 32S (MC 32S)

1

NTE900PH

PBX 61C/1000M SG upg to CP PIV

311

NTE980JC

1 SIP Acc Port - no charge

20

NTE980JD

ELC Acc Prt - SM for App seq

12

NTE980MA

All Sys 1-MUS Con License

50

NTE980PA

All Sys 1-PERS Call Asst Lic

12

NTE980RA

All Sys 1-RAN Con License

1

NTHU63AF

CPDC SS (IPE Shelf) - R7.6

1

NTM427BEE6

CPDC Sig Srvr SW (4GB USB) 7.6

1512

NTE960LB

SW Upg R7.6 (to 1999 usrs/sys)

1

NTM444CF

CF SW Inst Kit CPPIV 7.6-NoDng

93

NTL264231

SM R6.X SIP CON LIC ENTITLE

331

NTL264148

SM R6.X SIP CON LIC

Quantity

Part Number

Description

2

AL4500E15-E6

ERS 4524GT-PWR with 24 10/100/1000 802.3af PoE ports and 4 shared SFP ports, plus HiStack ports and RPS connector. Inc. Base Software License & 46cm stack cable. (N America power cord)

Data Products Parts

H/W AND S/W TOTAL ONE TIME INSTALLATION COST

11/26/2013 11:11 AM

p. 339

State of California

Unit Price

Bid IFB 13-001

Ext Price

0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0

0

0

11/26/2013 11:11 AM

p. 340

State of California

Bid IFB 13-001

Reference ID: CCWF - Central California Women's Facility Site ID: 840256 Equipment Location ID's 840256 (Switch Id)

Three Year Mandatory Part Number

Product Description

Service Quantity

Service Order Code

1512

GE4303AQR

NTL264148

SM R6.X SIP CONNECTION LICENSE

331

GE4303EGD

NTL264231

SM R6.X SIP CONNECTION LIC ENTITLE

93

GE4303EL2

Total

One Year Mandatory Optional Part Number

Product Description

Service Quantity

Service Order Code

Future Addendum will address this item

11/26/2013 11:11 AM

p. 341

State of California

Service Description

# Year Term

Bid IFB 13-001

Unit Price Ext Price

Count Based Services - CS1000 and M1 CS1000 - Partner Assurance Software Support - Tier 3 (1200-1999 users) Basic-3 Year (Annual Unit Price)SLNAQR Other Services

3

0

Aura Applications - Session Manager - - Partner Assurance Software Support - Base - 3 Year (Annual Unit Price) - Service Line Number EGD Aura Applications - Session Manager - No Charge License Entitlement - Partner Assurance Software Support - Base - 3 Year Pre-pay - Service Line Number EL2

3

0

3

0

0

Service Description

# Year Term

Unit Price Ext Price

Count Based Services - CS1000 and M1 1

11/26/2013 11:11 AM

0

p. 342

State of California

Bid IFB 13-001

Activity: System Upgrade to CS 1000M Product: Communication Server System Option: CS 1000M Multi Group End Customer: Not Specified Description: CEN - Centinela State Prison Site ID: K00489

Order Parts List: Main Quantity

Part Number

Description

1

NTHU50DA

Cardcage Upgrade to CP PIV DC

1

271982

APS NRA tracking

6

N0113525

Panel cPCI Card Slot Filler

2

NT6D41CAE5

PWR Supply DC CE CEPS-DC

1

NT7D11BEE6

Module/Module PWR Harnes 48VDC

2

NT8D31ABE6

Blank Faceplate 1.0 inch CE

4

NTCG03AAE6

Cable 14' CC-CDTI2/DDP/DDP2

3

NTDU41GA

Media Card 32S (MC 32S)

1

NTE960EC

SYS upg 81C/1000M MG CPPIV FNF

364

NTE980JC

1 SIP Acc Port - no charge

24

NTE980JD

ELC Acc Prt - SM for App seq

8

NTE980MA

All Sys 1-MUS Con License

50

NTE980PA

All Sys 1-PERS Call Asst Lic

8

NTE980RA

All Sys 1-RAN Con License

1

NTHU37AA

Upg Network Group to FNF-Grp0

1

NTHU40AA

Corenet Network Group Kit FNF

1

NTHU63AF

CPDC SS (IPE Shelf) - R7.6

1

NTM427BEE6

CPDC Sig Srvr SW (4GB USB) 7.6

2

NTND14BAE6

Cable Assy CNI to 3PE 6ft

2

NTND14BBE6

Cable CNI to 3PE 8ft

2

NTRB53AAE5

Clock Controller PC Pack

4

NTRC48AAE6

Cable 6.5 FIJI Fiber SonetRing

1

NTWB15GA

IPE DC Conversion Pkg

2

QPC441GE5

3 Port Extender Pack / 3PE

1

NTE907CI

CF SW Inst Kit (CPPIV) R7.6

1411

NTE960LB

SW Upg R7.6 (to 1999 usrs/sys)

105

NTL264231

SM R6.X SIP CON LIC ENTITLE

388

NTL264148

SM R6.X SIP CON LIC

Quantity

Part Number

Description

2

AL4500E15-E6

ERS 4524GT-PWR with 24 10/100/1000 802.3af PoE ports and 4 shared SFP ports, plus HiStack ports and RPS connector. Inc. Base Software License & 46cm stack cable. (N America power cord)

Data Products Parts

H/W AND S/W TOTAL ONE TIME INSTALLATION COST

11/26/2013 11:11 AM

p. 343

State of California

Unit Price

Bid IFB 13-001

Ext Price

0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0

0

0

11/26/2013 11:11 AM

p. 344

State of California

Bid IFB 13-001

Reference ID: CEN - Centinela State Prison Site ID: K00489 Equipment Location ID's K00489 (Switch Id)

Three Year Mandatory Part Number

Product Description

Service Quantity

Service Order Code

1411

GE4303AQR

388

GE4303EGD

NTL264148

SM R6.X SIP CONNECTION LICENSE

NTL264231

SM R6.X SIP CONNECTION LIC ENTITLE 105

GE4303EL2

Product Description

Service Order Code

Total

One Year Mandatory Optional Part Number

Service Quantity

Future Addendum will address this item

11/26/2013 11:11 AM

p. 345

State of California

Service Description

# Year Term

Unit Price

Bid IFB 13-001

Ext Price

Count Based Services - CS1000 and M1 CS1000 - Partner Assurance Software Support Tier 3 (1200-1999 users) Basic-3 Year (Annual Unit Price)-SLNAQR Other Services

3

0

Aura Applications - Session Manager - - Partner Assurance Software Support - Base - 3 Year (Annual Unit Price) - Service Line Number EGD

3

0

Aura Applications - Session Manager - No Charge License Entitlement - Partner Assurance Software Support - Base - 3 Year Pre-pay - Service Line Number EL2

3

0

0

Service Description

# Year Term

Unit Price

Ext Price

Count Based Services - CS1000 and M1 1

11/26/2013 11:11 AM

0

p. 346

State of California

Bid IFB 13-001

Activity: System Upgrade to CS 1000M Product: Communication Server System Option: CS 1000M Multi Group Description: CIM - California Institution for Men Site ID: Z01702

Order Parts List Quantity

Part Number

Description

1

NTHU50DA

Cardcage Upgrade to CP PIV DC

1

271982

APS NRA tracking

6

N0113525

Panel cPCI Card Slot Filler

2

NT6D41CAE5

PWR Supply DC CE CEPS-DC

1

NT7D11BEE6

Module/Module PWR Harnes 48VDC

4

NT8D31ABE6

Blank Faceplate 1.0 inch CE

4

NTCG03AAE6

Cable 14' CC-CDTI2/DDP/DDP2

4

NTDU41GA

Media Card 32S (MC 32S)

1

NTE900PG

Opt81/81C FNF Upgrade

1

NTE900PJ

PBX 81C/1000M MG upg to CP PIV

452

NTE980JC

1 SIP Acc Port - no charge

28

NTE980JD

ELC Acc Prt - SM for App seq

12

NTE980MA

All Sys 1-MUS Con License

50

NTE980PA

All Sys 1-PERS Call Asst Lic

12

NTE980RA

All Sys 1-RAN Con License

1

NTHU37AA

Upg Network Group to FNF-Grp0

1

NTHU38AA

UPG NWK GRP TO FNF (NOT GP 0)

1

NTHU63AF

CPDC SS (IPE Shelf) - R7.6

1

NTM427BEE6

CPDC Sig Srvr SW (4GB USB) 7.6

2

NTRB53AAE5

Clock Controller PC Pack

4

NTRC48AAE6

Cable 6.5 FIJI Fiber SonetRing

1

NTWB15GA

IPE DC Conversion Pkg

1821

NTE960LB

SW Upg R7.6 (to 1999 usrs/sys)

1

NTM444CF

CF SW Inst Kit CPPIV 7.6-NoDng

115

NTL264231

SM R6.X SIP CON LIC ENTITLE

480

NTL264148

SM R6.X SIP CON LIC

Quantity

Part Number

Description

2

AL4500E15-E6

ERS 4524GT-PWR with 24 10/100/1000 802.3af PoE ports and 4 shared SFP ports, plus HiStack ports and RPS connector. Inc. Base Software License & 46cm stack cable. (N America power cord)

Data Products Parts

H/W AND S/W TOTAL ONE TIME INSTALLATION COST

11/26/2013 11:11 AM

p. 347

State of California

Unit Price

Bid IFB 13-001

Ext Price

0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0

0

0

11/26/2013 11:11 AM

p. 348

State of California

Bid IFB 13-001

Reference ID: CIM - California Institution for Men Site ID: Z01702 Equipment Location ID's

Z01702 (Switch Id)

Three Year Mandatory Part Number

Product Description

Service Quantity

1821

NTL264148

SM R6.X SIP CONNECTION LICENSE

480

NTL264231

SM R6.X SIP CONNECTION LIC ENTITLE

115

Total

One Year Mandatory Optional Part Number

Product Description

Service Quantity

Future Addendum will address this item

11/26/2013 11:11 AM

p. 349

State of California

Service Order Code

Service Description

Bid IFB 13-001

# Year Term Unit Price

Ext Price

Count Based Services - CS1000 and M1 GE4303AQR

CS1000 - Partner Assurance Software Support Tier 3 (1200-1999 users) Basic-3 Year (Annual Unit Price)-SLNAQR Other Services

3

0

GE4303EGD

Aura Applications - Session Manager - - Partner Assurance Software Support - Base - 3 Year (Annual Unit Price) - Service Line Number EGD

3

0

GE4303EL2

Aura Applications - Session Manager - No Charge License Entitlement - Partner Assurance Software Support - Base - 3 Year Pre-pay Service Line Number EL2

3

0

0

Service Order Code

Service Description

# Year Term Unit Price

Ext Price

Count Based Services - CS1000 and M1 1

11/26/2013 11:11 AM

0

p. 350

State of California

Bid IFB 13-001

Reference ID: CIW Activity: System Upgrade to CS 1000M Product: Communication Server System Option: CS 1000M Single Group Description: CIW - California Institution for Women Site ID: J02281

Order Parts List Quantity

Part Number

Description

1

NTHU50DA

Cardcage Upgrade to CP PIV DC

1

271982

APS NRA tracking

6

N0113525

Panel cPCI Card Slot Filler

2

NT6D41CAE5

PWR Supply DC CE CEPS-DC

1

NT8D04BBE5

Pack Superloop Network

3

NTDU41GA

Media Card 32S (MC 32S)

1

NTE900PH

PBX 61C/1000M SG upg to CP PIV

351

NTE980JC

1 SIP Acc Port - no charge

24

NTE980JD

ELC Acc Prt - SM for App seq

12

NTE980MA

All Sys 1-MUS Con License

50

NTE980PA

All Sys 1-PERS Call Asst Lic

12

NTE980RA

All Sys 1-RAN Con License

1

NTHU63AF

CPDC SS (IPE Shelf) - R7.6

1

NTM427BEE6

CPDC Sig Srvr SW (4GB USB) 7.6

1456

NTE960LB

SW Upg R7.6 (to 1999 usrs/sys)

1

NTM444CF

CF SW Inst Kit CPPIV 7.6-NoDng

83

NTL264231

SM R6.X SIP CON LIC ENTITLE

375

NTL264148

SM R6.X SIP CON LIC

Quantity

Part Number

Description

2

AL4500E15-E6

ERS 4524GT-PWR with 24 10/100/1000 802.3af PoE ports and 4 shared SFP ports, plus HiStack ports and RPS connector. Inc. Base Software License & 46cm stack cable. (N America power cord)

Data Products Parts

Total INSTALLATION COST

11/26/2013 11:11 AM

p. 351

State of California

Unit Price

Bid IFB 13-001

Ext Price

0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0

0

0

11/26/2013 11:11 AM

p. 352

State of California

Bid IFB 13-001

Reference ID: CIW - California Institution for Women Site ID: J02281 Equipment Location ID's J02281 (Switch Id) Three Year Mandatory Part Number Product Description

Service Quantity Service Order Code

1456

GE4303AQR

NTL264148

SM R6.X SIP CONNECTION LICENSE

375

GE4303EGD

NTL264231

SM R6.X SIP CONNECTION LIC ENTITLE

83

GE4303EL2

Total

One Year Mandator y Optional Part Number Product Description

Service Quantity Service Order Code

Future Addendum will address this item

11/26/2013 11:11 AM

p. 353

State of California

Service Description Count Based Services - CS1000 and M1 CS1000 - Partner Assurance Software Support - Tier 3 (1200-1999 users) Basic-3 Year (Annual Unit Price)-SLNAQR

Bid IFB 13-001

# Year Term Unit Price Ext Price

3

0

Aura Applications - Session Manager - Partner Assurance Software Support - Base 3 Year (Annual Unit Price) - Service Line Number EGD

3

0

Aura Applications - Session Manager - No Charge License Entitlement - Partner Assurance Software Support - Base - 3 Year Pre-pay - Service Line Number EL2

3

0

Other Services

0

Service Description

# Year Term Unit Price Ext Price

Count Based Services - CS1000 and M1 1

11/26/2013 11:11 AM

0

p. 354

State of California

Bid IFB 13-001

Reference ID: CMC Activity: System Upgrade to CS 1000M Product: Communication Server System Option: CS 1000M Multi Group Description: CMC - Califrnia Mens Colony Site ID: Z02100

Order Parts List Quantity

Part Number

Description

1

NTHU50DA

Cardcage Upgrade to CP PIV DC

1

271982

APS NRA tracking

6

N0113525

Panel cPCI Card Slot Filler

2

NT6D41CAE5

PWR Supply DC CE CEPS-DC

1

NT7D11BEE6

Module/Module PWR Harnes 48VDC

1

NT8D04BBE5

Pack Superloop Network

4

NT8D31ABE6

Blank Faceplate 1.0 inch CE

1

NT8D91AFE6

XNET to XPEC Cable - 10 ft

4

NTCG03AAE6

Cable 14' CC-CDTI2/DDP/DDP2

5

NTDU41GA

Media Card 32S (MC 32S)

1

NTE900PG

Opt81/81C FNF Upgrade

1

NTE900PJ

PBX 81C/1000M MG upg to CP PIV

555

NTE980JC

1 SIP Acc Port - no charge

36

NTE980JD

ELC Acc Prt - SM for App seq

12

NTE980MA

All Sys 1-MUS Con License

50

NTE980PA

All Sys 1-PERS Call Asst Lic

12

NTE980RA

All Sys 1-RAN Con License

1

NTHU37AA

Upg Network Group to FNF-Grp0

1

NTHU38AA

UPG NWK GRP TO FNF (NOT GP 0)

1

NTHU63AF

CPDC SS (IPE Shelf) - R7.6

1

NTM427BEE6

CPDC Sig Srvr SW (4GB USB) 7.6

2

NTRB53AAE5

Clock Controller PC Pack

4

NTRC48AAE6

Cable 6.5 FIJI Fiber SonetRing

1

NTWB15GA

IPE DC Conversion Pkg

2432

NTE960LD

SW Upg R7.6 (to 4999 usrs/sys)

1

NTM444CF

CF SW Inst Kit CPPIV 7.6-NoDng

104

NTL264231

SM R6.X SIP CON LIC ENTITLE

591

NTL264148

SM R6.X SIP CON LIC

Part Number

Description

AL4500E15-E6

ERS 4524GT-PWR with 24 10/100/1000 802.3af PoE ports and 4 shared SFP ports, plus HiStack ports and RPS connector. Inc. Base Software License & 46cm stack cable. (N America power cord)

Data Products Parts Quantity

2

Total INSTALLATION COST

11/26/2013 11:11 AM

p. 355

State of California

Unit Price

Bid IFB 13-001

Ext Price

0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0

0 0

11/26/2013 11:11 AM

p. 356

State of California

Bid IFB 13-001

Reference ID: CMC - Califrnia Mens Colony Site ID: Z02100 Equipment Location ID's

Z02100 (Switch Id)

Three Year Mandatory Part Number

Product Description

NTL264148

SM R6.X SIP CONNECTION LICENSE

NTL264231

SM R6.X SIP CONNECTION LIC ENTITLE

Total

One Year Mandatory Optional Part Number

Product Description

Future Addendum will address this item

11/26/2013 11:11 AM

p. 357

State of California

Service Quantity

Service Order Code

Bid IFB 13-001

Service Description # Year Term Count Based Services - CS1000 and M1 CS1000 - Partner Assurance Software 3 Support - Tier 4 (2000-4999 users) Basic-3 Year (Annual Unit Price)SLNAQS

2432

GE4303AQS

591

GE4303EGD

104

GE4303EL2

Aura Applications - Session Manager No Charge License Entitlement Partner Assurance Software Support Base - 3 Year Pre-pay - Service Line Number EL2

Service Order Code

Service Description

Service Quantity

Other Services Aura Applications - Session Manager - Partner Assurance Software Support Base - 3 Year (Annual Unit Price) Service Line Number EGD

3

3

# Year Term

Count Based Services - CS1000 and M1 1

11/26/2013 11:11 AM

p. 358

State of California

Unit Price

Bid IFB 13-001

Ext Price

0

0

0

0

Unit Price

Ext Price

0

11/26/2013 11:11 AM

p. 359

State of California

Bid IFB 13-001

Product: Communication Server System Option: CS 1000M Multi Group Description: CMF - California Medical Facility Site ID: Z02107

Order Parts List Quantity

Part Number

Description

1

271982

APS NRA tracking

4

NTDU41GA

Media Card 32S (MC 32S)

553

NTE980JC

1 SIP Acc Port - no charge

36

NTE980JD

ELC Acc Prt - SM for App seq

1

NTM427BEE6

CPDC Sig Srvr SW (4GB USB) 7.6

1

NTE950AF

SW Upgrade 7.5 to 7.6

1

NTM444CF

CF SW Inst Kit CPPIV 7.6-NoDng

104

NTL264231

SM R6.X SIP CON LIC ENTITLE

589

NTL264148

SM R6.X SIP CON LIC

Part Number

Description

AL4500E15-E6

ERS 4524GT-PWR with 24 10/100/1000 802.3af PoE ports and 4 shared SFP ports, plus HiStack ports and RPS connector. Inc. Base Software License & 46cm stack cable. (N America power cord)

Data Products Parts Quantity

2

Total INSTALLATION COST

11/26/2013 11:11 AM

p. 360

State of California

Unit Price

Bid IFB 13-001

Ext Price

0 0 0 0 0 0 0 0 0

0 0

11/26/2013 11:11 AM

p. 361

State of California

Bid IFB 13-001

Reference ID: CMF - California Medical Facility Site ID: Z02107 Equipment Location ID's

Z02107 (Switch Id)

Three Year Mandatory Part Number

Product Description

Service Quantity Service Order Code 2432

GE4303AQS

NTL264148

SM R6.X SIP CONNECTION LICENSE

589

GE4303EGD

NTL264231

SM R6.X SIP CONNECTION LIC ENTITLE

104

GE4303EL2

Total

One Year Mandatory Optional Part Number

Product Description

Service Quantity Service Order Code

Future Addendum will address this item

11/26/2013 11:11 AM

p. 362

State of California

Service Description Count Based Services - CS1000 and M1 CS1000 - Partner Assurance Software Support - Tier 4 (2000-4999 users) Basic-3 Year (Annual Unit Price)SLNAQS Other Services Aura Applications - Session Manager - - Partner Assurance Software Support - Base - 3 Year (Annual Unit Price) - Service Line Number EGD Aura Applications - Session Manager - No Charge License Entitlement - Partner Assurance Software Support - Base - 3 Year Pre-pay - Service Line Number EL2

Bid IFB 13-001

# Year Term Unit Price Ext Price 3

0

3

0

3

0

0

Service Description

# Year Term Unit Price Ext Price

Count Based Services - CS1000 and M1 1

11/26/2013 11:11 AM

0

p. 363

State of California

Bid IFB 13-001

Reference ID: COR - California State Prison, Corcoran Activity: System Upgrade to CS 1000M Product: Communication Server System Option: CS 1000M Single Group Description: COR - Corcoran Site ID: 83314

Order Parts List Quantity

Part Number

Description

1

271982

APS NRA tracking

2

N0026096

Blank Faceplate MMDU Slot

2

NT4N39BAE5

Pack CP PIV 512M DDR

1

NT8D04BBE5

Pack Superloop Network

5

NTDU41GA

Media Card 32S (MC 32S)

1

NTE900PH

PBX 61C/1000M SG upg to CP PIV

509

NTE980JC

1 SIP Acc Port - no charge

32

NTE980JD

ELC Acc Prt - SM for App seq

12

NTE980MA

All Sys 1-MUS Con License

50

NTE980PA

All Sys 1-PERS Call Asst Lic

12

NTE980RA

All Sys 1-RAN Con License

1

NTHU63AF

CPDC SS (IPE Shelf) - R7.6

1

NTM427BEE6

CPDC Sig Srvr SW (4GB USB) 7.6

2144

NTE960LD

SW Upg R7.6 (to 4999 usrs/sys)

1

NTM444CF

CF SW Inst Kit CPPIV 7.6-NoDng

112

NTL264231

SM R6.X SIP CON LIC ENTITLE

541

NTL264148

SM R6.X SIP CON LIC

Part Number

Description

AL4500E15-E6

ERS 4524GT-PWR with 24 10/100/1000 802.3af PoE ports and 4 shared SFP ports, plus HiStack ports and RPS connector. Inc. Base Software License & 46cm stack cable. (N America power cord)

Data Products Parts: AUS1587853 ( MSRP ) Quantity

2

Total INSTALLATION COST

11/26/2013 11:11 AM

p. 364

State of California

Unit Price

Bid IFB 13-001

Ext Price

0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0

0 0

11/26/2013 11:11 AM

p. 365

State of California

Bid IFB 13-001

Reference ID: COR - Corcoran Site ID: 83314 Equipment Location ID's

83314 (Switch Id)

Three Year Mandatory Part Number

Product Description

Service Quantity Service Order Code 2144

GE4303AQS

NTL264148

SM R6.X SIP CONNECTION LICENSE

541

GE4303EGD

NTL264231

SM R6.X SIP CONNECTION LIC ENTITLE

112

GE4303EL2

Total

One Year Mandatory Optional Part Number

Product Description

Service Quantity Service Order Code

Future Addendum will address this item

11/26/2013 11:11 AM

p. 366

State of California

Service Description Count Based Services - CS1000 and M1 CS1000 - Partner Assurance Software Support Tier 4 (2000-4999 users) Basic-3 Year (Annual Unit Price)-SLNAQS Other Services Aura Applications - Session Manager - - Partner Assurance Software Support - Base - 3 Year (Annual Unit Price) - Service Line Number EGD Aura Applications - Session Manager - No Charge License Entitlement - Partner Assurance Software Support - Base - 3 Year Pre-pay - Service Line Number EL2

# Year Term Unit Price

Bid IFB 13-001

Ext Price

3

0

3

0

3

0

0

Service Description

# Year Term Unit Price

Ext Price

Count Based Services - CS1000 and M1 1

11/26/2013 11:11 AM

0

p. 367

State of California

Bid IFB 13-001

Reference ID: CTF Activity: System Upgrade to CS 1000M Product: Communication Server System Option: CS 1000M Multi Group Description: CTF - Correctional Training Facility Site ID: Z02028

Order Parts List Quantity

Part Number

Description

1

NTHU50DA

Cardcage Upgrade to CP PIV DC

1

271982

APS NRA tracking

6

N0113525

Panel cPCI Card Slot Filler

2

NT6D41CAE5

PWR Supply DC CE CEPS-DC

1

NT7D11BEE6

Module/Module PWR Harnes 48VDC

4

NT8D31ABE6

Blank Faceplate 1.0 inch CE

4

NTCG03AAE6

Cable 14' CC-CDTI2/DDP/DDP2

4

NTDU41GA

Media Card 32S (MC 32S)

1

NTE900PG

Opt81/81C FNF Upgrade

1

NTE900PJ

PBX 81C/1000M MG upg to CP PIV

383

NTE980JC

1 SIP Acc Port - no charge

24

NTE980JD

ELC Acc Prt - SM for App seq

8

NTE980MA

All Sys 1-MUS Con License

50

NTE980PA

All Sys 1-PERS Call Asst Lic

8

NTE980RA

All Sys 1-RAN Con License

1

NTHU37AA

Upg Network Group to FNF-Grp0

1

NTHU38AA

UPG NWK GRP TO FNF (NOT GP 0)

1

NTHU63AF

CPDC SS (IPE Shelf) - R7.6

1

NTM427BEE6

CPDC Sig Srvr SW (4GB USB) 7.6

2

NTRB53AAE5

Clock Controller PC Pack

4

NTRC48AAE6

Cable 6.5 FIJI Fiber SonetRing

1

NTWB15GA

IPE DC Conversion Pkg

1482

NTE960LB

SW Upg R7.6 (to 1999 usrs/sys)

1

NTM444CF

CF SW Inst Kit CPPIV 7.6-NoDng

110

NTL264231

SM R6.X SIP CON LIC ENTITLE

407

NTL264148

SM R6.X SIP CON LIC

Part Number

Description

AL4500E15-E6

ERS 4524GT-PWR with 24 10/100/1000 802.3af PoE ports and 4 shared SFP ports, plus HiStack ports and RPS connector. Inc. Base Software License & 46cm stack cable. (N America power cord)

Data Products Parts Quantity

2

Total INSTALLATION COST

11/26/2013 11:11 AM

p. 368

State of California

Unit Price

Bid IFB 13-001

Ext Price

0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0

0 0

11/26/2013 11:11 AM

p. 369

State of California

Bid IFB 13-001

Reference ID: CTF - Correctional Training Facility Site ID: Z02028 Equipment Location ID's

Z02028 (Switch Id)

Three Year Mandatory Part Number

Product Description

Service Quantity Service Order Code 1482

GE4303AQR

NTL264148

SM R6.X SIP CONNECTION LICENSE

407

GE4303EGD

NTL264231

SM R6.X SIP CONNECTION LIC ENTITLE

110

GE4303EL2

Total

One Year Mandatory Optional Part Number

Product Description

Service Quantity Service Order Code

Future Addendum will address this item

11/26/2013 11:11 AM

p. 370

State of California

Service Description Count Based Services - CS1000 and M1 CS1000 - Partner Assurance Software Support - Tier 3 (1200-1999 users) Basic-3 Year (Annual Unit Price)SLNAQR Other Services Aura Applications - Session Manager - - Partner Assurance Software Support - Base - 3 Year (Annual Unit Price) - Service Line Number EGD Aura Applications - Session Manager - No Charge License Entitlement - Partner Assurance Software Support - Base - 3 Year Pre-pay - Service Line Number EL2

# Year Term Unit Price

Bid IFB 13-001

Ext Price

3

0

3

0

3

0

0

Service Description

# Year Term Unit Price

Ext Price

Count Based Services - CS1000 and M1 1

11/26/2013 11:11 AM

0

p. 371

State of California

Bid IFB 13-001

Activity: System Upgrade to CS 1000M Product: Communication Server System Option: CS 1000M Single Group End Customer: Not Specified Description: CVSP - Chuckawalla Valley State Prison Site ID: 83551

Order Parts List Quantity

Part Number

Description

1

271982

APS NRA tracking

2

N0026096

Blank Faceplate MMDU Slot

2

NT4N39BAE5

Pack CP PIV 512M DDR

1

NT8D04BBE5

Pack Superloop Network

1

NT8D49AAE6

Expansion Spacer

1

NT8D91AFE6

XNET to XPEC Cable - 10 ft

3

NTDU41GA

Media Card 32S (MC 32S)

1

NTE900PH

PBX 61C/1000M SG upg to CP PIV

309

NTE980JC

1 SIP Acc Port - no charge

24

NTE980JD

ELC Acc Prt - SM for App seq

1

NTHU63AF

CPDC SS (IPE Shelf) - R7.6

1

NTM427BEE6

CPDC Sig Srvr SW (4GB USB) 7.6

1

NTWB15CA

M1 IPE 4-SEG Module DC Package

1392

NTE960LB

SW Upg R7.6 (to 1999 usrs/sys)

1

NTM444CF

CF SW Inst Kit CPPIV 7.6-NoDng

54

NTL264231

SM R6.X SIP CON LIC ENTITLE

333

NTL264148

SM R6.X SIP CON LIC

Part Number

Description

AL4500E15-E6

ERS 4524GT-PWR with 24 10/100/1000 802.3af PoE ports and 4 shared SFP ports, plus HiStack ports and RPS connector. Inc. Base Software License & 46cm stack cable. (N America power cord)

Data Products Parts Quantity

2

Total INSTALLATION COST

11/26/2013 11:11 AM

p. 372

State of California

Unit Price

Bid IFB 13-001

Ext Price

0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0

0 0

11/26/2013 11:11 AM

p. 373

State of California

Bid IFB 13-001

Reference ID: CVSP - Chuckawalla Valley State Prison Site ID: 83551 Equipment Location ID's

83551 (Switch Id)

Three Year Mandatory Part Number

Product Description

Service Quantity

Service Order Code

1392

GE4303AQR

NTL264148

SM R6.X SIP CONNECTION LICENSE

333

GE4303EGD

NTL264231

SM R6.X SIP CONNECTION LIC ENTITLE

54

GE4303EL2

Service Quantity

Service Order Code

Total

One Year Mandatory Optional Part Number

Product Description

Future Addendum will address this item

11/26/2013 11:11 AM

p. 374

State of California

Service Description Count Based Services - CS1000 and M1 CS1000 - Partner Assurance Software Support Tier 3 (1200-1999 users) Basic-3 Year (Annual Unit Price)-SLNAQR Other Services Aura Applications - Session Manager - - Partner Assurance Software Support - Base - 3 Year (Annual Unit Price) - Service Line Number EGD Aura Applications - Session Manager - No Charge License Entitlement - Partner Assurance Software Support - Base - 3 Year Pre-pay Service Line Number EL2

# Year Term

Unit Price

Bid IFB 13-001

Ext Price

3

0

3

0

3

0

0

Service Description

# Year Term

Unit Price

Ext Price

Count Based Services - CS1000 and M1 1

11/26/2013 11:11 AM

0

p. 375

State of California

Bid IFB 13-001

Activity: System Upgrade to CS 1000M Product: Communication Server System Option: CS 1000M Multi Group Description: DVI - Deuel Vocational Institution Site ID: Z02149

Order Parts List Quantity

Part Number

Description

1

NTHU50DA

Cardcage Upgrade to CP PIV DC

1

271982

APS NRA tracking

6

N0113525

Panel cPCI Card Slot Filler

2

NT6D41CAE5

PWR Supply DC CE CEPS-DC

1

NT7D11BEE6

Module/Module PWR Harnes 48VDC

1

NT8D04BBE5

Pack Superloop Network

4

NT8D31ABE6

Blank Faceplate 1.0 inch CE

1

NT8D91AEE6

XNET to XPEC Cable - 8 ft

4

NTCG03AAE6

Cable 14' CC-CDTI2/DDP/DDP2

3

NTDU41GA

Media Card 32S (MC 32S)

1

NTE900PG

Opt81/81C FNF Upgrade

1

NTE900PJ

PBX 81C/1000M MG upg to CP PIV

323

NTE980JC

1 SIP Acc Port - no charge

22

NTE980JD

ELC Acc Prt - SM for App seq

8

NTE980MA

All Sys 1-MUS Con License

50

NTE980PA

All Sys 1-PERS Call Asst Lic

8

NTE980RA

All Sys 1-RAN Con License

1

NTHU37AA

Upg Network Group to FNF-Grp0

1

NTHU38AA

UPG NWK GRP TO FNF (NOT GP 0)

1

NTHU63AF

CPDC SS (IPE Shelf) - R7.6

1

NTM427BEE6

CPDC Sig Srvr SW (4GB USB) 7.6

2

NTRB53AAE5

Clock Controller PC Pack

4

NTRC48AAE6

Cable 6.5 FIJI Fiber SonetRing

1

NTWB15GA

IPE DC Conversion Pkg

1292

NTE960LB

SW Upg R7.6 (to 1999 usrs/sys)

1

NTM444CF

CF SW Inst Kit CPPIV 7.6-NoDng

86

NTL264231

SM R6.X SIP CON LIC ENTITLE

345

NTL264148

SM R6.X SIP CON LIC

Part Number

Description

AL4500E15-E6

ERS 4524GT-PWR with 24 10/100/1000 802.3af PoE ports and 4 shared SFP ports, plus HiStack ports and RPS connector. Inc. Base Software License & 46cm stack cable. (N America power cord)

Data Products Parts Quantity

2

Total INSTALLATION COST

11/26/2013 11:11 AM

p. 376

State of California

Unit Price

Bid IFB 13-001

Ext Price

0

0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0

0 0

11/26/2013 11:11 AM

p. 377

State of California

Bid IFB 13-001

Reference ID: DVI - Deuel Vocational Institution Site ID: Z02149 Equipment Location ID's

Z02149 (Switch Id)

Three Year Mandatory Part Number

Product Description

Service Quantity Service Order Code

1292

GE4303AQR

NTL264148

SM R6.X SIP CONNECTION LICENSE

345

GE4303EGD

NTL264231

SM R6.X SIP CONNECTION LIC ENTITLE

86

GE4303EL2

Total

One Year Mandatory Optional Part Number

Product Description

Service Quantity Service Order Code

Future Addendum will address this item

11/26/2013 11:11 AM

p. 378

State of California

Service Description Count Based Services - CS1000 and M1 CS1000 - Partner Assurance Software Support - Tier 3 (1200-1999 users) Basic-3 Year (Annual Unit Price)-SLNAQR Other Services Aura Applications - Session Manager - Partner Assurance Software Support - Base 3 Year (Annual Unit Price) - Service Line Number EGD Aura Applications - Session Manager - No Charge License Entitlement - Partner Assurance Software Support - Base - 3 Year Pre-pay - Service Line Number EL2

# Year Term

Unit Price

Bid IFB 13-001

Ext Price

3

0

3

0

3

0

0

Service Description

# Year Term

Unit Price

Ext Price

Count Based Services - CS1000 and M1 1

11/26/2013 11:11 AM

0

p. 379

State of California

Bid IFB 13-001

Activity: System Upgrade to CS 1000M Product: Communication Server System Option: CS 1000M Single Group Description: ECF - Pasa Robles Site ID: D15005

Order Parts List Quantity

Part Number

Description

1

271982

APS NRA tracking

2

NTCG03ACE6

Cable 4' CC-CDTI2/DDP/DDP2

2

NTCG03ADE6

Cable 7' CC-CDTI2/DDP/DDP2

1

NTDU41GA

Media Card 32S (MC 32S)

34

NTE980JC

1 SIP Acc Port - no charge

10

NTE980JD

ELC Acc Prt - SM for App seq

8

NTE980MA

All Sys 1-MUS Con License

50

NTE980PA

All Sys 1-PERS Call Asst Lic

8

NTE980RA

All Sys 1-RAN Con License

1

NTHU63AF

CPDC SS (IPE Shelf) - R7.6

1

NTM427BEE6

CPDC Sig Srvr SW (4GB USB) 7.6

2

NTRB53AAE5

Clock Controller PC Pack

440

NTE947LL

SW Upg R7.6 (up to 1199 users)

1

NTM444CF

CF SW Inst Kit CPPIV 7.6-NoDng

924

NTL264231

SM R6.X SIP CON LIC ENTITLE

Part Number

Description

AL4500E15-E6

ERS 4524GT-PWR with 24 10/100/1000 802.3af PoE ports and 4 shared SFP ports, plus HiStack ports and RPS connector. Inc. Base Software License & 46cm stack cable. (N America power cord)

Data Products Parts Quantity

2

Total

INSTALLATION COST

11/26/2013 11:11 AM

p. 380

State of California

Unit Price

Bid IFB 13-001

Ext Price

0 0 0 0 0 0 0 0 0 0 0 0 0 0 0

0 0

11/26/2013 11:11 AM

p. 381

State of California

Bid IFB 13-001

Reference ID: ECF - Pasa Robles Site ID: D15005 Equipment Location ID's

D15005 (Switch Id)

Three Year Mandatory Part Number

Product Description

NTL264231

SM R6.X SIP CONNECTION LIC ENTITLE

Total

One Year Mandatory Optional Part Number

Product Description

Future Addendum will address this item

11/26/2013 11:11 AM

p. 382

State of California

Service Quantity

Service Order Code

440

GE4303AQQ

924

GE4303EL2

Service Quantity

Service Order Code

Service Description Count Based Services - CS1000 and M1 CS1000 - Partner Assurance Software Support - Tier 2 (1011199 users) Basic-3 Year (Annual Unit Price)-SLNAQQ Other Services Aura Applications Session Manager - No Charge License Entitlement - Partner Assurance Software Support - Base - 3 Year Pre-pay - Service Line Number EL2

Service Description

Bid IFB 13-001

# Year Term

Unit Price

3

3

# Year Term

Unit Price

Count Based Services - CS1000 and M1 1

11/26/2013 11:11 AM

p. 383

State of California

Bid IFB 13-001

Ext Price

0

0

0

Ext Price

0

11/26/2013 11:11 AM

p. 384

State of California

Bid IFB 13-001

Activity: System Upgrade to CS 1000M Product: Communication Server System Option: CS 1000M Single Group Description: FSP - Folsom State Prison Site ID: J02311

Order Parts List Quantity

Part Number

Description

1

271982

APS NRA tracking

2

N0026096

Blank Faceplate MMDU Slot

2

NT4N39BAE5

Pack CP PIV 512M DDR

4

NTCG03AAE6

Cable 14' CC-CDTI2/DDP/DDP2

3

NTDU41GA

Media Card 32S (MC 32S)

1

NTE900PH

PBX 61C/1000M SG upg to CP PIV

71

NTE980JC

1 SIP Acc Port - no charge

20

NTE980JD

ELC Acc Prt - SM for App seq

8

NTE980MA

All Sys 1-MUS Con License

50

NTE980PA

All Sys 1-PERS Call Asst Lic

8

NTE980RA

All Sys 1-RAN Con License

1

NTHU63AF

CPDC SS (IPE Shelf) - R7.6

1

NTM427BEE6

CPDC Sig Srvr SW (4GB USB) 7.6

2

NTRB53AAE5

Clock Controller PC Pack

1144

NTE947LL

SW Upg R7.6 (up to 1199 users)

1

NTM444CF

CF SW Inst Kit CPPIV 7.6-NoDng

2379

NTL264231

SM R6.X SIP CON LIC ENTITLE

Part Number

Description

AL4500E15-E6

ERS 4524GT-PWR with 24 10/100/1000 802.3af PoE ports and 4 shared SFP ports, plus HiStack ports and RPS connector. Inc. Base Software License & 46cm stack cable. (N America power cord)

Data Products Parts Quantity

2

Total

INSTALLATION COST

11/26/2013 11:11 AM

p. 385

State of California

Unit Price

Bid IFB 13-001

Ext Price

0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0

0 0

11/26/2013 11:11 AM

p. 386

State of California

Bid IFB 13-001

Reference ID: FSP - Folsom State Prison Site ID: J02311 Equipment Location ID's

J02311 (Switch Id)

Three Year Mandatory Part Number

NTL264231

Product Description

SM R6.X SIP CONNECTION LIC ENTITLE

Service Quantity Service Order Code 1144

GE4303AQQ

2379

GE4303EL2

Total

One Year Mandatory Optional Part Number

Product Description

Service Quantity Service Order Code

Future Addendum will address this item

11/26/2013 11:11 AM

p. 387

State of California

Service Description Count Based Services - CS1000 and M1 CS1000 - Partner Assurance Software Support - Tier 2 (101-1199 users) Basic-3 Year (Annual Unit Price)SLNAQQ Other Services Aura Applications - Session Manager - No Charge License Entitlement - Partner Assurance Software Support - Base - 3 Year Pre-pay - Service Line Number EL2

# Year Term

Bid IFB 13-001

Unit Price Ext Price

3

0

3

0

0

Service Description

# Year Term

Unit Price Ext Price

Count Based Services - CS1000 and M1 1

11/26/2013 11:11 AM

0

p. 388

State of California

Bid IFB 13-001

Activity: System Upgrade to CS 1000M Product: Communication Server System Option: CS 1000M Multi Group Description: HDSP - High Desert State Prison Site ID: Z00360

Order Parts List Quantity

Part Number

Description

1

NTHU50DA

Cardcage Upgrade to CP PIV DC

1

271982

APS NRA tracking

6

N0113525

Panel cPCI Card Slot Filler

2

NT6D41CAE5

PWR Supply DC CE CEPS-DC

1

NT7D11BEE6

Module/Module PWR Harnes 48VDC

1

NT8D02HAE5

Card 16-port XDLC

2

NT8D04BBE5

Pack Superloop Network

2

NT8D31ABE6

Blank Faceplate 1.0 inch CE

1

NT8D91AFE6

XNET to XPEC Cable - 10 ft

4

NTCG03AAE6

Cable 14' CC-CDTI2/DDP/DDP2

3

NTDU41GA

Media Card 32S (MC 32S)

1

NTE900PG

Opt81/81C FNF Upgrade

1

NTE900PJ

PBX 81C/1000M MG upg to CP PIV

6

NTE906AD

1 Enhanced Service Pkg TDM User License

339

NTE980JC

1 SIP Acc Port - no charge

20

NTE980JD

ELC Acc Prt - SM for App seq

8

NTE980MA

All Sys 1-MUS Con License

50

NTE980PA

All Sys 1-PERS Call Asst Lic

8

NTE980RA

All Sys 1-RAN Con License

1

NTHU37AA

Upg Network Group to FNF-Grp0

1

NTHU40AA

Corenet Network Group Kit FNF

1

NTHU63AF

CPDC SS (IPE Shelf) - R7.6

1

NTM427BEE6

CPDC Sig Srvr SW (4GB USB) 7.6

2

NTND14BAE6

Cable Assy CNI to 3PE 6ft

2

NTND14BBE6

Cable CNI to 3PE 8ft

2

NTRB53AAE5

Clock Controller PC Pack

4

NTRC48AAE6

Cable 6.5 FIJI Fiber SonetRing

1

NTWB15GA

IPE DC Conversion Pkg

2

NTAG58BAE6

PC CONSOLE INTERFACE UNIT ASSY

1

NTE907CI

CF SW Inst Kit (CPPIV) R7.6

1224

NTE960LB

SW Upg R7.6 (to 1999 usrs/sys)

114

NTL264231

SM R6.X SIP CON LIC ENTITLE

359

NTL264148

SM R6.X SIP CON LIC

Part Number

Description

AL4500E15-E6

ERS 4524GT-PWR with 24 10/100/1000 802.3af PoE ports and 4 shared SFP ports, plus HiStack ports and RPS connector. Inc. Base Software License & 46cm stack cable. (N America power cord)

Data Products Parts Quantity

2

Total

INSTALLATION COST

11/26/2013 11:11 AM

p. 389

State of California

Unit Price

Bid IFB 13-001

Ext Price

0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0

0 0

11/26/2013 11:11 AM

p. 390

State of California

Bid IFB 13-001

Reference ID: HDSP - High Desert State Prison Site ID: Z00360 Equipment Location ID's

Z00360 (Switch Id)

Three Year Mandatory Part Number

Product Description

NTL264148

SM R6.X SIP CONNECTION LICENSE

NTL264231

SM R6.X SIP CONNECTION LIC ENTITLE

Total

One Year Mandatory Optional Part Number

Product Description

Future Addendum will address this item

11/26/2013 11:11 AM

p. 391

State of California

Service Quantity

Service Order Code

Service Description Count Based Services - CS1000 and M1 CS1000 - Partner Assurance Software Support Tier 3 (1200-1999 users) Basic-3 Year (Annual Unit Price)-SLNAQR

1230

GE4303AQR

359

GE4303EGD

114

GE4303EL2

Aura Applications - Session Manager - No Charge License Entitlement - Partner Assurance Software Support - Base - 3 Year Pre-pay Service Line Number EL2

Service Order Code

Service Description

Service Quantity

Other Services Aura Applications - Session Manager - - Partner Assurance Software Support - Base - 3 Year (Annual Unit Price) - Service Line Number EGD

Bid IFB 13-001

# Year Term

3

3

3

# Year Term

Count Based Services - CS1000 and M1 1

11/26/2013 11:11 AM

p. 392

State of California

Bid IFB 13-001

Unit Price Ext Price

0

0

0

0

Unit Price Ext Price

0

11/26/2013 11:11 AM

p. 393

State of California

Bid IFB 13-001

Activity: System Upgrade to CS 1000M Product: Communication Server System Option: CS 1000M Single Group Description: HGSCC - Heman G. Stark Site ID: J03343

Order Parts List Quantity

Part Number

Description

1

271982

APS NRA tracking

3

NTDU41GA

Media Card 32S (MC 32S)

247

NTE980JC

1 SIP Acc Port - no charge

18

NTE980JD

ELC Acc Prt - SM for App seq

4

NTE980MA

All Sys 1-MUS Con License

50

NTE980PA

All Sys 1-PERS Call Asst Lic

4

NTE980RA

All Sys 1-RAN Con License

1

NTHU63AF

CPDC SS (IPE Shelf) - R7.6

1

NTM427BEE6

CPDC Sig Srvr SW (4GB USB) 7.6

936

NTE947LL

SW Upg R7.6 (up to 1199 users)

1

NTM444CF

CF SW Inst Kit CPPIV 7.6-NoDng

77

NTL264231

SM R6.X SIP CON LIC ENTITLE

265

NTL264148

SM R6.X SIP CON LIC

Part Number

Description

AL4500E15-E6

ERS 4524GT-PWR with 24 10/100/1000 802.3af PoE ports and 4 shared SFP ports, plus HiStack ports and RPS connector. Inc. Base Software License & 46cm stack cable. (N America power cord)

Data Products Parts Quantity

2

Total INSTALLATION COST

11/26/2013 11:11 AM

p. 394

State of California

Unit Price

Bid IFB 13-001

Ext Price

0 0 0 0 0 0 0 0 0 0 0 0 0

0 0

11/26/2013 11:11 AM

p. 395

State of California

Bid IFB 13-001

Reference ID: HGSCC - Heman G. Stark Site ID: J03343 Equipment Location ID's

J03343 (Switch Id)

Three Year Mandatory Part Number

Product Description

Service Service Order Quantity Code 936

GE4303AQQ

NTL264148

SM R6.X SIP CONNECTION LICENSE

265

GE4303EGD

NTL264231

SM R6.X SIP CONNECTION LIC ENTITLE

77

GE4303EL2

Total

One Year Mandatory Optional Part Number

Product Description

Service Service Order Quantity Code

Future Addendum will address this item

11/26/2013 11:11 AM

p. 396

State of California

Service Description Count Based Services - CS1000 and M1 CS1000 - Partner Assurance Software Support - Tier 2 (101-1199 users) Basic-3 Year (Annual Unit Price)-SLNAQQ Other Services Aura Applications - Session Manager - - Partner Assurance Software Support - Base - 3 Year (Annual Unit Price) - Service Line Number EGD Aura Applications - Session Manager - No Charge License Entitlement Partner Assurance Software Support - Base - 3 Year Pre-pay - Service Line Number EL2

Bid IFB 13-001

# Year Term

Unit Price

Ext Price

3

0

3

0

3

0 0

Service Description

# Year Term

Unit Price

Ext Price

Count Based Services - CS1000 and M1 1

11/26/2013 11:11 AM

0

p. 397

State of California

Bid IFB 13-001

Activity: System Upgrade to CS 1000M Product: Communication Server System Option: CS 1000M Multi Group Description: ISP - Ironwood State Prison Site ID: K00632

Order Parts List Quantity

Part Number

Description

1

NTHU50DA

Cardcage Upgrade to CP PIV DC

1

271982

APS NRA tracking

6

N0113525

Panel cPCI Card Slot Filler

2

NT6D41CAE5

PWR Supply DC CE CEPS-DC

1

NT7D11BEE6

Module/Module PWR Harnes 48VDC

1

NT8D02HAE5

Card 16-port XDLC

2

NT8D04BBE5

Pack Superloop Network

2

NT8D31ABE6

Blank Faceplate 1.0 inch CE

1

NT8D91AFE6

XNET to XPEC Cable - 10 ft

4

NTCG03AAE6

Cable 14' CC-CDTI2/DDP/DDP2

3

NTDU41GA

Media Card 32S (MC 32S)

9

NTE906AD

1 Enhanced Service Pkg TDM User License

1

NTE960EC

SYS upg 81C/1000M MG CPPIV FNF

345

NTE980JC

1 SIP Acc Port - no charge

22

NTE980JD

ELC Acc Prt - SM for App seq

8

NTE980MA

All Sys 1-MUS Con License

50

NTE980PA

All Sys 1-PERS Call Asst Lic

8

NTE980RA

All Sys 1-RAN Con License

1

NTHU37AA

Upg Network Group to FNF-Grp0

1

NTHU40AA

Corenet Network Group Kit FNF

1

NTHU63AF

CPDC SS (IPE Shelf) - R7.6

1

NTM427BEE6

CPDC Sig Srvr SW (4GB USB) 7.6

2

NTND14BAE6

Cable Assy CNI to 3PE 6ft

2

NTND14BBE6

Cable CNI to 3PE 8ft

2

NTRB53AAE5

Clock Controller PC Pack

4

NTRC48AAE6

Cable 6.5 FIJI Fiber SonetRing

1

NTWB15GA

IPE DC Conversion Pkg

3

NTAG58BAE6

PC CONSOLE INTERFACE UNIT ASSY

1

NTE907CI

CF SW Inst Kit (CPPIV) R7.6

1244

NTE960LB

SW Upg R7.6 (to 1999 usrs/sys)

98

NTL264231

SM R6.X SIP CON LIC ENTITLE

367

NTL264148

SM R6.X SIP CON LIC

Part Number

Description

AL4500E15-E6

ERS 4524GT-PWR with 24 10/100/1000 802.3af PoE ports and 4 shared SFP ports, plus HiStack ports and RPS connector. Inc. Base Software License & 46cm stack cable. (N America power cord)

Data Products Parts Quantity

2

Total INSTALLATION COST

11/26/2013 11:11 AM

p. 398

State of California

Unit Price

Bid IFB 13-001

Ext Price

0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0

0 0

11/26/2013 11:11 AM

p. 399

State of California

Bid IFB 13-001

Reference ID: ISP - Ironwood State Prison Site ID: K00632 Equipment Location ID's

K00632 (Switch Id)

Three Year Mandatory Part Number

Product Description

Service Order Service Quantity Code 1253

GE4303AQR

NTL264148

SM R6.X SIP CONNECTION LICENSE

367

GE4303EGD

NTL264231

SM R6.X SIP CONNECTION LIC ENTITLE

98

GE4303EL2

Total

One Year Mandatory Optional Part Number

Product Description

Service Quantity Service Order Code

Future Addendum will address this item

11/26/2013 11:11 AM

p. 400

State of California

Service Description Count Based Services - CS1000 and M1 CS1000 - Partner Assurance Software Support - Tier 3 (12001999 users) Basic-3 Year (Annual Unit Price)-SLNAQR Other Services Aura Applications - Session Manager - - Partner Assurance Software Support - Base - 3 Year (Annual Unit Price) - Service Line Number EGD Aura Applications - Session Manager - No Charge License Entitlement - Partner Assurance Software Support - Base - 3 Year Pre-pay - Service Line Number EL2

# Year Term Unit Price

Bid IFB 13-001

Ext Price

3

0

3

0

3

0

0

Service Description

# Year Term Unit Price

Ext Price

Count Based Services - CS1000 and M1 1

11/26/2013 11:11 AM

0

p. 401

State of California

Bid IFB 13-001

Activity: System Upgrade to CS 1000M Product: Communication Server System Option: CS 1000M Multi Group Description: KVSP - Kern Valley State Prison Site ID: Z04416

Order Parts List Quantity

Part Number

Description

1

271982

APS NRA tracking

2

N0026096

Blank Faceplate MMDU Slot

2

NT4N39BAE5

Pack CP PIV 512M DDR

3

NTDU41GA

Media Card 32S (MC 32S)

1

NTE900PJ

PBX 81C/1000M MG upg to CP PIV

62

NTE980JC

1 SIP Acc Port - no charge

24

NTE980JD

ELC Acc Prt - SM for App seq

12

NTE980MA

All Sys 1-MUS Con License

50

NTE980PA

All Sys 1-PERS Call Asst Lic

12

NTE980RA

All Sys 1-RAN Con License

1

NTHU63AF

CPDC SS (IPE Shelf) - R7.6

1

NTM427BEE6

CPDC Sig Srvr SW (4GB USB) 7.6

1528

NTE960LB

SW Upg R7.6 (to 1999 usrs/sys)

1

NTM444CF

CF SW Inst Kit CPPIV 7.6-NoDng

3142

NTL264231

SM R6.X SIP CON LIC ENTITLE

Part Number

Description

AL4500E15-E6

ERS 4524GT-PWR with 24 10/100/1000 802.3af PoE ports and 4 shared SFP ports, plus HiStack ports and RPS connector. Inc. Base Software License & 46cm stack cable. (N America power cord)

Data Products Parts Quantity

2

Total INSTALLATION COST

11/26/2013 11:11 AM

p. 402

State of California

Unit Price

Bid IFB 13-001

Ext Price

0 0 0 0 0 0 0 0 0 0 0 0 0 0 0

0 0

11/26/2013 11:11 AM

p. 403

State of California

Bid IFB 13-001

Reference ID: KVSP - Kern Valley State Prison Site ID: Z04416 Equipment Location ID's

Z04416 (Switch Id)

Three Year Mandatory Part Number

NTL264231

Product Description

SM R6.X SIP CONNECTION LIC ENTITLE

Service Order Service Quantity Code 1528

GE4303AQR

3142

GE4303EL2

Total

One Year Mandatory Optional Part Number

Product Description

Service Quantity Service Order Code

Future Addendum will address this item

11/26/2013 11:11 AM

p. 404

State of California

Service Description Count Based Services - CS1000 and M1 CS1000 - Partner Assurance Software Support - Tier 3 (12001999 users) Basic-3 Year (Annual Unit Price)-SLNAQR Other Services Aura Applications - Session Manager - No Charge License Entitlement - Partner Assurance Software Support - Base - 3 Year Pre-pay - Service Line Number EL2

# Year Term

Bid IFB 13-001

Unit Price Ext Price

3

0

3

0

0

Service Description

# Year Term

Unit Price Ext Price

Count Based Services - CS1000 and M1 1

11/26/2013 11:11 AM

0

p. 405

State of California

Bid IFB 13-001

Activity: System Upgrade to CS 1000M Product: Communication Server System Option: CS 1000M Multi Group Description: LAC - CSP (Lancaster) Site ID: K00338

Order Parts List Quantity

Part Number

Description

1

271982

APS NRA tracking

1

NT8D04BBE5

Pack Superloop Network

5

NTDU41GA

Media Card 32S (MC 32S)

520

NTE980JC

1 SIP Acc Port - no charge

32

NTE980JD

ELC Acc Prt - SM for App seq

12

NTE980MA

All Sys 1-MUS Con License

50

NTE980PA

All Sys 1-PERS Call Asst Lic

12

NTE980RA

All Sys 1-RAN Con License

1

NTHU63AF

CPDC SS (IPE Shelf) - R7.6

1

NTM427BEE6

CPDC Sig Srvr SW (4GB USB) 7.6

1920

NTE960LB

SW Upg R7.6 (to 1999 usrs/sys)

1

NTM444CF

CF SW Inst Kit CPPIV 7.6-NoDng

168

NTL264231

SM R6.X SIP CON LIC ENTITLE

552

NTL264148

SM R6.X SIP CON LIC

Part Number

Description

AL4500E15-E6

ERS 4524GT-PWR with 24 10/100/1000 802.3af PoE ports and 4 shared SFP ports, plus HiStack ports and RPS connector. Inc. Base Software License & 46cm stack cable. (N America power cord)

Data Products Parts Quantity

2

Total INSTALLATION COST

11/26/2013 11:11 AM

p. 406

State of California

Unit Price

Bid IFB 13-001

Ext Price

0 0 0 0 0 0 0 0 0 0 0 0 0 0

0 0

11/26/2013 11:11 AM

p. 407

State of California

Bid IFB 13-001

Reference ID: LAC - CSP (Lancaster) Site ID: K00338 Equipment Location ID's

K00338 (Switch Id)

Three Year Mandatory Part Number

Product Description

Service Order Service Quantity Code 1920

GE4303AQR

NTL264148

SM R6.X SIP CONNECTION LICENSE

552

GE4303EGD

NTL264231

SM R6.X SIP CONNECTION LIC ENTITLE

168

GE4303EL2

Total

One Year Mandatory Optional Part Number

Product Description

Service Quantity Service Order Code

Future Addendum will address this item

11/26/2013 11:11 AM

p. 408

State of California

Service Description Count Based Services - CS1000 and M1 CS1000 - Partner Assurance Software Support - Tier 3 (12001999 users) Basic-3 Year (Annual Unit Price)-SLNAQR Other Services Aura Applications - Session Manager - - Partner Assurance Software Support - Base - 3 Year (Annual Unit Price) - Service Line Number EGD Aura Applications - Session Manager - No Charge License Entitlement - Partner Assurance Software Support - Base - 3 Year Pre-pay - Service Line Number EL2

# Year Term

Bid IFB 13-001

Unit Price Ext Price

3

0

3

0

3

0

0

Service Description

# Year Term

Unit Price Ext Price

Count Based Services - CS1000 and M1 1

11/26/2013 11:11 AM

0

p. 409

State of California

Bid IFB 13-001

Activity: System Upgrade / Expansion Product: Communication Server System Option: CS 1000M Multi Group Description: MCSP - Mule Creek State Prison Site ID: 81662

Order Parts List Quantity

Part Number

Description

1

271982

APS NRA tracking

1

N0198586

1GB 333DR Mem Upg Mod

3

NTDU41GA

Media Card 32S (MC 32S)

385

NTE980JC

1 SIP Acc Port - no charge

28

NTE980JD

ELC Acc Prt - SM for App seq

8

NTE980MA

All Sys 1-MUS Con License

50

NTE980PA

All Sys 1-PERS Call Asst Lic

8

NTE980RA

All Sys 1-RAN Con License

1

NTM427CEE6

CPPM Sig Srv Upg to 7.6 2GB CF

1628

NTE960LB

SW Upg R7.6 (to 1999 usrs/sys)

1

NTM444CF

CF SW Inst Kit CPPIV 7.6-NoDng

87

NTL264231

SM R6.X SIP CON LIC ENTITLE

413

NTL264148

SM R6.X SIP CON LIC

Part Number

Description

AL4500E15-E6

ERS 4524GT-PWR with 24 10/100/1000 802.3af PoE ports and 4 shared SFP ports, plus HiStack ports and RPS connector. Inc. Base Software License & 46cm stack cable. (N America power cord)

Data Products Parts Quantity

2

Total INSTALLATION COST

11/26/2013 11:11 AM

p. 410

State of California

Unit Price

Bid IFB 13-001

Ext Price

0 0 0 0 0 0 0 0 0 0 0 0 0

0 0

11/26/2013 11:11 AM

p. 411

State of California

Bid IFB 13-001

Reference ID: MCSP - Mule Creek State Prison Site ID: 81662 Equipment Location ID's 81662 (Switch Id)

Part Number

Product Description

Service Quantity

Service Order Code

1628

GE4303AQR

NTL264148

SM R6.X SIP CONNECTION LICENSE

413

GE4303EGD

NTL264231

SM R6.X SIP CONNECTION LIC ENTITLE

87

GE4303EL2

Total

One Year Mandatory Optional Part Number

Product Description

Service Quantity

Service Order Code

Future Addendum will address this item

11/26/2013 11:11 AM

p. 412

State of California

Service Description Count Based Services - CS1000 and M1 CS1000 - Partner Assurance Software Support - Tier 3 (1200-1999 users) Basic-3 Year (Annual Unit Price)-SLNAQR Other Services Aura Applications - Session Manager - - Partner Assurance Software Support - Base - 3 Year (Annual Unit Price) - Service Line Number EGD Aura Applications - Session Manager - No Charge License Entitlement Partner Assurance Software Support - Base - 3 Year Pre-pay - Service Line Number EL2

# Year Term

Bid IFB 13-001

Unit Price

Ext Price

3

0

3

0

3

0 0

Service Description

# Year Term

Unit Price

Ext Price

Count Based Services - CS1000 and M1 1

11/26/2013 11:11 AM

0

p. 413

State of California

Bid IFB 13-001

Activity: System Upgrade to CS 1000M Product: Communication Server System Option: CS 1000M Single Group Description: NCRF - Northern California Reentry Facility Site ID: 81394

Order Parts List Quantity

Part Number

Description

1

271982

APS NRA tracking

1

NT8D02HAE5

Card 16-port XDLC

2

NT8D04BBE5

Pack Superloop Network

2

NTCG03ACE6

Cable 4' CC-CDTI2/DDP/DDP2

2

NTCG03ADE6

Cable 7' CC-CDTI2/DDP/DDP2

2

NTDU41GA

Media Card 32S (MC 32S)

6

NTE906AD

1 Enhanced Service Pkg TDM User License

134

NTE980JC

1 SIP Acc Port - no charge

10

NTE980JD

ELC Acc Prt - SM for App seq

4

NTE980MA

All Sys 1-MUS Con License

50

NTE980PA

All Sys 1-PERS Call Asst Lic

4

NTE980RA

All Sys 1-RAN Con License

1

NTHU63AF

CPDC SS (IPE Shelf) - R7.6

1

NTM427BEE6

CPDC Sig Srvr SW (4GB USB) 7.6

2

NTRB53AAE5

Clock Controller PC Pack

2

NTAG58BAE6

PC CONSOLE INTERFACE UNIT ASSY

456

NTE947LL

SW Upg R7.6 (up to 1199 users)

1

NTM444CF

CF SW Inst Kit CPPIV 7.6-NoDng

52

NTL264231

SM R6.X SIP CON LIC ENTITLE

144

NTL264148

SM R6.X SIP CON LIC

Part Number

Description

AL4500E15-E6

ERS 4524GT-PWR with 24 10/100/1000 802.3af PoE ports and 4 shared SFP ports, plus HiStack ports and RPS connector. Inc. Base Software License & 46cm stack cable. (N America power cord)

Data Products Parts Quantity

2

Total INSTALLATION COST

11/26/2013 11:11 AM

p. 414

State of California

Unit Price

Bid IFB 13-001

Ext Price

0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0

0

11/26/2013 11:11 AM

p. 415

State of California

Bid IFB 13-001

Reference ID: NCRF - Northern California Reentry Facility Site ID: 81394 Equipment Location ID's

81394 (Switch Id)

Three Year Mandatory Part Number

Product Description

Service Quantity Service Order Code 462

GE4303AQQ

NTL264148

SM R6.X SIP CONNECTION LICENSE

144

GE4303EGD

NTL264231

SM R6.X SIP CONNECTION LIC ENTITLE

52

GE4303EL2

Total

One Year Mandatory Optional Part Number

Product Description

Service Quantity Service Order Code

Future Addendum will address this item

11/26/2013 11:11 AM

p. 416

State of California

Service Description Count Based Services - CS1000 and M1 CS1000 - Partner Assurance Software Support - Tier 2 (101-1199 users) Basic-3 Year (Annual Unit Price)SLNAQQ Other Services Aura Applications - Session Manager - - Partner Assurance Software Support - Base - 3 Year (Annual Unit Price) - Service Line Number EGD Aura Applications - Session Manager - No Charge License Entitlement - Partner Assurance Software Support - Base - 3 Year Pre-pay - Service Line Number EL2

# Year Term

Unit Price

Bid IFB 13-001

Ext Price

3

0

3

0

3

0

0

Service Description

# Year Term

Unit Price

Ext Price

Count Based Services - CS1000 and M1 1

11/26/2013 11:11 AM

0

p. 417

State of California

Bid IFB 13-001

Activity: System Upgrade to CS 1000M Product: Communication Server System Option: CS 1000M Single Group Description: NCYCC - Northern California Youth CC Site ID: 318839832

Order Parts List Quantity

Part Number

Description

1

271982

APS NRA tracking

3

NTDU41GA

Media Card 32S (MC 32S)

263

NTE980JC

1 SIP Acc Port - no charge

18

NTE980JD

ELC Acc Prt - SM for App seq

8

NTE980MA

All Sys 1-MUS Con License

50

NTE980PA

All Sys 1-PERS Call Asst Lic

8

NTE980RA

All Sys 1-RAN Con License

1

NTHU63AF

CPDC SS (IPE Shelf) - R7.6

1

NTM427BEE6

CPDC Sig Srvr SW (4GB USB) 7.6

1003

NTE947LL

SW Upg R7.6 (up to 1199 users)

1

NTM444CF

CF SW Inst Kit CPPIV 7.6-NoDng

80

NTL264231

SM R6.X SIP CON LIC ENTITLE

281

NTL264148

SM R6.X SIP CON LIC

Part Number

Description

AL4500E15-E6

ERS 4524GT-PWR with 24 10/100/1000 802.3af PoE ports and 4 shared SFP ports, plus HiStack ports and RPS connector. Inc. Base Software License & 46cm stack cable. (N America power cord)

Data Products Parts Quantity

2

Total INSTALLATION COST

11/26/2013 11:11 AM

p. 418

State of California

Unit Price

Bid IFB 13-001

Ext Price

0 0 0 0 0 0 0 0 0 0 0 0 0

0 0

11/26/2013 11:11 AM

p. 419

State of California

Bid IFB 13-001

Reference ID: NCYCC - Northern California Youth CC Site ID: 318839832 Equipment Location ID's

318839832 (Switch Id)

Three Year Mandatory Part Number

Product Description

Service Quantity

Service Order Code

1003

GE4303AQQ

NTL264148

SM R6.X SIP CONNECTION LICENSE

281

GE4303EGD

NTL264231

SM R6.X SIP CONNECTION LIC ENTITLE

80

GE4303EL2

Total

One Year Mandatory Optional Part Number

Product Description

Service Quantity

Service Order Code

Future Addendum will address this item

11/26/2013 11:11 AM

p. 420

State of California

Service Description Count Based Services - CS1000 and M1 CS1000 - Partner Assurance Software Support - Tier 2 (1011199 users) Basic-3 Year (Annual Unit Price)-SLNAQQ Other Services Aura Applications - Session Manager - - Partner Assurance Software Support - Base - 3 Year (Annual Unit Price) - Service Line Number EGD Aura Applications - Session Manager - No Charge License Entitlement - Partner Assurance Software Support - Base - 3 Year Pre-pay - Service Line Number EL2

# Year Term

Bid IFB 13-001

Unit Price

Ext Price

3

0

3

0

3

0

0

Service Description

# Year Term

Unit Price

Ext Price

Count Based Services - CS1000 and M1 1

11/26/2013 11:11 AM

0

p. 421

State of California

Bid IFB 13-001

Activity: System Upgrade to CS 1000M Product: Communication Server System Option: CS 1000M Single Group Description: NKSP - North Kern State Prison Site ID: J00674

Order Parts List Quantity

Part Number

Description

1

NTHU50DA

Cardcage Upgrade to CP PIV DC

1

271982

APS NRA tracking

6

N0113525

Panel cPCI Card Slot Filler

2

NT6D41CAE5

PWR Supply DC CE CEPS-DC

4

NT6D42CDE5

PC Pack DC Ring Generator 16VA

50

NT7K20ABE6

Ext. Analogue MW Line Card

15

NT8D02HAE5

Card 16-port XDLC

5

NT8D04BBE5

Pack Superloop Network

2

NT8D14DAE5

Card, 8 Port UXT

3

NT8D16ACE5

Card 8-channel XDTR

4

NT8D49AAE6

Expansion Spacer

2

NT8D91ADE6

XNET to XPEC Cable - 6 ft

3

NT8D91AEE6

XNET to XPEC Cable - 8 ft

3

NT8D91AFE6

XNET to XPEC Cable - 10 ft

2

NT9D18AAE6

Side Trim Assy./Die Cast

4

NTCG03AAE6

Cable 14' CC-CDTI2/DDP/DDP2

5

NTDU41GA

Media Card 32S (MC 32S)

1

NTE960DC

SYS UPG to 61C/1000M SG CPPIV

283

NTE980JC

1 SIP Acc Port - no charge

22

NTE980JD

ELC Acc Prt - SM for App seq

8

NTE980MA

All Sys 1-MUS Con License

50

NTE980PA

All Sys 1-PERS Call Asst Lic

8

NTE980RA

All Sys 1-RAN Con License

1

NTHU63AF

CPDC SS (IPE Shelf) - R7.6

1

NTM427BEE6

CPDC Sig Srvr SW (4GB USB) 7.6

2

NTRB53AAE5

Clock Controller PC Pack

1

NTWB15AB

Cab DC Top Cap & Pedestal

5

NTWB15CA

M1 IPE 4-SEG Module DC Package

1

NTE907CI

CF SW Inst Kit (CPPIV) R7.6

1272

NTE960LB

SW Upg R7.6 (to 1999 usrs/sys)

84

NTL264231

SM R6.X SIP CON LIC ENTITLE

305

NTL264148

SM R6.X SIP CON LIC

Part Number

Description

AL4500E15-E6

ERS 4524GT-PWR with 24 10/100/1000 802.3af PoE ports and 4 shared SFP ports, plus HiStack ports and RPS connector. Inc. Base Software License & 46cm stack cable. (N America power cord)

Data Products Parts Quantity

2

Total

INSTALLATION COST

11/26/2013 11:11 AM

p. 422

State of California

Unit Price

Bid IFB 13-001

Ext Price

0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0

0 0

11/26/2013 11:11 AM

p. 423

State of California

Bid IFB 13-001

Reference ID: NKSP - North Kern State Prison Equipment Location ID's J00674 (Switch Id)

Part Number

Product Description

Service Quantity

Service Order Code

1272

GE4303AQR

NTL264148

SM R6.X SIP CONNECTION LICENSE

305

GE4303EGD

NTL264231

SM R6.X SIP CONNECTION LIC ENTITLE

84

GE4303EL2

Total

One Year Mandatory Optional Part Number

Product Description

Service Quantity

Service Order Code

Future Addendum will address this item

11/26/2013 11:11 AM

p. 424

State of California

Service Description Count Based Services - CS1000 and M1 CS1000 - Partner Assurance Software Support - Tier 3 (12001999 users) Basic-3 Year (Annual Unit Price)-SLNAQR Other Services Aura Applications - Session Manager - - Partner Assurance Software Support - Base - 3 Year (Annual Unit Price) - Service Line Number EGD Aura Applications - Session Manager - No Charge License Entitlement - Partner Assurance Software Support - Base - 3 Year Pre-pay - Service Line Number EL2

# Year Term

Bid IFB 13-001

Unit Price Ext Price

3

0

3

0

3

0

0

Service Description

# Year Term

Unit Price Ext Price

Count Based Services - CS1000 and M1 1

11/26/2013 11:11 AM

0

p. 425

State of California

Bid IFB 13-001

Activity: System Upgrade to CS 1000M Product: Communication Server System Option: CS 1000M Single Group Description: PBSP - Pelican Bay State Prison Site ID: 840017

Order Parts List Quantity

Part Number

Description

1

271982

APS NRA tracking

2

N0026096

Blank Faceplate MMDU Slot

2

NT4N39BAE5

Pack CP PIV 512M DDR

1

NT8D04BBE5

Pack Superloop Network

4

NTDU41GA

Media Card 32S (MC 32S)

1

NTE900PH

PBX 61C/1000M SG upg to CP PIV

511

NTE980JC

1 SIP Acc Port - no charge

36

NTE980JD

ELC Acc Prt - SM for App seq

8

NTE980MA

All Sys 1-MUS Con License

50

NTE980PA

All Sys 1-PERS Call Asst Lic

8

NTE980RA

All Sys 1-RAN Con License

1

NTHU63AF

CPDC SS (IPE Shelf) - R7.6

1

NTM427BEE6

CPDC Sig Srvr SW (4GB USB) 7.6

2224

NTE960LD

SW Upg R7.6 (to 4999 usrs/sys)

1

NTM444CF

CF SW Inst Kit CPPIV 7.6-NoDng

102

NTL264231

SM R6.X SIP CON LIC ENTITLE

547

NTL264148

SM R6.X SIP CON LIC

Part Number

Description

AL4500E15-E6

ERS 4524GT-PWR with 24 10/100/1000 802.3af PoE ports and 4 shared SFP ports, plus HiStack ports and RPS connector. Inc. Base Software License & 46cm stack cable. (N America power cord)

Data Products Parts Quantity

2

Total INSTALLATION COST

11/26/2013 11:11 AM

p. 426

State of California

Unit Price

Bid IFB 13-001

Ext Price

0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0

0 0

11/26/2013 11:11 AM

p. 427

State of California

Bid IFB 13-001

Reference ID: PBSP - Pelican Bay State Prison Site ID: 840017 Equipment Location ID's

840017 (Switch Id)

Three Year Mandatory Part Number

Product Description

Service Quantity Service Order Code 2224

GE4303AQS

NTL264148

SM R6.X SIP CONNECTION LICENSE

547

GE4303EGD

NTL264231

SM R6.X SIP CONNECTION LIC ENTITLE

102

GE4303EL2

Total

One Year Mandatory Optional Part Number

Product Description

Service Quantity Service Order Code

Future Addendum will address this item

11/26/2013 11:11 AM

p. 428

State of California

Service Description Count Based Services - CS1000 and M1 CS1000 - Partner Assurance Software Support - Tier 4 (20004999 users) Basic-3 Year (Annual Unit Price)-SLNAQS

Other Services Aura Applications - Session Manager - - Partner Assurance Software Support - Base - 3 Year (Annual Unit Price) - Service Line Number EGD Aura Applications - Session Manager - No Charge License Entitlement - Partner Assurance Software Support - Base - 3 Year Pre-pay - Service Line Number EL2

# Year Term Unit Price

Bid IFB 13-001

Ext Price

3

0

3

0

3

0

0

Service Description

# Year Term Unit Price

Ext Price

Count Based Services - CS1000 and M1 1

11/26/2013 11:11 AM

0

p. 429

State of California

Bid IFB 13-001

Product: Communication Server System Option: CS 1000M Multi Group Description: PVSP - Pleasant Valley State Prison Site ID: Z00174

Order Parts List Quantity

Part Number

Description

1

271982

APS NRA tracking

1

N0198586

1GB 333DR Mem Upg Mod

3

NTDU41GA

Media Card 32S (MC 32S)

86

NTE980JC

1 SIP Acc Port - no charge

24

NTE980JD

ELC Acc Prt - SM for App seq

8

NTE980MA

All Sys 1-MUS Con License

50

NTE980PA

All Sys 1-PERS Call Asst Lic

8

NTE980RA

All Sys 1-RAN Con License

1

NTM427CEE6

CPPM Sig Srv Upg to 7.6 2GB CF

1424

NTE960LB

SW Upg R7.6 (to 1999 usrs/sys)

1

NTM444CF

CF SW Inst Kit CPPIV 7.6-NoDng

1534

NTL264231

SM R6.X SIP CON LIC ENTITLE

Part Number

Description

AL4500E15-E6

ERS 4524GT-PWR with 24 10/100/1000 802.3af PoE ports and 4 shared SFP ports, plus HiStack ports and RPS connector. Inc. Base Software License & 46cm stack cable. (N America power cord)

Data Products Parts Quantity

2

Total INSTALLATION COST

11/26/2013 11:11 AM

p. 430

State of California

Unit Price

Bid IFB 13-001

Ext Price

0 0 0 0 0 0 0 0 0 0 0 0

0 0

11/26/2013 11:11 AM

p. 431

State of California

Bid IFB 13-001

Reference ID: PVSP - Pleasant Valley State Prison Site ID: Z00174 Equipment Location ID's

Z00174 (Switch Id)

Three Year Mandatory Part Number

NTL264231

Product Description

SM R6.X SIP CONNECTION LIC ENTITLE

Service Order Service Quantity Code 1424

GE4303AQR

1534

GE4303EL2

Total

One Year Mandatory Optional Part Number

Product Description

Service Quantity Service Order Code

Future Addendum will address this item

11/26/2013 11:11 AM

p. 432

State of California

Service Description Count Based Services - CS1000 and M1 CS1000 - Partner Assurance Software Support - Tier 3 (12001999 users) Basic-3 Year (Annual Unit Price)-SLNAQR Other Services Aura Applications - Session Manager - No Charge License Entitlement - Partner Assurance Software Support - Base - 3 Year Pre-pay - Service Line Number EL2

# Year Term Unit Price

Bid IFB 13-001

Ext Price

3

0

3

0

0

Service Description

# Year Term Unit Price

Ext Price

Count Based Services - CS1000 and M1 1

11/26/2013 11:11 AM

0

p. 433

State of California

Bid IFB 13-001

Product: Communication Server System Option: CS 1000M Single Group Description: RAM - Richard A. McGee Correctional Training Center Site ID: D13235

Order Parts List Quantity

Part Number

Description

1

271982

APS NRA tracking

4

NTCG03AAE6

Cable 14' CC-CDTI2/DDP/DDP2

2

NTDU41GA

Media Card 32S (MC 32S)

134

NTE980JC

1 SIP Acc Port - no charge

12

NTE980JD

ELC Acc Prt - SM for App seq

8

NTE980MA

All Sys 1-MUS Con License

50

NTE980PA

All Sys 1-PERS Call Asst Lic

8

NTE980RA

All Sys 1-RAN Con License

1

NTHU63AF

CPDC SS (IPE Shelf) - R7.6

1

NTM427BEE6

CPDC Sig Srvr SW (4GB USB) 7.6

2

NTRB53AAE5

Clock Controller PC Pack

568

NTE947LL

SW Upg R7.6 (up to 1199 users)

1

NTM444CF

CF SW Inst Kit CPPIV 7.6-NoDng

32

NTL264231

SM R6.X SIP CON LIC ENTITLE

146

NTL264148

SM R6.X SIP CON LIC

Part Number

Description

AL4500E15-E6

ERS 4524GT-PWR with 24 10/100/1000 802.3af PoE ports and 4 shared SFP ports, plus HiStack ports and RPS connector. Inc. Base Software License & 46cm stack cable. (N America power cord)

Data Products Parts Quantity

2

Total

INSTALLATION COST

11/26/2013 11:11 AM

p. 434

State of California

Unit Price

Bid IFB 13-001

Ext Price

0 0 0 0 0 0 0 0 0 0 0 0 0 0 0

0 0

11/26/2013 11:11 AM

p. 435

State of California

Bid IFB 13-001

Reference ID: RAM - Richard A. McGee Correctional Training Center Site ID: D13235 Equipment Location ID's

D13235 (Switch Id)

Three Year Mandatory Part Number

Product Description

Service Quantity

Service Order Code

568

GE4303AQQ

NTL264148

SM R6.X SIP CONNECTION LICENSE

146

GE4303EGD

NTL264231

SM R6.X SIP CONNECTION LIC ENTITLE

32

GE4303EL2

Total

One Year Mandatory Optional Part Number

Product Description

Service Quantity

Service Order Code

Future Addendum will address this item

11/26/2013 11:11 AM

p. 436

State of California

Service Description Count Based Services - CS1000 and M1 CS1000 - Partner Assurance Software Support - Tier 2 (1011199 users) Basic-3 Year (Annual Unit Price)-SLNAQQ Other Services Aura Applications - Session Manager - - Partner Assurance Software Support - Base - 3 Year (Annual Unit Price) - Service Line Number EGD Aura Applications - Session Manager - No Charge License Entitlement - Partner Assurance Software Support - Base - 3 Year Pre-pay - Service Line Number EL2

# Year Term

Bid IFB 13-001

Unit Price

Ext Price

3

0

3

0

3

0

0

Service Description

# Year Term

Unit Price

Ext Price

Count Based Services - CS1000 and M1 1

11/26/2013 11:11 AM

0

p. 437

State of California

Bid IFB 13-001

Product: Communication Server System Option: CS 1000M Single Group Description: RJD - R.J. Donovan Correctional Facility at Rock Mountain Site ID: 81393

Order Parts List Quantity

Part Number

1

271982

3

NTDU41GA

365

NTE980JC

24

NTE980JD

12

NTE980MA

50

NTE980PA

12

NTE980RA

1

NTHU64CE

1424

NTE960LB

1

NTM444CF

104

NTL264231

389

NTL264148

Data Products Parts Quantity

Part Number

2

AL4500E15-E6

Total

11/26/2013 11:11 AM

p. 438

State of California

Description

Unit Price

APS NRA tracking Media Card 32S (MC 32S) 1 SIP Acc Port - no charge ELC Acc Prt - SM for App seq All Sys 1-MUS Con License All Sys 1-PERS Call Asst Lic All Sys 1-RAN Con License CS1000 Apps on COTS Upg toR7.6 SW Upg R7.6 (to 1999 usrs/sys) CF SW Inst Kit CPPIV 7.6-NoDng SM R6.X SIP CON LIC ENTITLE SM R6.X SIP CON LIC

Bid IFB 13-001

Ext Price

0 0 0 0 0 0 0 0 0 0 0 0

Description ERS 4524GT-PWR with 24 10/100/1000 802.3af PoE ports and 4 shared SFP ports, plus HiStack ports and RPS connector. Inc. Base Software License & 46cm stack cable. (N America power cord)

0 0

INSTALLATION COST

11/26/2013 11:11 AM

p. 439

State of California

Bid IFB 13-001

Reference ID: RJD - R.J. Donovan Correctional Facility at Rock Mountain Site ID: 81393 Equipment Location ID's

81393 (Switch Id)

Three Year Mandatory Part Number

Product Description

Service Quantity Service Order Code 1424

GE4303AQR

NTL264148

SM R6.X SIP CONNECTION LICENSE

389

GE4303EGD

NTL264231

SM R6.X SIP CONNECTION LIC ENTITLE

104

GE4303EL2

Total

One Year Mandatory Optional Part Number

Product Description

Service Quantity Service Order Code

Future Addendum will address this item

11/26/2013 11:11 AM

p. 440

State of California

Service Description Count Based Services - CS1000 and M1 CS1000 - Partner Assurance Software Support - Tier 3 (1200-1999 users) Basic-3 Year (Annual Unit Price)SLNAQR Other Services Aura Applications - Session Manager - - Partner Assurance Software Support - Base - 3 Year (Annual Unit Price) Service Line Number EGD Aura Applications - Session Manager - No Charge License Entitlement - Partner Assurance Software Support - Base - 3 Year Pre-pay - Service Line Number EL2

# Year Term

Unit Price

Bid IFB 13-001

Ext Price

3

0

3

0

3

0

0

Service Description

# Year Term

Unit Price

Ext Price

Count Based Services - CS1000 and M1 1

11/26/2013 11:11 AM

0

p. 441

State of California

Bid IFB 13-001

Product: Communication Server System Option: CS 1000M Single Group Description: SAC -CSP SAC Site ID: 81378

Order Parts List Quantity

Part Number

Description

1

271982

APS NRA tracking

2

NTDU41GA

Media Card 32S (MC 32S)

57

NTE980JC

1 SIP Acc Port - no charge

28

NTE980JD

ELC Acc Prt - SM for App seq

8

NTE980MA

All Sys 1-MUS Con License

8

NTE980RA

All Sys 1-RAN Con License

1

NTM427BEE6

CPDC Sig Srvr SW (4GB USB) 7.6

1

NTE950AF

SW Upgrade 7.5 to 7.6

1

NTM444CF

CF SW Inst Kit CPPIV 7.6-NoDng

1

270191

SM SW release specifier

1

NTL700504701

SM R6.3 REDHAT KSTART UPG DVD

85

NTL264231

SM R6.X SIP CON LIC ENTITLE

Part Number

Description

AL4500E15-E6

ERS 4524GT-PWR with 24 10/100/1000 802.3af PoE ports and 4 shared SFP ports, plus HiStack ports and RPS connector. Inc. Base Software License & 46cm stack cable. (N America power cord)

Data Products Parts Quantity

2

Total INSTALLATION COST

11/26/2013 11:11 AM

p. 442

State of California

Unit Price

Bid IFB 13-001

Ext Price

0 0 0 0 0 0 0 0 0 0 0 0

0 0

11/26/2013 11:11 AM

p. 443

State of California

Bid IFB 13-001

Reference ID: SAC -CSP SAC Site ID: 81378 Equipment Location ID's

81378 (Switch Id)

Three Year Mandatory Product Description

SM R6.X SIP CONNECTION LIC ENTITLE

Service Quantity Service Order Code

1552

GE4303AQR

85

GE4303EL2

Total

One Year Mandatory Optional Part Number

Product Description

Service Quantity

Future Addendum will address this item

11/26/2013 11:11 AM

p. 444

State of California

Service Description Count Based Services - CS1000 and M1 CS1000 - Partner Assurance Software Support - Tier 3 (1200-1999 users) Basic-3 Year (Annual Unit Price)SLNAQR Other Services Aura Applications - Session Manager - No Charge License Entitlement - Partner Assurance Software Support - Base 3 Year Pre-pay - Service Line Number EL2

# Year Term

Bid IFB 13-001

Unit Price

Ext Price

3

0

3

0

0

Service Order Code

Service Description Count Based Services CS1000 and M1

# Year Term

1

11/26/2013 11:11 AM

Unit Price Ext Price

0

p. 445

State of California

Bid IFB 13-001

Activity: System Upgrade to CS 1000M Product: Communication Server System Option: CS 1000M Multi Group Description: SATF - Substance Abuse Treatment Facility Site ID: Z00932

Order Parts List Quantity

Part Number

Description

1

NTHU50DA

Cardcage Upgrade to CP PIV DC

1

271982

APS NRA tracking

6

N0113525

Panel cPCI Card Slot Filler

2

NT6D41CAE5

PWR Supply DC CE CEPS-DC

1

NT7D11BEE6

Module/Module PWR Harnes 48VDC

2

NT8D04BBE5

Pack Superloop Network

4

NT8D31ABE6

Blank Faceplate 1.0 inch CE

1

NT8D91AFE6

XNET to XPEC Cable - 10 ft

1

NT8D91AGE6

XNET to XPEC Cable - 12 ft

2

NTCG03ACE6

Cable 4' CC-CDTI2/DDP/DDP2

2

NTCG03ADE6

Cable 7' CC-CDTI2/DDP/DDP2

5

NTDU41GA

Media Card 32S (MC 32S)

1

NTE900PG

Opt81/81C FNF Upgrade

1

NTE900PJ

PBX 81C/1000M MG upg to CP PIV

509

NTE980JC

1 SIP Acc Port - no charge

32

NTE980JD

ELC Acc Prt - SM for App seq

12

NTE980MA

All Sys 1-MUS Con License

50

NTE980PA

All Sys 1-PERS Call Asst Lic

12

NTE980RA

All Sys 1-RAN Con License

1

NTHU37AA

Upg Network Group to FNF-Grp0

1

NTHU38AA

UPG NWK GRP TO FNF (NOT GP 0)

1

NTHU63AF

CPDC SS (IPE Shelf) - R7.6

1

NTM427BEE6

CPDC Sig Srvr SW (4GB USB) 7.6

2

NTRB53AAE5

Clock Controller PC Pack

4

NTRC48AAE6

Cable 6.5 FIJI Fiber SonetRing

1

NTWB15GA

IPE DC Conversion Pkg

1

NTE907CI

CF SW Inst Kit (CPPIV) R7.6

1932

NTE960LB

SW Upg R7.6 (to 1999 usrs/sys)

154

NTL264231

SM R6.X SIP CON LIC ENTITLE

541

NTL264148

SM R6.X SIP CON LIC

Quantity

Part Number

Description

1

NT8D04BBE5

Pack Superloop Network

Part Number

Description

AL4500E15-E6

ERS 4524GT-PWR with 24 10/100/1000 802.3af PoE ports and 4 shared SFP ports, plus HiStack ports and RPS connector. Inc. Base Software License & 46cm stack cable. (N America power cord)

Merchandise Parts

Data Products Parts Quantity

2

Total

INSTALLATION COST

11/26/2013 11:11 AM

p. 446

State of California

Unit Price

Bid IFB 13-001

Ext Price

0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0

0

0 0

11/26/2013 11:11 AM

p. 447

State of California

Bid IFB 13-001

Reference ID: SATF - Substance Abuse Treatment Facility Site ID: Z00932 Equipment Location ID's

Z00932 (Switch Id)

Three Year Mandatory Part Number

Product Description

Service Quantity

Service Order Code

1932

GE4303AQR

NTL264148

SM R6.X SIP CONNECTION LICENSE

541

GE4303EGD

NTL264231

SM R6.X SIP CONNECTION LIC ENTITLE

154

GE4303EL2

Total

One Year Mandatory Optional Part Number

Product Description

Service Quantity

Service Order Code

Future Addendum will address this item

11/26/2013 11:11 AM

p. 448

State of California

Service Description Count Based Services - CS1000 and M1 CS1000 - Partner Assurance Software Support - Tier 3 (1200-1999 users) Basic-3 Year (Annual Unit Price)-SLNAQR Other Services Aura Applications - Session Manager - - Partner Assurance Software Support - Base - 3 Year (Annual Unit Price) - Service Line Number EGD Aura Applications - Session Manager - No Charge License Entitlement Partner Assurance Software Support - Base - 3 Year Pre-pay - Service Line Number EL2

Bid IFB 13-001

# Year Term

Unit Price Ext Price

3

0

3

0

3

0 0

Service Description

# Year Term

Unit Price Ext Price

Count Based Services - CS1000 and M1 1

11/26/2013 11:11 AM

0

p. 449

State of California

Bid IFB 13-001

Activity: System Upgrade to CS 1000M Product: Communication Server System Option: CS 1000M Single Group Description: SCC - Sierra Conservation Center Site ID: 83675

Order Parts List Quantity

Part Number

Description

1

271982

APS NRA tracking

2

N0026096

Blank Faceplate MMDU Slot

2

NT4N39BAE5

Pack CP PIV 512M DDR

1

NT8D04BBE5

Pack Superloop Network

1

NT8D49AAE6

Expansion Spacer

1

NT8D91AFE6

XNET to XPEC Cable - 10 ft

3

NTDU41GA

Media Card 32S (MC 32S)

1

NTE900PH

PBX 61C/1000M SG upg to CP PIV

378

NTE980JC

1 SIP Acc Port - no charge

24

NTE980JD

ELC Acc Prt - SM for App seq

8

NTE980MA

All Sys 1-MUS Con License

50

NTE980PA

All Sys 1-PERS Call Asst Lic

8

NTE980RA

All Sys 1-RAN Con License

1

NTHU63AF

CPDC SS (IPE Shelf) - R7.6

1

NTM427BEE6

CPDC Sig Srvr SW (4GB USB) 7.6

1

NTWB15CA

M1 IPE 4-SEG Module DC Package

1448

NTE960LB

SW Upg R7.6 (to 1999 usrs/sys)

1

NTM444CF

CF SW Inst Kit CPPIV 7.6-NoDng

112

NTL264231

SM R6.X SIP CON LIC ENTITLE

402

NTL264148

SM R6.X SIP CON LIC

Part Number

Description

AL4500E15-E6

ERS 4524GT-PWR with 24 10/100/1000 802.3af PoE ports and 4 shared SFP ports, plus HiStack ports and RPS connector. Inc. Base Software License & 46cm stack cable. (N America power cord)

Data Products Parts Quantity

2

Total INSTALLATION COST

11/26/2013 11:11 AM

p. 450

State of California

Unit Price

Bid IFB 13-001

Ext Price

0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0

0 0

11/26/2013 11:11 AM

p. 451

State of California

Bid IFB 13-001

Reference ID: SCC - Sierra Conservation Center Site ID: 83675 Equipment Location ID's

83675 (Switch Id)

Three Year Mandatory Part Number

Product Description

Service Quantity

Service Order Code

1448

GE4303AQR

NTL264148

SM R6.X SIP CONNECTION LICENSE

402

GE4303EGD

NTL264231

SM R6.X SIP CONNECTION LIC ENTITLE

112

GE4303EL2

Total

One Year Mandatory Optional Part Number

Product Description

Service Quantity

Service Order Code

Future Addendum will address this item

11/26/2013 11:11 AM

p. 452

State of California

Service Description Count Based Services - CS1000 and M1 CS1000 - Partner Assurance Software Support - Tier 3 (1200-1999 users) Basic-3 Year (Annual Unit Price)-SLNAQR Other Services Aura Applications - Session Manager - - Partner Assurance Software Support - Base - 3 Year (Annual Unit Price) - Service Line Number EGD Aura Applications - Session Manager - No Charge License Entitlement Partner Assurance Software Support - Base - 3 Year Pre-pay - Service Line Number EL2

Bid IFB 13-001

# Year Term

Unit Price Ext Price

3

0

3

0

3

0 0

Service Description

# Year Term

Unit Price Ext Price

Count Based Services - CS1000 and M1 1

11/26/2013 11:11 AM

0

p. 453

State of California

Bid IFB 13-001

Activity: System Upgrade to CS 1000M Product: Communication Server System Option: CS 1000M Multi Group Description: SOL - Solano Site ID: Z00508

Order Parts List Quantity

Part Number

Description

1

NTHU50DA

Cardcage Upgrade to CP PIV DC

1

271982

APS NRA tracking

6

N0113525

Panel cPCI Card Slot Filler

2

NT6D41CAE5

PWR Supply DC CE CEPS-DC

1

NT7D11BEE6

Module/Module PWR Harnes 48VDC

1

NT8D04BBE5

Pack Superloop Network

2

NT8D31ABE6

Blank Faceplate 1.0 inch CE

1

NT8D91AFE6

XNET to XPEC Cable - 10 ft

4

NTCG03AAE6

Cable 14' CC-CDTI2/DDP/DDP2

3

NTDU41GA

Media Card 32S (MC 32S)

1

NTE900PG

Opt81/81C FNF Upgrade

1

NTE900PJ

PBX 81C/1000M MG upg to CP PIV

292

NTE980JC

1 SIP Acc Port - no charge

20

NTE980JD

ELC Acc Prt - SM for App seq

8

NTE980MA

All Sys 1-MUS Con License

50

NTE980PA

All Sys 1-PERS Call Asst Lic

8

NTE980RA

All Sys 1-RAN Con License

1

NTHU37AA

Upg Network Group to FNF-Grp0

1

NTHU40AA

Corenet Network Group Kit FNF

1

NTHU63AF

CPDC SS (IPE Shelf) - R7.6

1

NTM427BEE6

CPDC Sig Srvr SW (4GB USB) 7.6

2

NTND14BAE6

Cable Assy CNI to 3PE 6ft

2

NTND14BBE6

Cable CNI to 3PE 8ft

2

NTRB53AAE5

Clock Controller PC Pack

4

NTRC48AAE6

Cable 6.5 FIJI Fiber SonetRing

1

NTWB15GA

IPE DC Conversion Pkg

1

NTE907CI

CF SW Inst Kit (CPPIV) R7.6

1208

NTE960LB

SW Upg R7.6 (to 1999 usrs/sys)

70

NTL264231

SM R6.X SIP CON LIC ENTITLE

312

NTL264148

SM R6.X SIP CON LIC

Part Number

Description

AL4500E15-E6

ERS 4524GT-PWR with 24 10/100/1000 802.3af PoE ports and 4 shared SFP ports, plus HiStack ports and RPS connector. Inc. Base Software License & 46cm stack cable. (N America power cord)

Data Products Parts Quantity

2

Total INSTALLATION COST

11/26/2013 11:11 AM

p. 454

State of California

Unit Price

Bid IFB 13-001

Ext Price

0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0

0 0

11/26/2013 11:11 AM

p. 455

State of California

Bid IFB 13-001

Reference ID: SOL - Solano Site ID: Z00508 Equipment Location ID's

Z00508 (Switch Id)

Three Year Mandatory Part Number

Product Description

Service Quantity Service Order Code 1208

GE4303AQR

NTL264148

SM R6.X SIP CONNECTION LICENSE

312

GE4303EGD

NTL264231

SM R6.X SIP CONNECTION LIC ENTITLE

70

GE4303EL2

Total

One Year Mandatory Optional Part Number

Product Description

Service Quantity Service Order Code

Future Addendum will address this item

11/26/2013 11:11 AM

p. 456

State of California

Service Description Count Based Services - CS1000 and M1 CS1000 - Partner Assurance Software Support - Tier 3 (1200-1999 users) Basic3 Year (Annual Unit Price)-SLNAQR Other Services Aura Applications - Session Manager - - Partner Assurance Software Support Base - 3 Year (Annual Unit Price) - Service Line Number EGD Aura Applications - Session Manager - No Charge License Entitlement - Partner Assurance Software Support - Base - 3 Year Pre-pay - Service Line Number EL2

Bid IFB 13-001

# Year Term

Unit Price

Ext Price

3

0

3

0

3

0 0

Service Description

# Year Term

Unit Price

Ext Price

Count Based Services - CS1000 and M1 1

11/26/2013 11:11 AM

0

p. 457

State of California

Bid IFB 13-001

Product: Communication Server System Option: CS 1000M Multi Group Description: SQSP - San Quentin State Prison Site ID: K00619

Order Parts List Quantity

Part Number

Description

1

271982

APS NRA tracking

4

NTDU41GA

Media Card 32S (MC 32S)

268

NTE980JC

1 SIP Acc Port - no charge

36

NTE980JD

ELC Acc Prt - SM for App seq

12

NTE980MA

All Sys 1-MUS Con License

50

NTE980PA

All Sys 1-PERS Call Asst Lic

12

NTE980RA

All Sys 1-RAN Con License

1

NTHU63AF

CPDC SS (IPE Shelf) - R7.6

1

NTM427BEE6

CPDC Sig Srvr SW (4GB USB) 7.6

2216

NTE960LD

SW Upg R7.6 (to 4999 usrs/sys)

1

NTM444CF

CF SW Inst Kit CPPIV 7.6-NoDng

4736

NTL264231

SM R6.X SIP CON LIC ENTITLE

Part Number

Description

AL4500E15-E6

ERS 4524GT-PWR with 24 10/100/1000 802.3af PoE ports and 4 shared SFP ports, plus HiStack ports and RPS connector. Inc. Base Software License & 46cm stack cable. (N America power cord)

Data Products Parts Quantity

2

Total INSTALLATION COST

11/26/2013 11:11 AM

p. 458

State of California

Unit Price

Bid IFB 13-001

Ext Price

0 0 0 0 0 0 0 0 0 0 0 0

SQ

0 0

11/26/2013 11:11 AM

p. 459

State of California

Bid IFB 13-001

Reference ID: SQSP - San Quentin State Prison Site ID: K00619 Equipment Location ID's

K00619 (Switch Id)

Three Year Mandatory Part Number

NTL264231

Product Description

SM R6.X SIP CONNECTION LIC ENTITLE

Service Quantity

Service Order Code

2216

GE4303AQS

4736

GE4303EL2

Total

One Year Mandatory Optional Part Number

Product Description

Service Quantity

Service Order Code

Future Addendum will address this item

11/26/2013 11:11 AM

p. 460

State of California

Service Description Count Based Services - CS1000 and M1 CS1000 - Partner Assurance Software Support - Tier 4 (20004999 users) Basic-3 Year (Annual Unit Price)-SLNAQS Other Services Aura Applications - Session Manager - No Charge License Entitlement - Partner Assurance Software Support - Base - 3 Year Pre-pay - Service Line Number EL2

# Year Term

Bid IFB 13-001

Unit Price

Ext Price

3

0

3

0 0

0

Service Description

# Year Term

Unit Price

Ext Price

Count Based Services - CS1000 and M1 1

11/26/2013 11:11 AM

0

p. 461

State of California

Bid IFB 13-001

Activity: Migration to CS 1000E Product: Communication Server System Option: CS 1000E Description: STC - Stockton Training Center Site ID:

Order Parts List Quantity

Part Number

Description

1

NTWB17BA

Upgrade to CS1000E CPMG128-SA

1

271982

APS NRA tracking

1

N0134948

Full Application Site Move Sum

78

NTE980JC

1 SIP Acc Port - no charge

8

NTE980JD

ELC Acc Prt - SM for App seq

4

NTE980MA

All Sys 1-MUS Con License

50

NTE980PA

All Sys 1-PERS Call Asst Lic

4

NTE980RA

All Sys 1-RAN Con License

1

NTE920GA

Sys Upg to CS1000E CPMG128 CoR

248

NTE947LL

SW Upg R7.6 (up to 1199 users)

1

NTM440HC

USB SW Kit CPMG Co-R R7.6

36

NTL264231

SM R6.X SIP CON LIC ENTITLE

86

NTL264148

SM R6.X SIP CON LIC

Part Number

Description

AL4500E15-E6

ERS 4524GT-PWR with 24 10/100/1000 802.3af PoE ports and 4 shared SFP ports, plus HiStack ports and RPS connector. Inc. Base Software License & 46cm stack cable. (N America power cord)

Data Products Parts: Quantity

1

Total INSTALLATION COST

11/26/2013 11:11 AM

p. 462

State of California

Unit Price

Bid IFB 13-001

Ext Price

0 0 0 0 0 0 0 0 0 0 0 0 0

0 0

11/26/2013 11:11 AM

p. 463

State of California

Bid IFB 13-001

Reference ID: STC - Stockton Training Center Site ID: 10312963 Equipment Location ID's 10312963 (Switch Id)

Three Year Mandatory Part Number

Product Description

Service Quantity

Service Order Code

248

GE4303AQQ

NTL264148

SM R6.X SIP CONNECTION LICENSE

86

GE4303EGD

NTL264231

SM R6.X SIP CONNECTION LIC ENTITLE

36

GE4303EL2

Total

One Year Mandatory Optional Part Number

Product Description

Service Quantity

Service Order Code

Future Addendum will address this item

11/26/2013 11:11 AM

p. 464

State of California

Service Description Count Based Services - CS1000 and M1 CS1000 - Partner Assurance Software Support - Tier 2 (101-1199 users) Basic-3 Year (Annual Unit Price)-SLNAQQ Other Services Aura Applications - Session Manager - - Partner Assurance Software Support - Base - 3 Year (Annual Unit Price) - Service Line Number EGD Aura Applications - Session Manager - No Charge License Entitlement Partner Assurance Software Support - Base - 3 Year Pre-pay - Service Line Number EL2

Bid IFB 13-001

# Year Term

Unit Price

Ext Price

3

0

3

0

3

0 0

Service Description

# Year Term

Unit Price

Ext Price

Count Based Services - CS1000 and M1 1

11/26/2013 11:11 AM

0

p. 465

State of California

Bid IFB 13-001

Activity: System Upgrade to CS 1000M Product: Communication Server System Option: CS 1000M Multi Group Description: SVSP - Salinas Valley State Prison Site ID: Z00564

Order Parts List Quantity

Part Number

Description

1

NTHU50DA

Cardcage Upgrade to CP PIV DC

1

271982

APS NRA tracking

6

N0113525

Panel cPCI Card Slot Filler

2

NT6D41CAE5

PWR Supply DC CE CEPS-DC

1

NT7D11BEE6

Module/Module PWR Harnes 48VDC

1

NT8D04BBE5

Pack Superloop Network

2

NT8D31ABE6

Blank Faceplate 1.0 inch CE

1

NT8D91AFE6

XNET to XPEC Cable - 10 ft

4

NTCG03AAE6

Cable 14' CC-CDTI2/DDP/DDP2

3

NTDU41GA

Media Card 32S (MC 32S)

1

NTE900PG

Opt81/81C FNF Upgrade

1

NTE900PJ

PBX 81C/1000M MG upg to CP PIV

447

NTE980JC

1 SIP Acc Port - no charge

32

NTE980JD

ELC Acc Prt - SM for App seq

12

NTE980MA

All Sys 1-MUS Con License

50

NTE980PA

All Sys 1-PERS Call Asst Lic

12

NTE980RA

All Sys 1-RAN Con License

1

NTHU37AA

Upg Network Group to FNF-Grp0

1

NTHU40AA

Corenet Network Group Kit FNF

1

NTHU63AF

CPDC SS (IPE Shelf) - R7.6

1

NTM427BEE6

CPDC Sig Srvr SW (4GB USB) 7.6

2

NTND14BAE6

Cable Assy CNI to 3PE 6ft

2

NTND14BBE6

Cable CNI to 3PE 8ft

2

NTRB53AAE5

Clock Controller PC Pack

4

NTRC48AAE6

Cable 6.5 FIJI Fiber SonetRing

1

NTWB15GA

IPE DC Conversion Pkg

1

NTE907CI

CF SW Inst Kit (CPPIV) R7.6

1894

NTE960LB

SW Upg R7.6 (to 1999 usrs/sys)

100

NTL264231

SM R6.X SIP CON LIC ENTITLE

479

NTL264148

SM R6.X SIP CON LIC

Part Number

Description

AL4500E15-E6

ERS 4524GT-PWR with 24 10/100/1000 802.3af PoE ports and 4 shared SFP ports, plus HiStack ports and RPS connector. Inc. Base Software License & 46cm stack cable. (N America power cord)

Data Products Parts Quantity

2

Total INSTALLATION COST

11/26/2013 11:11 AM

p. 466

State of California

Unit Price

Bid IFB 13-001

Ext Price

0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0

0 0

11/26/2013 11:11 AM

p. 467

State of California

Bid IFB 13-001

Reference ID: SVSP - Salinas Valley State Prison Site ID: Z00564 Equipment Location ID's

Z00564 (Switch Id)

Three Year Mandatory Part Number

Product Description

Service Quantity Service Order Code 1894

GE4303AQR

NTL264148

SM R6.X SIP CONNECTION LICENSE

479

GE4303EGD

NTL264231

SM R6.X SIP CONNECTION LIC ENTITLE

100

GE4303EL2

Total

One Year Mandatory Optional Part Number

Product Description

Service Quantity Service Order Code

Future Addendum will address this item

11/26/2013 11:11 AM

p. 468

State of California

Service Description Count Based Services - CS1000 and M1 CS1000 - Partner Assurance Software Support - Tier 3 (12001999 users) Basic-3 Year (Annual Unit Price)-SLNAQR Other Services Aura Applications - Session Manager - - Partner Assurance Software Support - Base - 3 Year (Annual Unit Price) - Service Line Number EGD Aura Applications - Session Manager - No Charge License Entitlement - Partner Assurance Software Support - Base - 3 Year Pre-pay - Service Line Number EL2

# Year Term

Unit Price

Bid IFB 13-001

Ext Price

3

0

3

0

3

0

0

Service Description

# Year Term Unit Price

Ext Price

Count Based Services - CS1000 and M1 1

11/26/2013 11:11 AM

0

p. 469

State of California

Bid IFB 13-001

Activity: System Upgrade to CS 1000M Product: Communication Server System Option: CS 1000M Multi Group Description: VSPW - Valley State Prison for Women Site ID: Z00252

Order Parts List Quantity

Part Number

Description

1

NTHU50DA

Cardcage Upgrade to CP PIV DC

1

271982

APS NRA tracking

6

N0113525

Panel cPCI Card Slot Filler

2

NT6D41CAE5

PWR Supply DC CE CEPS-DC

1

NT7D11BEE6

Module/Module PWR Harnes 48VDC

1

NT8D02HAE5

Card 16-port XDLC

2

NT8D04BBE5

Pack Superloop Network

2

NT8D31ABE6

Blank Faceplate 1.0 inch CE

2

NT8D91AFE6

XNET to XPEC Cable - 10 ft

4

NTCG03AAE6

Cable 14' CC-CDTI2/DDP/DDP2

3

NTDU41GA

Media Card 32S (MC 32S)

1

NTE900PG

Opt81/81C FNF Upgrade

1

NTE900PJ

PBX 81C/1000M MG upg to CP PIV

3

NTE906AD

1 Enhanced Service Pkg TDM User License

283

NTE980JC

1 SIP Acc Port - no charge

20

NTE980JD

ELC Acc Prt - SM for App seq

8

NTE980MA

All Sys 1-MUS Con License

50

NTE980PA

All Sys 1-PERS Call Asst Lic

8

NTE980RA

All Sys 1-RAN Con License

1

NTHU37AA

Upg Network Group to FNF-Grp0

1

NTHU40AA

Corenet Network Group Kit FNF

3

NTHU63AF

CPDC SS (IPE Shelf) - R7.6

3

NTM427BEE6

CPDC Sig Srvr SW (4GB USB) 7.6

2

NTND14BAE6

Cable Assy CNI to 3PE 6ft

2

NTND14BBE6

Cable CNI to 3PE 8ft

2

NTRB53AAE5

Clock Controller PC Pack

4

NTRC48AAE6

Cable 6.5 FIJI Fiber SonetRing

1

NTWB15GA

IPE DC Conversion Pkg

1

NTAG58BAE6

PC CONSOLE INTERFACE UNIT ASSY

1

NTE907CI

CF SW Inst Kit (CPPIV) R7.6

1105

NTE947LL

SW Upg R7.6 (up to 1199 users)

82

NTL264231

SM R6.X SIP CON LIC ENTITLE

303

NTL264148

SM R6.X SIP CON LIC

Part Number

Description

AL4500E15-E6

ERS 4524GT-PWR with 24 10/100/1000 802.3af PoE ports and 4 shared SFP ports, plus HiStack ports and RPS connector. Inc. Base Software License & 46cm stack cable. (N America power cord)

Data Products Parts Quantity

2

Total INSTALLATION COST

11/26/2013 11:11 AM

p. 470

State of California

Unit Price

Bid IFB 13-001

Ext Price

0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0

0 0

11/26/2013 11:11 AM

p. 471

State of California

Bid IFB 13-001

Reference ID: VSPW - Valley State Prison for Women Site ID: Z00252 Equipment Location ID's

Z00252 (Switch Id)

Three Year Mandatory Part Number

Product Description

Service Quantity

Service Order Code

1108

GE4303AQQ

NTL264148

SM R6.X SIP CONNECTION LICENSE

303

GE4303EGD

NTL264231

SM R6.X SIP CONNECTION LIC ENTITLE

82

GE4303EL2

Total

One Year Mandatory Optional Part Number

Product Description

Service Quantity

Service Order Code

Future Addendum will address this item

11/26/2013 11:11 AM

p. 472

State of California

Service Description Count Based Services - CS1000 and M1 CS1000 - Partner Assurance Software Support - Tier 2 (1011199 users) Basic-3 Year (Annual Unit Price)-SLNAQQ Other Services Aura Applications - Session Manager - - Partner Assurance Software Support - Base - 3 Year (Annual Unit Price) - Service Line Number EGD Aura Applications - Session Manager - No Charge License Entitlement - Partner Assurance Software Support - Base - 3 Year Pre-pay - Service Line Number EL2

# Year Term Unit Price

Bid IFB 13-001

Ext Price

3

0

3

0

3

0

0

Service Description

# Year Term Unit Price

Ext Price

Count Based Services - CS1000 and M1 1

11/26/2013 11:11 AM

0

p. 473

State of California

Bid IFB 13-001

Activity: Migration to CS 1000E Product: Communication Server System Option: CS 1000E Description: VYCF - Ventura Youth Facility Site ID:

Order Parts List Quantity

Part Number

Description

1

271982

APS NRA tracking

95

NTE980JC

1 SIP Acc Port - no charge

8

NTE980JD

ELC Acc Prt - SM for App seq

4

NTE980MA

All Sys 1-MUS Con License

50

NTE980PA

All Sys 1-PERS Call Asst Lic

4

NTE980RA

All Sys 1-RAN Con License

1

NTWB20EAE5

PBX 11/11E to CS1000E CPMG -DC

1

NTWB23AC

11/11E Conv to MG 1000E AC Cab

1

NTE920GA

Sys Upg to CS1000E CPMG128 CoR

363

NTE947LL

SW Upg R7.6 (up to 1199 users)

1

NTM440HC

USB SW Kit CPMG Co-R R7.6

30

NTL264231

SM R6.X SIP CON LIC ENTITLE

103

NTL264148

SM R6.X SIP CON LIC

Part Number

Description

AL4500E15-E6

ERS 4524GT-PWR with 24 10/100/1000 802.3af PoE ports and 4 shared SFP ports, plus HiStack ports and RPS connector. Inc. Base Software License & 46cm stack cable. (N America power cord)

Data Products Parts Quantity

1

Total INSTALLATION COST

11/26/2013 11:11 AM

p. 474

State of California

Unit Price

Bid IFB 13-001

Ext Price

0 0 0 0 0 0 0 0 0 0 0 0 0

0 0

11/26/2013 11:11 AM

p. 475

State of California

Bid IFB 13-001

Reference ID: VYCF - Ventura Youth Facility Site ID: 951476 Equipment Location ID's

951476 (Switch Id)

Three Year Mandatory Part Number

Product Description

Service Quantity

Service Order Code

363

GE4303AQQ

NTL264148

SM R6.X SIP CONNECTION LICENSE

103

GE4303EGD

NTL264231

SM R6.X SIP CONNECTION LIC ENTITLE

30

GE4303EL2

Total

One Year Mandatory Optional Part Number

Product Description

Service Quantity

Service Order Code

Future Addendum will address this item

11/26/2013 11:11 AM

p. 476

State of California

Service Description Count Based Services - CS1000 and M1 CS1000 - Partner Assurance Software Support - Tier 2 (101-1199 users) Basic-3 Year (Annual Unit Price)-SLNAQQ Other Services Aura Applications - Session Manager - - Partner Assurance Software Support - Base - 3 Year (Annual Unit Price) - Service Line Number EGD Aura Applications - Session Manager - No Charge License Entitlement Partner Assurance Software Support - Base - 3 Year Pre-pay - Service Line Number EL2

Bid IFB 13-001

# Year Term

Unit Price

Ext Price

3

0

3

0

3

0 0

Service Description

# Year Term

Unit Price

Ext Price

Count Based Services - CS1000 and M1 1

11/26/2013 11:11 AM

0

p. 477

State of California

Bid IFB 13-001

Activity: System Upgrade / Expansion Product: Communication Server System Option: CS 1000M Single Group Description: WSP - Wasco State Prison Site ID: J00354

Order Parts List Quantity

Part Number

Description

1

271982

APS NRA tracking

1

N0198586

1GB 333DR Mem Upg Mod

2

NT6D41CAE5

PWR Supply DC CE CEPS-DC

1

NT8D04BBE5

Pack Superloop Network

4

NTDU41GA

Media Card 32S (MC 32S)

411

NTE980JC

1 SIP Acc Port - no charge

28

NTE980JD

ELC Acc Prt - SM for App seq

12

NTE980MA

All Sys 1-MUS Con License

50

NTE980PA

All Sys 1-PERS Call Asst Lic

12

NTE980RA

All Sys 1-RAN Con License

1

NTM427CEE6

CPPM Sig Srv Upg to 7.6 2GB CF

1652

NTE960LB

SW Upg R7.6 (to 1999 usrs/sys)

1

NTM444CF

CF SW Inst Kit CPPIV 7.6-NoDng

108

NTL264231

SM R6.X SIP CON LIC ENTITLE

439

NTL264148

SM R6.X SIP CON LIC

Part Number

Description

AL4500E15-E6

ERS 4524GT-PWR with 24 10/100/1000 802.3af PoE ports and 4 shared SFP ports, plus HiStack ports and RPS connector. Inc. Base Software License & 46cm stack cable. (N America power cord)

Data Products Parts Quantity

2

INSTALLATION COST

11/26/2013 11:11 AM

p. 478

State of California

Unit Price

Bid IFB 13-001

Ext Price

0 0 0 0 0 0 0 0 0 0 0 0 0 0 0

0 0

11/26/2013 11:11 AM

p. 479

State of California

Bid IFB 13-001

Reference ID: WSP - Wasco State Prison Site ID: J00354 Equipment Location ID's

J00354 (Switch Id)

Three Year Mandatory Part Number

Product Description

Service Quantity Service Order Code 1652

GE4303AQR

NTL264148

SM R6.X SIP CONNECTION LICENSE

439

GE4303EGD

NTL264231

SM R6.X SIP CONNECTION LIC ENTITLE

108

GE4303EL2

Total

One Year Mandatory Optional Part Number

Product Description

Service Quantity Service Order Code

Future Addendum will address this item

11/26/2013 11:11 AM

p. 480

State of California

Service Description Count Based Services - CS1000 and M1 CS1000 - Partner Assurance Software Support - Tier 3 (1200-1999 users) Basic-3 Year (Annual Unit Price)-SLNAQR Other Services Aura Applications - Session Manager - - Partner Assurance Software Support - Base - 3 Year (Annual Unit Price) - Service Line Number EGD Aura Applications - Session Manager - No Charge License Entitlement Partner Assurance Software Support - Base - 3 Year Pre-pay - Service Line Number EL2

Bid IFB 13-001

# Year Term Unit Price

Ext Price

3

0

3

0

3

0 0

Service Description

# Year Term Unit Price

Ext Price

Count Based Services - CS1000 and M1 1

11/26/2013 11:11 AM

0

p. 481

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001

EXHIBIT C CDCR SPECIAL PROVISIONS A. AGREEMENT AMENDMENT If it is determined to be in the best interest of the State, the resulting Agreement may be amended to increase quantity and/or time consistent with the original Agreement. Upon signing the Amendment, the Contractor hereby agrees to provide services for the extended period at the rates specified in Part 2, Appendix C-C1-Cxxx, Cost Worksheet, of the original Agreement. B. ACCOUNTING PRINCIPLES The Contractor shall adhere to generally accepted accounting principles as outlined by the American Institute of Certified Public Accountants. Dual compensation is not allowed; a Contractor cannot receive simultaneous compensation from two or more funding sources for the same services performed even though both funding sources could benefit. C. SUBCONTRACTOR/CONSULTANT INFORMATION Contractor is required to identify all subcontractors and consultants who shall perform labor or render services in the performance of this Agreement. Additionally, the Contractor shall notify the Department of Corrections and Rehabilitation, Enterprise Information Services IT Acquisitions Unit, in writing and within ten (10) working days, of any changes to the subcontractor and/or consultant information. D. EMPLOYMENT OF EX-OFFENDERS (DOM 31060.5.5) 1. Contractor cannot and shall not either directly, or on a subcontract basis, employ in connection with this Agreement: a. Ex-Offenders on active parole or probation; b. Ex-Offenders at any time if they are required to register as a sex offender pursuant to Penal Code Section 290 or if such ex-offender has an offense history involving a “violent felony” as defined in subparagraph (c) of Penal Code Section 667.5; or c. Any ex-felon in a position which provides direct supervision of parolees. 2. Ex-Offenders who can provide written evidence of having satisfactorily completed parole or probation may be considered for employment by the Contractor subject to the following limitations: a. Contractor shall obtain the prior written approval to employ any such ex-offender from the Authorized Administrator; and b. Any ex-offender whose assigned duties are to involve administrative or policy decisionmaking; accounting, procurement, cashiering, auditing, or any other business-related administrative function shall be fully bonded to cover any potential loss to the State of California.

11/26/2013 11:11 AM

p. 482

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001

E. LICENSES AND PERMITS (revised 03/04) The Contractor shall be an individual or firm licensed to do business in California and shall obtain at Contractor’s expense all license(s) and permit(s) required by law for accomplishing any work required in connection with this Agreement. In the event any license(s) and/or permit(s) expire at any time during the term of this Agreement, Contractor agrees to provide the CDCR with a copy of the renewed license(s) and/or permit(s) within thirty (30) days following the expiration date. In the event the Contractor fails to keep in effect at all times all required license(s) and permit(s), the State may, in addition to any other remedies it may have, terminate this Agreement upon occurrence of such event. F. CONFLICT OF INTEREST (revised 01/28/02) If this is a Consulting Agreement, the Contractor and its employees shall abide by the provisions of Government Code (GC) Sections 1090, 81000 et seq., 82000 et seq., 87100 et seq., and 87300 et seq., Public Contract Code (PCC) Sections 10335 et seq. and 10410 et seq., California Code of Regulations (CCR), Title 2, Section 18700 et seq. and Title 15, Section 3409, and the Department Operations Manual (DOM) Section 31100 et seq. regarding conflicts of interest. 1. Contractors and Their Employees Consultant Contractors shall file a Statement of Economic Interests, Fair Political Practices Commission (FPPC) Form 700 prior to commencing services under the Agreement, annually during the life of the Agreement, and within thirty (30) days after the expiration of the Agreement. Other service Contractors and/or certain of their employees may be required to file a Form 700 if so requested by the CDCR or whenever it appears that a conflict of interest may be at issue. Generally, service Contractors (other than consultant Contractors required to file as above) and their employees shall be required to file an FPPC Form 700 if one of the following exists: a. The Agreement service has been identified by the CDCR as one where there is a greater likelihood that a conflict of interest may occur; b. The Contractor and/or Contractor’s employee(s), pursuant to the Agreement, makes or influences a governmental decision; or c. The Contractor and/or Contractor’s employee(s) serves in a staff capacity with the CDCR and in that capacity participates in making a governmental decision or performs the same or substantially all the same duties for the CDCR that would otherwise be performed by an individual holding a position specified in the CDCR’s Conflict of Interest Code. 2. Current State Employees

a. No officer or employee shall engage in any employment, activity or enterprise from which the officer or employee receives compensation or has a financial interest and which is sponsored or funded by any state agency, unless the employment, activity or enterprise is required as a condition of regular state employment.

11/26/2013 11:11 AM

p. 483

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001

b. No officer or employee shall contract on his or her own behalf as an independent Contractor with any state agency to provide goods or services. c. In addition to the above, CDCR officials and employees shall also avoid actions resulting in or creating an appearance of: 1) Using an official position for private gain; 2) Giving preferential treatment to any particular person; 3) Losing independence or impartiality; 4) Making a decision outside of official channels; and 5) Affecting adversely the confidence of the public or local officials in the integrity of the program. d. Officers and employees of the Department shall not solicit, accept or receive, directly or indirectly, any fee, commission, gratuity or gift from any person or business organization doing or seeking to do business with the State. 3. Former State Employees

a. For the two (2) year period from the date he or she left state employment, no former state officer or employee may enter into an Agreement in which he or she engaged in any of the negotiations, transactions, planning, arrangements or any part of the decision-making process relevant to the Agreement while employed in any capacity by any state agency. b. For the twelve (12) month period from the date he or she left state employment, no former state officer or employee may enter into an Agreement with any state agency if he or she was employed by that state agency in a policy-making position in the same general subject area as the proposed Agreement within the twelve (12) month period prior to his or her leaving state service. In addition to the above, the Contractor shall avoid any conflict of interest whatsoever with respect to any financial dealings, employment services, or opportunities offered to inmates or parolees. The Contractor shall not itself employ or offer to employ inmates or parolees either directly or indirectly through an affiliated company, person or business unless specifically authorized in writing by the CDCR. In addition, the Contractor shall not (either directly, or indirectly through an affiliated company, person or business) engage in financial dealings with inmates or parolees, except to the extent that such financial dealings create no actual or potential conflict of interest, are available on the same terms to the general public, and have been approved in advance in writing by the CDCR. For the purposes of this paragraph, “affiliated company, person or business” means any company, business, corporation, nonprofit corporation, partnership, limited partnership, sole proprietorship, or other person or business entity of any kind which has any ownership or control interest whatsoever in the Contractor, or which is wholly or partially owned (more than 5% ownership) or controlled (any percentage) by the Contractor or by the Contractor’s owners, officers, principals, directors and/or shareholders, either directly or indirectly. “Affiliated companies, persons or businesses” include, but are not limited to, subsidiary, parent, or sister companies or corporations, and any company, corporation,

11/26/2013 11:11 AM

p. 484

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001

nonprofit corporation, partnership, limited partnership, sole proprietorship, or other person or business entity of any kind that is wholly or partially owned or controlled, either directly or indirectly, by the Contractor or by the Contractor’s owners, officers, principals, directors and/or shareholders. The Contractor shall have a continuing duty to disclose to the State, in writing, all interests and activities that create an actual or potential conflict of interest in performance of the Agreement. The Contractor shall have a continuing duty to keep the State timely and fully apprised in writing of any material changes in the Contractor’s business structure and/or status. This includes any changes in business form, such as a change from sole proprietorship or partnership into a corporation or vice-versa; any changes in company ownership; any dissolution of the business; any change of the name of the business; any filing in bankruptcy; any revocation of corporate status by the Secretary of State; and any other material changes in the Contractor’s business status or structure that could affect the performance of the Contractor’s duties under the Agreement. If the Contractor violates any provision of the above paragraphs, such action by the Contractor shall render this Agreement void. Members of boards and commissions are exempt from this section if they do not receive payment other than payment for each meeting of the board or commission, payment for preparatory time and payment for per diem. G. DISCLOSURE Neither the State nor any State employee shall be liable to the Contractor or its staff for injuries inflicted by inmates or parolees of the State. The State agrees to disclose to the Contractor any statement(s) known to State staff made by any inmate or parolee which indicates violence may result in any specific situation, and the same responsibility shall be shared by the Contractor in disclosing such statement(s) to the State. H. SECURITY CLEARANCE/FINGERPRINTING The State reserves the right to conduct fingerprinting and/or security clearance through the Department of Justice, Bureau of Criminal Identification and Information (BCII), prior to award and at any time during the term of the Agreement, in order to permit Contractor and/or Contractor’s employees’ access to State premises. The State further reserves the right to terminate the Agreement should a threat to security be determined. I. NOTIFICATION OF PERSONNEL CHANGES Contractor shall notify the State, in writing, of any changes of those personnel allowed access to State premises for the purpose of providing services under this Agreement. In addition, Contractor shall recover and return any State-issued identification card provided to Contractor’s employee(s) upon their departure or termination. J. CONTRACTOR EMPLOYEE MISCONDUCT During the performance of this Agreement, it shall be the responsibility of the Contractor whenever there is an incident of use of force or allegation(s) of employee misconduct

11/26/2013 11:11 AM

p. 485

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001

associated with and directly impacting inmate and/or parolee rights, to immediately notify CDCR of the incident(s), to cause an investigation to be conducted, and to provide CDCR with all relevant information pertaining to the incident(s). All relevant information includes, but is not limited to: 1. Investigative reports; 2. Access to inmates/parolees and the associated staff; 3. Access to employee personnel records; 4. Information that reasonably necessary to assure CDCR that inmates and/or parolees are not or have not been deprived of any legal rights as required by law, regulation, policy and procedures; and 5. Written evidence that the Contractor has taken such remedial action, in the event of unnecessary or excessive force, or employee misconduct with inmates and/or parolees, as will assure against a repetition of incident(s) or retaliation. To the extent that the information provided by the Contractor fails to so assure CDCR, CDCR may require that any implicated Contractor staff be denied access to and the supervision of CDCR inmates and/or parolees at the facility and access to inmate and/or parolee records. Notwithstanding the foregoing, and without waiving any obligation of the Contractor, CDCR retains the power to conduct an independent investigation of any incident(s). Furthermore, it is the responsibility of the Contractor to include the foregoing terms within any and all subcontracts, requiring that subcontractor(s) agree to the jurisdiction of CDCR to conduct an investigation of their facility and staff, including review of subcontractor employee personnel records, as a condition of the Agreement. K. NON-ELIGIBLE ALIEN CERTIFICATION (Sole Proprietor Contract only) Req’d by SCM, added 04/04 By signing this Agreement Contractor certifies, under penalty of perjury, that Contractor, if a sole proprietor, is not a nonqualified alien as that term is defined by the United States Code (U.S.C.) Title 8, Chapter 14, Section 1621 et seq. L. WORKERS’ COMPENSATION Contractor hereby represents and warrants that Contractor is currently and shall, for the duration of this agreement, carry workers’ compensation insurance, at Contractor’s expenses, or that it is self-insured through a policy acceptable to CDCR, for all of its employees who will be engaged in the performance of this agreement. Such coverage will be a condition of CDCR’s obligation to pay for services provided under this agreement. Prior to approval of this agreement and before performing any work, Contractor shall furnish to the State evidence of valid workers’ compensation coverage. Contractor agrees that the workers’ compensation insurance shall be in effect at all times during the term of this agreement. In the event said insurance coverage expires or is canceled at any time during the term of this agreement, Contractor agrees to give at least thirty (30) days prior notice to CDCR before said expiration date or immediate notice of cancellation. Evidence of coverage shall not be for less than the remainder of the term of the agreement or for a period of not less than one year. The State reserves the right to verify the Contractor’s

11/26/2013 11:11 AM

p. 486

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001

evidence of coverage. In the event the Contractor fails to keep workers’ compensation insurance coverage in effect at all times, the State reserves the right to terminate this agreement and seek any other remedies afforded by the laws of this State. Contractor also agrees to indemnify, defend and save harmless the State, its officers, agents and employees from any and all of Contractor’s workers’ compensation claims and losses by Contractor’s officers, agents and employees related to the performance of this agreement. M. INSURANCE REQUIREMENTS (Supersedes Provision Number 20, Insurance, of GSPD401IT) Insurance as required herein shall be a condition of the State’s obligation to pay for services provided under this Agreement. Prior to approval of this Agreement and before performing any work, Contractor and any subcontractor shall furnish to the State evidence of valid coverage. The following shall be considered evidence of coverage: A certificate of insurance, a “true and certified” copy of the policy, or any other proof of coverage issued by Contractor’s insurance carrier. Binders are not acceptable as evidence of coverage. Providing evidence of coverage to the State conveys no rights or privileges to the State, nor does it insure any State employee or insure any premises owned, leased, used by or otherwise or under the control of the State. It does, however, serve to provide the State with proof that the Contractor and any subcontractor are insured at the minimum levels required by the State of California. Contractor agrees that any liability insurance required in the performance of this Agreement shall be in effect at all times during the term of this Agreement. In the event said insurance coverage expires or is canceled during the term of this Agreement, Contractor’s insurance provider must agree to give at least thirty (30) days prior notice to the State before said expiration date or notice of cancellation. Evidence of coverage required in the performance of this Agreement shall not be for less than the remainder of the term of this Agreement or for a period of not less than one year. The State and the Department of Technology reserve the right to verify the Contractor’s evidence of coverage; evidence of coverage is subject to the approval of the Department of Technology. In the event the Contractor fails to keep insurance coverage as required herein in effect at all times, the State reserves the right to terminate this Agreement and to seek any other remedies afforded by the laws of the State of California. For all companies and/or businesses and individual providers, the Contractor hereby represents and warrants that the Contractor is currently and shall be, for the duration of this Agreement, at Contractor’s expense insured against: 1. Commercial General Liability Provider agrees to carry a minimum of $1,000,000 per occurrence for bodily injury and property damage liability combined. The certificate of insurance must include the following provisions: a. The insurer will not cancel the insured's coverage without 30 days prior written notice to the State. The California Department of Corrections and Rehabilitation must be named as the “Certificate Holder” and list the following:

11/26/2013 11:11 AM

p. 487

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001

State of California California Department of Corrections and Rehabilitation Enterprise Information Services – IT Acquisitions Unit 1940 Birkmont Drive, Rancho Cordova, CA 95742 b. The State of California, its officers, agents, employees, and servants are hereby named as additional insured but only with respect to work performed for the State of California. 2. Auto Liability By signing this Agreement, the Contractor certifies that the Contractor and any employees, subcontractors or servants possess valid automobile coverage in accordance with California Vehicle Code Sections 16450 to 16457, inclusive. The State reserves the right to request proof at any time. N. SMALL BUSINESS AND DVBE PARTICIPATION – COMMERCIALLY USEFUL FUNCTION This solicitation and any resulting Agreement shall be subject to all requirements as set forth in the following codes: Government Code Sections 14837, 14838.6, 14839, 14842, 14842.5; and Military and Veterans Code (MVC) Sections 999, 999.6, 999.9. In part, these codes involve requirements for businesses to qualify as a California certified Small Business, Micro business and/or DVBE. The aforementioned companies must perform a commercially useful function to be eligible for award and be “domiciled” in California. A suppliers bid will be considered non-responsive and rejected for failure to comply with the definition and requirements set forth in the statutes Contractors found to be in violation of certain provisions within these code sections may be subject to loss of certification, penalties and Agreement cancellation. The following provisions apply to services provided on departmental and/or institution grounds: O. BLOODBORNE PATHOGENS Provider shall adhere to California Division of Occupational Safety and Health (CAL-OSHA) regulations and guidelines pertaining to bloodborne pathogens. P. TUBERCULOSIS (TB) TESTING (revised 01/05) In the event that the services required under this Agreement shall be performed within a CDCR institution/parole office/community based program, prior to the performance of contracted duties, Contractors and their employees who are assigned to work with inmates/parolees on a regular basis shall be required to be examined or tested or medically evaluated for TB in an infectious or contagious stage, and at least once a year thereafter or more often as directed by CDCR. Regular basis is defined as having contact with inmates/parolees in confined quarters more than once a week. Contractors and their employees shall be required to furnish to CDCR, at no cost to CDCR, a form CDCR 7336, “Employee Tuberculin Skin Test (TST) and Evaluation,” prior to assuming their contracted duties and annually thereafter, showing that the Contractor

11/26/2013 11:11 AM

p. 488

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001

and their employees have been examined and found free of TB in an infectious stage. The form CDCR 7336 shall be provided by CDCR upon Contractor’s request. Q. PRIMARY LAWS, RULES AND REGULATIONS REGARDING CONDUCT AND ASSOCIATION WITH STATE PRISON INMATES AND DIVISION OF JUVENILE JUSTICE WARDS Individuals who are not employees of the California Department of Corrections and Rehabilitation (CDCR), but who are working in and around inmates who are incarcerated within California’s institutions/facilities or camps, are to be apprised of the laws, rules and regulations governing conduct in associating with prison inmates. The following is a summation of pertinent information when non-departmental employees come in contact with prison inmates. By signing this Agreement, the Contractor agrees that if the provisions of the Agreement require the Contractor to enter an institution/facility or camp, the Contractor and any employee(s) and/or subcontractor(s) shall be made aware of and shall abide by the following laws, rules and regulations governing conduct in associating with prison inmates: 1. Persons who are not employed by CDCR, but are engaged in work at any institution/facility or camp must observe and abide by all laws, rules and regulations governing the conduct of their behavior in associating with prison inmates or wards. Failure to comply with these guidelines may lead to expulsion from CDCR institutions/facilities or camps. SOURCE: California Penal Code (PC) Sections 5054 and 5058; California Code of Regulations (CCR), Title 15, Sections 3285 and 3415; California Welfare and Institutions Code (WIC) Section 1712 2. CDCR does not recognize hostages for bargaining purposes. CDCR has a “NO HOSTAGE” policy and all prison inmates, wards, visitors and employees shall be made aware of this. SOURCE: PC Sections 5054 and 5058; CCR, Title 15, Section 3304 and 4603; WIC Section 1712 3. All persons entering onto institution/facility or camp grounds consent to search of their person, property or vehicle at any time. Refusal by individuals to submit to a search of their person, property, or vehicle may be cause for denial of access to the premises. SOURCE: PC Sections 2601, 5054 and 5058; CCR, Title 15, Sections 3173, 3177, 3288, 4696 and 4697; WIC Section 1712 4. Persons normally permitted to enter an institution/facility or camp may be barred, for cause, by the CDCR Director, Warden, and/or Regional Parole Administrator. SOURCE: PC Sections 5054 and 5058; CCR, Title 15, Section 3176 (a) and 4696; WIC Section 1712 5. It is illegal for an individual who has been previously convicted of a felony offense to enter into CDCR institutions/facilities or camps, or youth institutions/facilities or camps in the nighttime, without the prior approval of the Warden or Officer in charge. It is also illegal for an individual to enter onto these premises for unauthorized purposes or to

11/26/2013 11:11 AM

p. 489

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001

refuse to leave said premises when requested to do so. Failure to comply with this provision could lead to prosecution. SOURCE: PC Sections 602, 4570.5 and 4571; CCR, Title 15, Sections 3173 and 3289; WIC Section 1001.7 6. Encouraging and/or assisting prison inmates or wards to escape are crimes. It is illegal to bring firearms, deadly weapons, explosives, tear gas, drugs or drug paraphernalia on CDCR institutions/facilities or camp premises. It is illegal to give prison inmates or wards firearms, explosives, alcoholic beverages, narcotics, or any drug or drug paraphernalia, including cocaine or marijuana. It is illegal to give wards sex oriented objects or devices, and written materials and pictures whose sale is prohibited to minors. SOURCE: PC Sections 2772, 2790, 4533, 4535, 4550, 4573, 4573.5, 4573.6 and 4574; CRR, Title 15, Sections 4681 and 4710; WIC Sections 1001.5 and 1152 7. It is illegal to give or take letters from inmates or wards without the authorization of the Warden. It is also illegal to give or receive any type of gift and/or gratuities from prison inmates or wards. SOURCE: PC Sections 2540, 2541 and 4570; CCR, Title 15, Sections 3010, 3399, 3401, 3424, 3425 and 4045; WIC Section 1712 8. In an emergency situation the visiting program and other program activities may be suspended. SOURCE: PC Section 2601; CCR, Title 15, Section 3383 9. For security reasons, visitors must not wear clothing that in any way resembles state issued prison inmate or ward clothing (blue denim shirts, blue denim pants). SOURCE: CCR, Title 15, Section 3171 (b) (3) 10. Interviews with specific inmates are not permitted. Conspiring with an inmate to circumvent policy and/or regulations constitutes a rule violation that may result in appropriate legal action. Interviews with individual wards are permitted with written consent of each ward, if he is 18 years of age or older, or with written consent of a parent, legal guardian, or committing court, if 17 years of age or younger. SOURCE: CCR, Title 15, Sections 3261.5, 3315 (3) (W), 3177 and 4700(a)(1)

11/26/2013 11:11 AM

p. 490

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001

R. CLOTHING RESTRICTIONS While on institution grounds, Contractor and all its agents, employees, and/or representatives shall be professionally and appropriately dressed in clothing distinct from that worn by inmates at the institution. Specifically, blue denim pants and blue chambray shirts, orange/red/yellow/white/chartreuse jumpsuits and/or yellow rainwear shall not be worn onto institution grounds, as this is inmate attire. The Contractor should contact the institution regarding clothing restrictions prior to requiring access to the institution to assure the Contractor and their employees are in compliance. S. TOBACCO-FREE ENVIRONMENT (Authority: AB 384, effective 07/01/05) Pursuant to Penal Code Section 5030.1, the use of tobacco products by any person on the grounds of any institution or facility under the jurisdiction of the Department of Corrections and Rehabilitation is prohibited. T. PRISON RAPE ELIMINATION POLICY CDCR is committed to providing a safe, humane, secure environment, free from sexual misconduct. This will be accomplished by maintaining a program to ensure education/prevention, detection, response, investigation and tracking of sexual misconduct and to address successful community re-entry of the victim. CDCR shall maintain a zero tolerance for sexual misconduct in its institutions, community correctional facilities, conservation camps and for all offenders under its jurisdiction. All sexual misconduct is strictly prohibited. As a Contractor with CDCR, you and your staff are expected to ensure compliance with this policy as described in Department Operations Manual, Chapter 5, Article 44. U. GATE CLEARANCE Contractor and Contractor’s employee(s) and/or subcontractors(s) shall be cleared prior to providing services. The Contractor shall be required to complete a Request for Gate Clearance for all persons entering the facility a minimum of ten (10) working days prior to commencement of service. The Request for Gate Clearance shall include the person’s name, social security number, valid state driver’s license number or state identification card number and date of birth. Information shall be submitted to the Contract Liaison or his/her designee. CDCR uses the Request for Gate Clearance to run a California Law Enforcement Telecommunications System (CLETS) check. The check shall include Department of Motor Vehicles check, Wants and Warrants check, and Criminal History check. Gate clearance may be denied for the following reasons: Individual’s presence in the institution presents a serious threat to security, individual has been charged with a serious crime committed on institution property, inadequate information is available to establish positive identity of prospective individual, and/or individual has deliberately falsified his/her identity. All persons entering the facilities shall have a valid state driver’s license or photo identification card on their person.

11/26/2013 11:11 AM

p. 491

State of California

State of California Department of Corrections and Rehabilitation

Bid IFB 13-001

IFB 13-001

V. SECURITY REGULATIONS 1. Unless otherwise directed by the entrance gate officer and/or Contract Manager, the Contractor, Contractor’s employees and subcontractors shall enter the institution through the main entrance gate and park private and nonessential vehicles in the designated visitor’s parking lot. Contractor, Contractor’s employees and subcontractors shall remove the keys from the ignition when outside the vehicle and all unattended vehicles shall be locked and secured while on institution grounds. 2. Any State- and Contractor-owned equipment used by the Contractor for the provision of contract services, shall be rendered temporarily inoperative by the Contractor when not in use, by locking or other means unless specified otherwise. 3. In order to maintain institution safety and security, periodic fire prevention inspections and site searches may become necessary and Contractor shall furnish keys to institutional authorities to access all locked areas on the worksite. The State shall in no way be responsible for Contractor’s loss due to fire. 4. Due to security procedures, the Contractor, Contractor’s employees and subcontractors may be delayed at the institution vehicle/pedestrian gates and sally ports. Any loss of time checking in and out of the institution gates and sally ports shall be borne by the Contractor. 5. Contractor, Contractor’s employees and subcontractors shall observe all security rules and regulations and comply with all instructions given by institutional authorities. 6. Electronic and communicative devices such as pagers, cell phones and cameras/microcameras are not permitted on institution grounds. 7. Contractor, Contractor’s employees and subcontractors shall not cause undue interference with the operations of the institution. 8. No picketing is allowed on State property.

11/26/2013 11:11 AM

p. 492

State of California

Bid IFB 13-001

Template for Question Submittal IFB FOR CONVERGED TELEPHONY ENTERPRISE NETWORK (CTEN)

Department of Corrections and Rehabilitation (CDCR) Questions Template Respondent/Vendor Name:__________________________________ Date:

________________________________________

#

IFB Section Reference Page Number (if applicable)

11/26/2013 11:11 AM

Question

Contact Information: ___________________________

Respondent Rational (If applicable)

Respondent Proposed Language (If applicable)

p. 493

State of California

Bid IFB 13-001

CTEN Appendix A Technical Requirements

Instructions: Column A represents the type of requirement; Business (BR) or Technical (TR). Column B is the item number. Column C is Mandatory (M). Column D is Mandatory Optional (MO). Column E is the description of the requirement. Column F is the Bidder response to the requirement (the State will only accept a Yes or No, any other variation of response shall be deemed non-responsive). Column G is the Bidder description of the requirement (if allowable).

Complete this worksheet in its entirety. TECHNICAL REQUIREMENTS

Item Number

DESCRIPTION

A Bidder’s response of “No” to a Mandatory (M) will be considered a Material Deviation and disqualify the Bidder from possible Contract award. M MO Mandatory Optional services are services that the service provider shall offer as an optional service to the CDCR. The CDCR may or may not choose to use these optional services.

TR 001

M

TR 002

M

TR 003

M

TR 004

M

TR 005

M

TR 006

M

TR 007

M

Indicate if the Bidder solution DO NOT FILL IN GREY AREA ONLY FILLABLE IN NON-SHADED AREAS - Describe how the Bidder intends to meet the can support this requirement and if available indicate reference to supporting documentation. NOTE: If Requirement ask for requirement with attachments provide serparte attachment and refer to location. a Yes or a No.

CORE VOICE PLATFORM CDCR requires the proposed "core" system to be based on an IP telephony architecture design residing within Data Center I and Data Center II located in the greater Sacramento area. The core telephony platform will host centralized Voice Mail, Automated Attendant, call accounting, and system management. The proposed system shall provide a mix of circuit and packet switching technology to support a diverse range of station user and system endpoint requirements; analog, digital, and IP station equipment and trunk interfaces. The Contractor shall provide, install, and program redundant Session Border Controllers at both Data Center I and Data Center II to terminate service provider SIP trunking. The Contractor shall provide any and all incidental components, parts, and associated labor not specifically called out in this document, but required for the function of the proposed solution. The Contractor shall ensure the systems include the latest hardware and software release available at the time of cutover.

1 of 50

11/26/2013 11:11 AM

p. 494

State of California

Bid IFB 13-001

CTEN Appendix A Technical Requirements

Instructions: Column A represents the type of requirement; Business (BR) or Technical (TR). Column B is the item number. Column C is Mandatory (M). Column D is Mandatory Optional (MO). Column E is the description of the requirement. Column F is the Bidder response to the requirement (the State will only accept a Yes or No, any other variation of response shall be deemed non-responsive). Column G is the Bidder description of the requirement (if allowable).

Complete this worksheet in its entirety. TECHNICAL REQUIREMENTS

Item Number

DESCRIPTION

A Bidder’s response of “No” to a Mandatory (M) will be considered a Material Deviation and disqualify the Bidder from possible Contract award. M MO Mandatory Optional services are services that the service provider shall offer as an optional service to the CDCR. The CDCR may or may not choose to use these optional services.

TR 008

M

The Bidder's proposed solution shall support the reliability, redundancy or duplication, and survivability options requirements and configure systems to appropriate levels of resiliency for the following options: 1. Redundancy within a location; 2. Redundancy and hot failover at an alternate location; 3. Redundancy and warm (manual intervention) or cold (date restoration and system configuration) failover at an alternate location; and 4. Automatic real-time data and content backup and restoration at a local or remote location.

TR 009

M

The system shall have the option to support a wide complement of Service Provider network services, including the following:

TR TR TR TR TR TR TR TR TR

010 011 012 013 014 015 016 017 018

M M M M M M M M M

TR 019

M

TR 020

M

TR 021

M

TR 022

M

TR 023

M

TR 024

M

TR 025

M

TR 026

M

TR 027

M

TR 028

M

TR 029

M

TR 030

M

TR 031

M

TR 032

M

TR 033

M

Indicate if the Bidder solution DO NOT FILL IN GREY AREA ONLY FILLABLE IN NON-SHADED AREAS - Describe how the Bidder intends to meet the can support this requirement and if available indicate reference to supporting documentation. NOTE: If Requirement ask for requirement with attachments provide serparte attachment and refer to location. a Yes or a No.

Centrex lines; Ground Start trunks; Loop Start trunks; Direct Inward Dial (DID) trunks; E & M Tie trunks; T-1 (24 channels per interface card); ISDN PRI (23 bearer channels plus one data channel); 10 Mbps / 100 Mbps / Gigabit Ethernet; and Session Initiation Protocol (SIP) trunks.

The Contractor shall provide and support the following Core Voice Platform features and functionality: Incoming Call Routing – Allow Incoming calls to be routed to available attendant positions or extensions at any node/module, regardless of the number dialed, time of day, day of week, attendant availability, or other parameters; Feature Transparency – Provide traditional system features the ability to be employed transparently across the network. Features such as call transfer, call coverage, call forwarding, automatic callback, distinctive ringing, and others shall also be employed among all facilities; Calling number/name display – Digital or IP display telephones and attendant consoles provide the ability to display the extension number and the display name (based on the name entered in the system database) of the originating extension of any call placed between any extensions on the network. The feature further applies to call routing information when calls are forwarded or transferred between extensions on the network; Number portability – Provide for any extension number in the CDCR numbering range the ability to operate at any facility. There shall be no requirement to dedicate certain number blocks to specific sites; Automatic Call Intercept – Provide the ability to automatically re-route calls when dialed in error or specifically denied by Class of Service (COS). The system shall be able to intercept calls in two (2) ways: 1.) Attendant Intercept and 2.) Recorded Announcement Intercept; Automatic Route Selection – Provide automatic routing of outgoing calls over specified trunks or trunk groups to ensure that the least costly route is selected. Automatic Alternate Routing shall also be provided to reroute calls if the primary designated routes are not available. The system shall support the North American Numbering Plan; COS – Ability to assign to each station certain features and capabilities, and to restrict certain stations from certain features and capabilities. State the quantity and types of classes of service and levels of dialing restrictions that your system can support; Electronic Switched Networking (ESN, ETN, etc.) – Allow a group of basic networking features designed to support the need for interconnection/coordination among multiple systems, enabling all system nodes to operate as a single entity; Hot Line Service – Provide the capability for stations to automatically place a call to a pre-assigned number simply by going off-hook; Incoming Caller ID – Allow the calling number of an incoming call from outside the PBX network to be displayed on a digital or IP telephone set, or on an external ancillary device. Allows calling number information to be included in call records output to Call Detail Recording system; Conference calling – Provide the ability to support station or attendant-initiated conferences of up to six (6) parties, five (5) of which may be external to the system; Off Premises Stations – Provide ability to extend stations to off premise locations; Power Failure Transfer – Provide automatic transfer of predefined network services to pre-selected stations during complete power failure, including failure of UPS and emergency generator; and Overhead Paging System Interface – Provide interface between telephone system and on-premise public address systems.

2 of 50

11/26/2013 11:11 AM

p. 495

State of California

Bid IFB 13-001

CTEN Appendix A Technical Requirements

Instructions: Column A represents the type of requirement; Business (BR) or Technical (TR). Column B is the item number. Column C is Mandatory (M). Column D is Mandatory Optional (MO). Column E is the description of the requirement. Column F is the Bidder response to the requirement (the State will only accept a Yes or No, any other variation of response shall be deemed non-responsive). Column G is the Bidder description of the requirement (if allowable).

Complete this worksheet in its entirety. TECHNICAL REQUIREMENTS

Item Number

M MO Mandatory Optional services are services that the service provider shall offer as an optional service to the CDCR. The CDCR may or may not choose to use these optional services.

TR 034

M

TR 035 TR 036 TR 037

M M M

TR 038

M

TR 039

M

TR 040

M

TR 041 TR 042

M M

TR 043

M

TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR

M M M M M M M M M M M M M M M M M M M M M M M M M

044 045 046 047 048 049 050 051 052 053 054 055 056 057 058 059 060 061 062 063 064 065 066 067 068

DESCRIPTION

A Bidder’s response of “No” to a Mandatory (M) will be considered a Material Deviation and disqualify the Bidder from possible Contract award.

TR 069

M

TR 070

M

TR 071

M

TR 072

M

Indicate if the Bidder solution DO NOT FILL IN GREY AREA ONLY FILLABLE IN NON-SHADED AREAS - Describe how the Bidder intends to meet the can support this requirement and if available indicate reference to supporting documentation. NOTE: If Requirement ask for requirement with attachments provide serparte attachment and refer to location. a Yes or a No.

The Bidder shall provide the session border control device with the following features: 1. Session management - The capability to count and manage the number of sessions flowing through a session border controller; 2. Internetworking - The capability to interconnect different signaling methods and variants including the following: a) H.323 to H.323; b) H.323 to SIP; c) SIP to SIP; d) Transport Control Protocol (TCP); e) User Datagram Protocol (UDP); f) TCP-to-UDP interworking; g) T.38 fax relay; and h) Analog to IP transcoding.

The Contractor shall support the following capabilities for the Core Voice Platform: Converged VoIP service with dial tone and manufactured specified functionality of features to the on-site telephone; VoIP solution that is interoperable with the Public Switched Telephone Network (PSTN); Premises-based solution with all call control components residing in the CDCR’s network including network gatekeepers and network gateways; Call Quality – The system shall provide toll quality transmission from end-to-end for station-to-station and station-totrunk calls. For the purposes of this document, ‘Toll Quality’ will be denoted by a documented International Telecommunications Union—Telecommunications Standardization Sector (ITU-T) P.862 (PESQ) of 3.5 or an ITU-T P.800 (MOS) score of 4.0; Call Admission Control (CAC) – The system will allow for the initial, or future, rollout of the CAC feature. For this document, CAC is defined as the ability of the system to control access to resources via pre-set rules, during any period of resource (such as link or data bandwidth) contention; and Protection of SIP trunks by a session border controller. The Bidder's proposed solution shall not allow voice traffic to be routed through the public Internet

The Bidder shall provide a diagram and detailed description of their proposed solution meeting the minimum specifications: Diagram and Detailed Description

Provide Diagram & Detalied Description Provide Diagram & Detalied Description

Data Center I - Primary Data Center II - Backup (Fully redundant and Hot Failover to Data Center I) Centralized Voice Mail - Primary at Data Center I Supporting 300 simultaneous sessions Supporting 20,000 Voice Mail Users Centralized Voice Mail - Backup at Data Center II (Fully redundant and Hot Failover to Data Center I) Supporting 300 simultaneous sessions Supporting 20,000 Voice Mail Users Automated Attendant - Primary at Data Center I Supporting 300 simultaneous sessions Supporting not less than 40 sites utilizing the WAN Automated Attendant - Backup at Data Center II (Fully redundant and Hot Failover to Data Center I) Supporting 300 simultaneous sessions Supporting not less than 40 sites utilizing the WAN Call Accounting - Primary at Data Center I Supporting not less than 40 sites utilizing the WAN SIP Trunk Gateway to PSTN (Border Controller) Supporting 800 SIP sessions to PSTN 40 Identified CDCR Sites Racked Components and Connectivity Description: Session/System Management Equipment Specifications

Provide Diagram & Detalied Description Provide Diagram & Detalied Description Provide Diagram & Detalied Description Provide Diagram & Detalied Description Provide Diagram & Detalied Description Provide Diagram & Detalied Description Provide Diagram & Detalied Description Provide Diagram & Detalied Description Provide Diagram & Detalied Description Provide Diagram & Detalied Description Provide Diagram & Detalied Description Provide Diagram & Detalied Description Provide Diagram & Detalied Description Provide Diagram & Detalied Description Provide Diagram & Detalied Description Provide Diagram & Detalied Description Provide Diagram & Detalied Description Provide Diagram & Detalied Description Provide Diagram & Detalied Description Provide Diagram & Detalied Description Provide Diagram & Detalied Description Provide Diagram & Detalied Description

Automated Attendant The Contractor shall provide equipment for geographically redundant Automated Attendant systems that will reside in Data Center I and Data Center II. The Automated Attendant shall use a dual-tone multi-frequency (DTMF) application in order to fulfill the CDCR’s Automated Attendant functional requirements. The Automated Attendant functionality shall support multiple separate Automated Attendant trees for each CDCR location with different incoming telephone numbers, greetings, menus, and informational scripts/mailboxes for each institution within CDCR. In addition, the system shall support 40 distinct menu trees differentiated by facility pilot number. The system shall have the capability to expand and support 99 menu trees. The Contractor shall be responsible for identifying, programming, and re-recording all existing Automated Attendant menus, prompts, and greetings unless they can be transferred from the existing systems. Bidders shall include the services required to transfer or program the existing Automated Attendant applications.

3 of 50

11/26/2013 11:11 AM

p. 496

State of California

Bid IFB 13-001

CTEN Appendix A Technical Requirements

Instructions: Column A represents the type of requirement; Business (BR) or Technical (TR). Column B is the item number. Column C is Mandatory (M). Column D is Mandatory Optional (MO). Column E is the description of the requirement. Column F is the Bidder response to the requirement (the State will only accept a Yes or No, any other variation of response shall be deemed non-responsive). Column G is the Bidder description of the requirement (if allowable).

Complete this worksheet in its entirety. TECHNICAL REQUIREMENTS

Item Number

DESCRIPTION

A Bidder’s response of “No” to a Mandatory (M) will be considered a Material Deviation and disqualify the Bidder from possible Contract award. M MO Mandatory Optional services are services that the service provider shall offer as an optional service to the CDCR. The CDCR may or may not choose to use these optional services.

TR 073

M

TR 074

M

TR TR TR TR

075 076 077 078

M M M M

TR 079

M

TR 080 TR 081 TR 082

M M M

TR 083

M

TR 084

M

TR 085

M

TR 086

M

TR 087

M

TR 088

M

TR 089 TR 090 TR 091

M M M

TR 092

M

TR 093

M

TR 094 TR 095

M M

TR 096

M

TR 097

M

TR 098

M

TR 099

M

TR 100

M

TR 101

M

Indicate if the Bidder solution DO NOT FILL IN GREY AREA ONLY FILLABLE IN NON-SHADED AREAS - Describe how the Bidder intends to meet the can support this requirement and if available indicate reference to supporting documentation. NOTE: If Requirement ask for requirement with attachments provide serparte attachment and refer to location. a Yes or a No.

The Contractor shall ensure the following features and capabilities of the Automated Attendant: A main greeting (Example: “You have reached the California Department of Corrections and Rehabilitation at Prison Name . If you know the extension of the party or department you are trying to reach, please dial it now.”); The option to speak to a live operator shall be available; The ability to configure prompts by uploading voice-based recordings and using a telephone handset; Call routing by caller entry of extension or option chosen in Automated Attendant; The option to dial a number to contact departments shall be available; Associated sub-menus to coincide with the main menu options. This will also include designing sub-menus subordinate to other sub-menus; The ability to repeat menus shall be available; The ability to route back to the main menu shall be available; The ability to be configured and integrate with voice mail messaging; Pre-scheduling of Automated Attendant trees shall be supported, with different schedules for each tree, for after-hours and holidays so that the appropriate greeting is played and callers are automatically routed to the appropriate menu/recording based upon the time of day and date; and The ability to present a Spanish version of the English Automated Attendant if required by any institution.

The Contractor shall provide the following design specification activities for each institution not less than 30 days prior to planned implementation: Lead and facilitate an on-site collaborative working design session to understand customer business requirements, technical requirements, user requirements, call flows, and integration methods; Prepare the design specification package and present it to CDCR . The package shall include the current version documents: 1. Technical Design Specification (Word format); 2. Call Flow Diagram (Visio format); 3. Call Flow Properties Details (Excel format); 4. Prompt List (Excel format); Define a mutually agreed upon voice talent resource, prompts to be recorded, and the format of files for professionally recorded application prompts; and Place an order to port and redirect COT and DID numbers to service provider.

Automated Attendant System Administration shall provide the following functionality: Capability to administer and interface with the system both remotely and locally; Include a multi-tenant roles-based management system to provide; a single place for access to applications, system and server information, and data; and Allow users to provision and manage applications, manage outbound applications, generate reports, as well as monitor the system.

The Contractor's solution shall include the following testing criteria: Perform application testing to verify that Automated Attendant functions as documented in the design specification package;system integration testing in the development environment to verify that the application is functioning as Conduct expected and is interacting with adjunct services and systems appropriately; Perform quality assurance testing of the application(s) in the development environment to verify that it meets the requirements as defined in the design specification package; and Perform Final Acceptance Testing to ensure solution meets all requirements and shall be approved by CDCR Project Manager. The Contractor shall identify and provide a Corrective Action Plan for any failed requirements within 10 days after notification of failure. Corrective Action Plan shall include problem identified, proposed solution, impact to CDCR, length of time to resolve, and date to implement change. Contractor shall implement corrections to issues identified during Acceptance Testing as required for the solution to be in compliance as designed before CDCR Project Manager will accept final product.

VOICE MAIL SYSTEM

TR 102

M

TR 103

M

The Contractor shall install geographically redundant Voice Mail Systems in Data Center I and Data Center II and include high availability and/or failover architecture capability. This shall include all required software and hardware for the system to remain fully operational, with no disruption of service in the event of failure of the main server, power supplies, or other redundant equipment. The Contractor shall be responsible for extracting the existing voice mailbox information from all existing Voice Mail Systems and ensure the proposed voice mail solution is programmed to include all existing mail boxes and existing voice mail functionality.

TR 104

M

The Voice Mail System shall be deployed as an enterprise solution to reside within the CDCR Core and support the CTEN solution installed at each CDCR facility.

TR 105

M

TR 106

M

TR 107

M

The Voice Mail System will have a capacity of not less than 20,000 voice mailboxes with the capability of expansion to 30,000 voice mailboxes. The total number of hours of storage will be an average of 30 minutes per mailbox. The networked Voice Mail System shall be administered and operate as a single system with transparent feature operation among all CDCR locations taking into account the specified redundancy.

4 of 50

11/26/2013 11:11 AM

p. 497

State of California

Bid IFB 13-001

CTEN Appendix A Technical Requirements

Instructions: Column A represents the type of requirement; Business (BR) or Technical (TR). Column B is the item number. Column C is Mandatory (M). Column D is Mandatory Optional (MO). Column E is the description of the requirement. Column F is the Bidder response to the requirement (the State will only accept a Yes or No, any other variation of response shall be deemed non-responsive). Column G is the Bidder description of the requirement (if allowable).

Complete this worksheet in its entirety. TECHNICAL REQUIREMENTS

Item Number

DESCRIPTION

A Bidder’s response of “No” to a Mandatory (M) will be considered a Material Deviation and disqualify the Bidder from possible Contract award. M MO Mandatory Optional services are services that the service provider shall offer as an optional service to the CDCR. The CDCR may or may not choose to use these optional services.

Indicate if the Bidder solution DO NOT FILL IN GREY AREA ONLY FILLABLE IN NON-SHADED AREAS - Describe how the Bidder intends to meet the can support this requirement and if available indicate reference to supporting documentation. NOTE: If Requirement ask for requirement with attachments provide serparte attachment and refer to location. a Yes or a No.

The centralized Voice Mail System shall be partitioned and support 40 CDCR sites, scalable to 60.

TR 108

M

TR 109

M

TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR

110 111 112 113 114 115 116 117 118 119 120 121 122 123 124

M M M M M M M M M M M M M M M

TR 125

M

TR 126 TR 127

M M

TR 128

M

TR 129 TR 130

M M

TR 131

M

TR 132

M

TR 133

M

TR TR TR TR TR TR

134 135 136 137 138 139

M M M M M M

TR 140

M

TR TR TR TR

141 142 143 144

M M M M

TR 145

M

TR 146

M

TR 147

M

TR 148

M

TR 149

M

TR 150

M

TR 151

M

The system shall provide the following Voice Mail Management Reports as requested by CDCR, and in addition, CDCR staff shall also have the ability to run the reports.

TR 152

M

System Report where the Contractor shall provide a summary of users, mailboxes, remote users, initialized users. Login failures, and locked out users on any given date or dates specified;

TR 153

M

System Evaluation Report where the Contractor shall provide a summary of messaging settings and properties. This report shall also provide information regarding mailboxes that have not been accessed 30 days or a new mailbox that has not received any messages in 30 days;

The Contractor shall provide the following capabilities and configurations of the Voice Mail System: Message waiting indication support for all telephones (visual on equipped models and audible on all other models); Play back voicemail messages; Delete voicemail messages; Change voicemail greetings; Change voicemail password; Ability for users to record personal greetings; Ability for users to record time-of-day greetings; Ability to change or record and activate a new or existing greeting for a remote location; Ability to implement greeting changes without a Voice Mail System reboot; Ability to record extended absence greetings; Ability to mark a message as urgent; Ability to mark a message as private; Non-Delivery Receipt; Envelope Information; Future (delayed) Delivery; Attendant zero out options (i.e. exiting a voice mailbox by using a “0” to be forwarded to a pre-designated destination); Personal attendant option (forward calls to another extension or phone number); Multi-lingual prompting including English and Spanish; Direct voice mail transfer (i.e. The operator or attendant can transfer the caller directly to the mailbox associated with the originally dialed number. The transferring party does not need to re-enter the originally called number, and the telephone of the originally called number does not ring again); Subscriber voice mailbox initial configuration may be aided by embedded voice prompts/tutorials; Support mailboxes for field staff, or staff that do not have a physical telephone, direct line, or DID number; Time and date stamping of voice mail messages with the ability to play before or after a message on presentation. Date and time stamp shall be included when exporting voice mail messages; Ability to broadcast distribution of a single voice mail message to multiple voice mailboxes with subscriber broadcast distribution lists; Personal lists (i.e.: Users who frequently send messages to the same group of people shall be able to create one personal distribution list for each group. Users shall have the ability to create a maximum of eighty-nine personal distribution lists. Only the user who creates a personal distribution list shall be able to view and manage the list.); Message length and storage capacity programmable per subscriber mailbox; Customer defined system parameters, feature sets, and Class of Service (COS) options; Password protection of voice mailboxes with security features; Ability to modify message retention thresholds, either by mailbox or system wide; Ability to purge messages, either by mailbox or system wide; Ability to modify message playback controls; and The option to remove operator assistance. Callers shall be presented with verbiage stating “operator assistance is no longer available."

The Contractor shall provide the following Voice Mail System Administration capabilities: System Administration access with a graphical user interface; Ability for Administrator to activate and deactivate voice mailboxes; Ability for Administrators to have the ability to play and copy selected messages; Automatic, daily incremental or full backup and restoration of all system software, configuration, programming, greetings, messages, and caller attendant trees to provide for message retention; Support multiple administrator logins; and Various Class of Service (COS) options shall be available to modify greeting length, message length and number of messages per mailbox.

The Voice Mail System shall support the following Backup capabilities: File Transfer Protocol (FTP), Secure File Transfer Protocol (SFTP), and Session Control Protocol (SCP) backup support features, and System configuration and voice messages.

5 of 50

11/26/2013 11:11 AM

p. 498

State of California

Bid IFB 13-001

CTEN Appendix A Technical Requirements

Instructions: Column A represents the type of requirement; Business (BR) or Technical (TR). Column B is the item number. Column C is Mandatory (M). Column D is Mandatory Optional (MO). Column E is the description of the requirement. Column F is the Bidder response to the requirement (the State will only accept a Yes or No, any other variation of response shall be deemed non-responsive). Column G is the Bidder description of the requirement (if allowable).

Complete this worksheet in its entirety. TECHNICAL REQUIREMENTS

Item Number

M MO Mandatory Optional services are services that the service provider shall offer as an optional service to the CDCR. The CDCR may or may not choose to use these optional services.

TR 154

M

TR 155

M

TR 156

M

TR 157

M

TR 158 TR 159 TR 160

M M M

TR 161

M

TR 162

M

TR 163

M

TR 164 TR 165 TR 166

M M M

TR 167

M

TR 168

M

TR 169

M

TR 170

M

TR 171

M

TR 172

M

TR 173

M

TR 174

M

TR 175 TR 176

M M

TR 177

M

TR 178

M

TR 179

M

TR 180

M

TR 181

M

TR 182 TR 183 TR 184

M M M

TR 185

M

TR TR TR TR

M M M M

186 187 188 189

DESCRIPTION

A Bidder’s response of “No” to a Mandatory (M) will be considered a Material Deviation and disqualify the Bidder from possible Contract award.

Indicate if the Bidder solution DO NOT FILL IN GREY AREA ONLY FILLABLE IN NON-SHADED AREAS - Describe how the Bidder intends to meet the can support this requirement and if available indicate reference to supporting documentation. NOTE: If Requirement ask for requirement with attachments provide serparte attachment and refer to location. a Yes or a No.

Internet Messaging Traffic Report where the Contractor shall provide a summary of the actual port usage on the on the Voice Mail system. This report must be capable of hourly reporting and provide details of out-calling ports, user traffic, and feature traffic; TCP/IP Snapshot where Contractor shall provide the total traffic for all machines with the specified connection type, as well as the total number of updates; Messaging Measurements Report where the Contractor shall provide a report detailing daily, weekly, monthly, and yearly measurements of traffic by institution, feature, load, network load, and user; Call Statistics Report where the Contractor shall provide a report detailing date of calls (month/day/year), total number of calls, percentage of incoming calls answered by the Voice Mail System in which callers left a message, percentage of incoming calls answered by the Voice Mail System on behalf of users in which callers did not leave a message resulting in a missed call notification, percentage of calls placed or transferred by the Voice Mail system on behalf of authenticated users, percentage of incoming calls that were answered by the Voice Mail System Automated Attendant, and the percentage of calls that failed or were rejected by the Voice Mail System: and Intentionally left blank Intentionally left blank

The following Voice Mail Reports shall be provided by the solution: Administration History Log: Identifies administrative events that occur in the system. These events include information about any changes to the system, such as logons, command line entries, reports that were run, or changes to software; Administrator's Log: Records informational messages that might require action by the Messaging system administrator. These messages might simply log a successful nightly backup, or these messages could alert the system administrator that the system is low on disk space; Alarm Log: Signals a service-affecting or potentially service-affecting problem with the system. The alarm log records major, minor, and warning alarms generated by the system; Software Management Logs: Contains information about the installation, update, and deletion of software packages; Maintenance Log: Records error occurrences, error resolutions, and informational events; Enhanced-List Delivery Failure Log: Provides information about failed ELA deliveries; User Activity Log: Records a list of messaging mailbox-related events (Example; logins and message creation, receipt, and deletion.); System Log Filter: Provides access to the full system log with advanced filtering options to zoom in on specific constraints; Audit Log: The audit log is a historical log of application server cluster configurations. The audit log tracks all configuration changes made to the system and shall include dates and times of event(s); Port Usage Logs: Port Usage logs are created and saved daily on the application server in comma-separated value (.csv) format; Diagnostics Results Log: The system stores all diagnostics results for a given day in a single log file; and Collect System Log Files: The call logs provide log files for the last hour or for a time duration that is specific for the application server system.

CALL ACCOUNTING SYSTEM The Contractor shall be qualified and provide qualified technical staff capable of, migrating, upgrading, maintaining and installing the provided call accounting platform including software and hardware. The proposed call accounting platform shall be certified and compatible by the PBX manufacturer. The Contractor shall partition at least 40 separate locations on the centralized call accounting platform. The Contractor shall provide certified and qualified technical staff or professional services that include project management, installation of system, database services, verification, technical setup, testing, activation, post installation cut-over and programming and installation of buffers. The Contractor shall provide, configure and install manufacturer supported rate tables for the entirety of the maintenance contract. Documentation of the most current OEM (Original Equipment Manufacturer) rate tables will be required on or before the completion of the upgrade/migration/installation. The Contractor shall provide manufacturer post warranty and maintenance support for the entirety of the maintenance contract. The Contractor shall provide evidence of this coverage to CDCR annually. CDR shall be accessible for review from a centralized database and can be used from the local system administrator or designated users.

The Contractor shall ensure the system is pre-configured to support the following functions and capabilities: Send reports to any printer on CDCR’s network; Set up and configure CDCR predefined custom reports by facility; and Create up to 15 separate custom User groups.

The CTEN solution shall have the ability to assign individual User permissions. CDCR System Administrators shall have the ability to assign User permissions to create and run reports for the following: Group of extensions; All extensions at a single institution; All extensions at one or more institutions; and All sites.

6 of 50

11/26/2013 11:11 AM

p. 499

State of California

Bid IFB 13-001

CTEN Appendix A Technical Requirements

Instructions: Column A represents the type of requirement; Business (BR) or Technical (TR). Column B is the item number. Column C is Mandatory (M). Column D is Mandatory Optional (MO). Column E is the description of the requirement. Column F is the Bidder response to the requirement (the State will only accept a Yes or No, any other variation of response shall be deemed non-responsive). Column G is the Bidder description of the requirement (if allowable).

Complete this worksheet in its entirety. TECHNICAL REQUIREMENTS

Item Number

M MO Mandatory Optional services are services that the service provider shall offer as an optional service to the CDCR. The CDCR may or may not choose to use these optional services.

TR 190

M

TR TR TR TR TR TR TR TR TR TR TR

191 192 193 194 195 196 197 198 199 200 201

M M M M M M M M M M M

TR 202

M

TR 203

M

TR 204

M

TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR

M M M M M M M M M M M M M M M M M M

205 206 207 208 209 210 211 212 213 214 215 216 217 218 219 220 221 222 223 224 225 226 227 228 229 230 231 232 233 234 235 236 237 238 239 240 241 242 243 244 245 246

DESCRIPTION

A Bidder’s response of “No” to a Mandatory (M) will be considered a Material Deviation and disqualify the Bidder from possible Contract award.

Call Accounting System Administration - The solution shall provide the System Administrator the ability to: Create custom reports; Create groups; Create user permission; Configure and update call accounting system software; and Scheduled weekly database backups.

Call Detail Report for Call Detail Recording (CDR) shall include: Extension-to-Extension (Internal CDR); On-Net to On-Net (Call from one PBX to another); On-Net to Off-Net (Call from PBX to PSTN); and Off-Net to On-Net (Call from PSTN to PBX).

Existing Amcom Eclipse Enterprise 5000 The Amcom Eclipse Enterprise 5000 is supported by an Amcom specified AMCOMAPL2A Eclipse Application Server (Dell Database Server – R710 2U Rack Mount Server). To reduce cost, CDCR desires and will choose to reuse the Amcom Eclipse Enterprise 5000 that is in production if Bidder's solution will allow. The Contractor shall provide a new server for any CDR application being proposed other than the Amcom Eclipse Enterprise 5000. The Amcom Eclipse Enterprise 5000 Server is currently located at the California Medical Facility in Vacaville, California and shall be moved and re-installed into Data Center I by the Contractor. The Application Server shall support the core telephony platform and the 40 Institutional PBX locations. The Contractor shall provide, install, configure and test one buffer box per solution location, totaling 40 poll able buffer boxes. The buffer box CDR shall be collected over the CDCR WAN via the Eclipse Server. The Contractor shall connect to a CDCR LAN connection and shall utilize the Scannex ip.1-32.m ip.buffer.

Institutional CTEN Solution

MO M M M MO M M MO M M M M MO M M M M M M M M M M M

Indicate if the Bidder solution DO NOT FILL IN GREY AREA ONLY FILLABLE IN NON-SHADED AREAS - Describe how the Bidder intends to meet the can support this requirement and if available indicate reference to supporting documentation. NOTE: If Requirement ask for requirement with attachments provide serparte attachment and refer to location. a Yes or a No.

The Contractor shall provide a solution to meet the requirements in this RFP to support the following CDCR sites: Avenal State Prison; California Correctional Center; California Correctional Institution; California Institution for Men; California Institution for Women; California Medical Facility; California Men’s Colony; California Rehabilitation Center; California State Prison, Corcoran; California State Prison, Los Angeles County; California State Prison, Sacramento; California State Prison, San Quentin; California State Prison, Solano; Calipatria State Prison; Centinela State Prison; Central California Women’s Facility; Chuckawalla Valley State Prison; Correctional Training Facility; Deuel Vocational Institute; Estrella Correctional Facility; Folsom State Prison; Heman G. Stark Correctional Facility; High Desert State Prison; Ironwood State Prison; Kern Valley State Prison; Mule Creek State Prison; North Kern State Prison; Northern California Reentry Facility; Northern California Youth Correctional Center; Pelican Bay State Prison; Pleasant Valley State Prison; R.J. Donovan Correctional Facility; Richard A. McGee Correctional Training Center; Salinas Valley State Prison; Sierra Conservation Center; Stockton Training Center;

7 of 50

11/26/2013 11:11 AM

p. 500

State of California

Bid IFB 13-001

CTEN Appendix A Technical Requirements

Instructions: Column A represents the type of requirement; Business (BR) or Technical (TR). Column B is the item number. Column C is Mandatory (M). Column D is Mandatory Optional (MO). Column E is the description of the requirement. Column F is the Bidder response to the requirement (the State will only accept a Yes or No, any other variation of response shall be deemed non-responsive). Column G is the Bidder description of the requirement (if allowable).

Complete this worksheet in its entirety. TECHNICAL REQUIREMENTS

Item Number

TR TR TR TR

247 248 249 250

TR 251

TR 252 TR 253 254

TR 255

TR 256 TR 257

TR 258

DESCRIPTION

A Bidder’s response of “No” to a Mandatory (M) will be considered a Material Deviation and disqualify the Bidder from possible Contract award. M MO Mandatory Optional services are services that the service provider shall offer as an optional service to the CDCR. The CDCR may or may not choose to use these optional services.

Indicate if the Bidder solution DO NOT FILL IN GREY AREA ONLY FILLABLE IN NON-SHADED AREAS - Describe how the Bidder intends to meet the can support this requirement and if available indicate reference to supporting documentation. NOTE: If Requirement ask for requirement with attachments provide serparte attachment and refer to location. a Yes or a No.

Substance Abuse Treatment Facility; Valley State Prison; Ventura Youth Correctional Facility; and Wasco State Prison. The Bidder’s proposed system solution shall be commercially available (i.e., general production and shipment, at time of Bidder proposal). Primary system design elements that shall satisfy this requirement include, but are not limited to, common control M hardware and software; modules, cabinets, carriers, circuit interface boards, gateways, servers, switches, routers, controllers, interface boards, telephones and accessories. The Contractor shall ensure all additional software, hardware, and license are included in the PBX solution and integrated into the M core telephony platform. The Contractor shall ensure all software features and capabilities available on the existing PBX’s will be included in the proposed M solution. This information is available in the Bidders library. Bidder shall provide for up to 10% wired-for capacity to allow for growth without the need of additional software and/or the reMO engineering of existing hardware (i.e. Cabinets, carriers, memory, processor capability, power (including back-up power), and other equipment) where currently not available. Bidder shall provide for up to 20% wired-for capacity to allow for growth without the need of additional software and/or the reMO engineering of existing hardware (i.e. Cabinets, carriers, memory, processor capability, power (including back-up power), and other equipment) where currently not available. The Contractor shall ensure each location will be a survivable server-based, fully-featured system. It shall provide call processing and telephony features to all users on the system in the event of a network failure. In addition, access to the PSTN over M conventional trunking shall be available. The Bidder's proposed solution shall support redundancy or duplication, and survivability for data and restoration for each M location. In the event of a power failure and/or loss of the PBX functionality, the Contractor shall provide or reuse existing power fail transfer units (PFTU) to allow emergency access to the PSTN. Twenty four (24) trunks will be designated per site for this M purpose. The option to have an analog telephone working during normal conditions shall be available. This shall include programming, wiring and documenting station locations as directed by the CDCR. M M M M

TR 259

M

TR 260 TR 261

M M

TR 262

M

TR 263

M

TR 264

M

TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR

265 266 267 268 269 270 271 272 273 274 275 276 277 278 279 280 281 282

M M M M M M M M M M M M M M M M M M

TR 283

M

TR 284 TR 285

M M

TR 286

M

The Bidder proposed solution shall provide the following integration, software, and license functionality: Software license sharing for all CDCR sites. License sharing shall be available in the proposed solution; Existing COT, DOD, DID, and TIE numbers continue to operate and function correctly; All incidental components, parts and associated labor not specifically called out in this document, but required for the function of the proposed solution and shall be included; and Include the most current hardware and software release available at the time of each site implementation.

The system shall have the option to support a wide complement of network services, including the following: Centrex lines; Ground start trunks; Loop Start trunks; Direct inward dial (DID) trunks; E & M tie trunks; T-1 (24 channels per interface card); ISDN PRI (23 bearer channels plus one data channel); 10 Mbps / 100 Mbps / Gigabit Ethernet; Auxiliary trunk interfaces (such as loudspeaker paging, recorded dictation); and Session Initiation Protocol (SIP) Trunks.

System Administration shall support the following: Moves, Adds and Changes; Extension reassignment (to a new user); User physical relocation (preserve existing extension numbers); Add a new user and associated extension; Modify the type of station equipment; Disconnect an existing user; Voice mail/Automated Attendant administration including password resets; and Adds, moves and changes shall be performed on-line, with the actual update taking place as soon as possible following data entry.

The Contractor shall provide the following CTEN Solution features and functionality: Overhead Paging System Interface – provides interface between telephone system and on-premise public address systems;Transparency – Traditional system features shall be able to be employed transparently across the network. Feature Features such as call transfer, call coverage, call forwarding, automatic callback, distinctive ringing, and others will be able to be employed among all facilities;

8 of 50

11/26/2013 11:11 AM

p. 501

State of California

Bid IFB 13-001

CTEN Appendix A Technical Requirements

Instructions: Column A represents the type of requirement; Business (BR) or Technical (TR). Column B is the item number. Column C is Mandatory (M). Column D is Mandatory Optional (MO). Column E is the description of the requirement. Column F is the Bidder response to the requirement (the State will only accept a Yes or No, any other variation of response shall be deemed non-responsive). Column G is the Bidder description of the requirement (if allowable).

Complete this worksheet in its entirety. TECHNICAL REQUIREMENTS

Item Number

M MO Mandatory Optional services are services that the service provider shall offer as an optional service to the CDCR. The CDCR may or may not choose to use these optional services.

TR 287

M

TR 288

M

TR 289

M

TR 290

M

TR 291

M

TR 292

M

TR 293

M

TR 294

M

TR 295

M

TR 296

M

TR 297

M

TR 298

M

TR 299 TR 300 TR 301

M M M

TR 302

M

TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR

M M M M M M M M M M M M M M M M M M M M M M M M M M M M M

303 304 305 306 307 308 309 310 311 312 313 314 315 316 317 318 319 320 321 322 323 324 325 326 327 328 329 330 331

DESCRIPTION

A Bidder’s response of “No” to a Mandatory (M) will be considered a Material Deviation and disqualify the Bidder from possible Contract award.

Indicate if the Bidder solution DO NOT FILL IN GREY AREA ONLY FILLABLE IN NON-SHADED AREAS - Describe how the Bidder intends to meet the can support this requirement and if available indicate reference to supporting documentation. NOTE: If Requirement ask for requirement with attachments provide serparte attachment and refer to location. a Yes or a No.

Calling Number/name Display – Digital or IP display telephones and attendant consoles will have the ability to display the extension number and the display name (based on the name entered in the system database) of the originating extension of any call placed between any extensions on the network. The feature will further apply to call routing information when calls are forwarded or transferred between extensions on the network; Number Portability – Any extension number in the department’s numbering range shall be able to operate at any facility. There shall be no requirement to dedicate certain number blocks to specific sites; Automatic Call Distribution (ACD) – allows incoming calls to be directed and evenly distributed to a specific department or group of extensions, based upon availability of extensions within the group. When all extensions are in use, calls to the group are held in queue, until an extension becomes available. Provides basic level Call Center functionality with the system; Automatic Call Intercept – automatically re-routes calls when dialed in error or specifically denied by COS. The system will be able to intercept calls in two ways: Attendant Intercept and Recorded Announcement Intercept; Automatic Route Selection – provides automatic routing of outgoing calls over specified trunks or trunk groups to ensure that the least cost route is selected. Automatic Alternate Routing shall also be provided to reroute calls if the primary designated routes are not available. The system shall support the North American Numbering Plan; COS – ability to assign to each station certain features and capabilities, and to restrict certain stations from certain features and capabilities. State the quantity and types of classes of service and levels of dialing restrictions that your system can support; Electronic Switched Networking (ESN) – a group of basic networking features designed to support the need for interconnection/coordination among multiple systems, enabling all system nodes to operate as a single entity; Hot Line Service – provides the capability for stations to automatically place a call to a pre-assigned number simply by going off-hook; Incoming Caller ID – allows the calling number of an incoming call from outside the PBX network to be displayed on the display of a digital or IP telephone set, or on an external ancillary device. Allows calling number information to be included in call records output to Call Detail Recording system; Conference call – ability to support station or attendant-initiated conferences of up to six (6) parties, five (5) of which may be external to the system; Off Premises Stations – provides ability to extend stations to off premise locations; Power Failure Transfer – provides automatic transfer of predefined network services to pre-selected stations during complete power failure, including failure of UPS and emergency generator; and Overhead Paging System Interface – provides interface between telephone system and on-premise public address systems. The Contractor shall provide Converged VoIP service with dial tone and full functionality of features to the on-site telephone. The Contractor shall provide a VoIP solution that is interoperable with the Public Switched Telephone Network (PSTN). The Bidder's proposed solution shall be premises-based with all call control components residing in the CDCR’s network including network gatekeepers and network gateways.

The Contractor shall provide the following CTEN Solution System features : 900 Blocking; Additional Call Offering Unrestricted; Additional Functional Call Appearance; Additional Functional Call Appearances Number; Agent Status Lamp; Alternate Terminating Restriction Code; Answer Agent; Answer Emergency; Attendant Subgroup; Autodisplay Active on CWTKey; Automatic Answerback; Automatic Call Back; Automatic Call Distribution (ACD) - Basic; Automatic Dialing; Automatic Display of Incoming Calls; Automatic Line Telephone Number; Automatic Recall; Bridgetone; Bridging Allowed; Busy Lamp Field; Call Agent; Call Covering; Call Drop (Individual Lines at a time); Call Forward - Secondary - Multiple Appearance Directory Number; Call Forward/Hunt Override via Flexible Feature Code; Call Forward Busy External; Call Forward Busy Intragroup; Call Forward Busy Limit;

9 of 50

11/26/2013 11:11 AM

p. 502

State of California

Bid IFB 13-001

CTEN Appendix A Technical Requirements

Instructions: Column A represents the type of requirement; Business (BR) or Technical (TR). Column B is the item number. Column C is Mandatory (M). Column D is Mandatory Optional (MO). Column E is the description of the requirement. Column F is the Bidder response to the requirement (the State will only accept a Yes or No, any other variation of response shall be deemed non-responsive). Column G is the Bidder description of the requirement (if allowable).

Complete this worksheet in its entirety. TECHNICAL REQUIREMENTS

Item Number

TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR

332 333 334 335 336 337 338 339 340 341 342 343 344 345 346 347 348 349 350 351 352 353 354 355 356 357 358 359 360 361 362 363 364 365 366 367 368 369 370 371 372 373 374 375 376 377 378 379 380 381 382 383 384 385 386 387 388 389 390 391 392 393

DESCRIPTION

A Bidder’s response of “No” to a Mandatory (M) will be considered a Material Deviation and disqualify the Bidder from possible Contract award. M MO Mandatory Optional services are services that the service provider shall offer as an optional service to the CDCR. The CDCR may or may not choose to use these optional services. M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M

Indicate if the Bidder solution DO NOT FILL IN GREY AREA ONLY FILLABLE IN NON-SHADED AREAS - Describe how the Bidder intends to meet the can support this requirement and if available indicate reference to supporting documentation. NOTE: If Requirement ask for requirement with attachments provide serparte attachment and refer to location. a Yes or a No.

Call Forward Busy Mode; Call Forward Busy Telephone Number; Call Forward Busy Telephone Number External; Call Forward Busy Telephone Number Internal; Call Forward Busy Unrestricted; Call Forward Do Not Answer Dens list; Call Forward Do Not Answer External; Call Forward Do Not Answer Intragroup; Call Forward Do Not Answer Limit; Call Forward Do Not Answer Mode; Call Forward Do Not Answer Telephone Number; Call Forward Do Not Answer Telephone Number External; Call Forward Do Not Answer Telephone Number Internal; Call Forward Do Not Answer Unrestricted; Call Forward Do Not Answer Variable Timing; Call Forward; Call Forward Personal ID Number; Call Forward Remote Access; Call Forward Telephone Number; Call Forward Variable; Call Forward Variable Limit; Call Forward Variable Telephone Number; Call History - Incoming and Outgoing; Call Hold; Call Log - Incoming and Outgoing; Call Merge (Multiple Lines); Call Park; Call Pickup Group; Call Supervisor; Call Tracking - Incoming and Outgoing; Call Transfer; Call Transfer Type; Call Waiting; Call Waiting Intragroup; Call Waiting Originating; Call Waiting Reminder Ring; Call Waiting Terminating List; Calling Number Delivery Blocking; Cancel Call Waiting; Change Restricted Feature; Circular Hunting; Conference (Station Dial Conference); Conference Bridging Size (for MADN); Conference Screening (Ability to see who is on the call); Conference Size; Customer Originated Trace; Customer Originated Trace List; Denial Treatment; Denied Call Forward; Denied Incoming; Denied Incoming External Transfer Allowed; Directed Call Park; Directed Call Pickup Barge-In; Directed Call Pickup Barge-In Exempt; Directed Call Pickup Non-Barge-In; Directed Call Pickup Non-Barge-In Exempt; Directory Number Hunt; Display Name; Display Queue Status; Distinctive Ring; Distinctive Ring Automatic Call Distribution; Distinctive Ring Group Intercom;

10 of 50

11/26/2013 11:11 AM

p. 503

State of California

Bid IFB 13-001

CTEN Appendix A Technical Requirements

Instructions: Column A represents the type of requirement; Business (BR) or Technical (TR). Column B is the item number. Column C is Mandatory (M). Column D is Mandatory Optional (MO). Column E is the description of the requirement. Column F is the Bidder response to the requirement (the State will only accept a Yes or No, any other variation of response shall be deemed non-responsive). Column G is the Bidder description of the requirement (if allowable).

Complete this worksheet in its entirety. TECHNICAL REQUIREMENTS

Item Number

TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR

DESCRIPTION

A Bidder’s response of “No” to a Mandatory (M) will be considered a Material Deviation and disqualify the Bidder from possible Contract award. M MO Mandatory Optional services are services that the service provider shall offer as an optional service to the CDCR. The CDCR may or may not choose to use these optional services.

394 395 396 397 398 399 400 401 402 403 404 405 406 407 408 409 410 411 412 413 414 415 416 417 418 419 420 421 422 423 424 425 426 427 428 429 430 431 432 433 434 435 436 437 438 439 440 441 442 443 444 445 446 447 448 449 450 451 452 453

M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M

TR 454

M

Indicate if the Bidder solution DO NOT FILL IN GREY AREA ONLY FILLABLE IN NON-SHADED AREAS - Describe how the Bidder intends to meet the can support this requirement and if available indicate reference to supporting documentation. NOTE: If Requirement ask for requirement with attachments provide serparte attachment and refer to location. a Yes or a No.

Distinctive Ring Intergroup; Distinctive Ring Intragroup; Distinctive Ring Make Call; Distinctive Ring Recall; Do Not Disturb; Executive Busy Override Exempt; Executive Busy Override; Executive Message Waiting; Feature Count; Featureable Line Class Code; Flexible Calling; Group Intercom Name; Group Intercom; Group Intercom Member List; Group Name; Group Speed Calling List Size; Hunting (Series Completion); Incoming Access; Incoming Calls; Incoming Calls Barred; Initial Privacy Status; Intercom Notification (During active call); Intercom Terminating Telephone Number; Make Set Busy; Key Short Hunt; Key Short Hunt List; Key Short Hunt Overflow; Key Short Hunt Overflow Route; Key Short Hunt Overflow Table; Last Change Order Number; MADN Ring Forward; MADN Type; Make Set Busy All Calls; Make Set Busy Ignore; Make Set Busy Intragroup; Malicious Call Hold Activation; Multiple Appearance Directory Number; Music On Hold; Network Class of Service; Notification Busy Limit; Observe Agent; Order Pending Count; Originating Line Select; Outgoing Calls Barred; Outgoing Calls Only; Override Auth Code; Permanent Hold; Pilot Directory Number; Primary MADN; Privacy Release; Privacy Release Mode; Remote Log In; Ring Again; Ring Timer; Select Call Accept; Speed Call Configurable; Speed Calling User Count; Six-Way Calling; Verify Pending; and Verify Pending Count.

The Contractor shall provide the capability to interconnect all the following signaling methods and variants:

11 of 50

11/26/2013 11:11 AM

p. 504

State of California

Bid IFB 13-001

CTEN Appendix A Technical Requirements

Instructions: Column A represents the type of requirement; Business (BR) or Technical (TR). Column B is the item number. Column C is Mandatory (M). Column D is Mandatory Optional (MO). Column E is the description of the requirement. Column F is the Bidder response to the requirement (the State will only accept a Yes or No, any other variation of response shall be deemed non-responsive). Column G is the Bidder description of the requirement (if allowable).

Complete this worksheet in its entirety. TECHNICAL REQUIREMENTS

Item Number

TR TR TR TR TR TR TR TR TR TR

M MO Mandatory Optional services are services that the service provider shall offer as an optional service to the CDCR. The CDCR may or may not choose to use these optional services.

455 456 457 458 459 460 461 462 463 464

M M M M M M M M M M

TR 465

M

TR 466

M

TR 467

M

TR 468

M

TR 469

M

TR 470

M

TR 471

M

TR TR TR TR TR TR TR TR TR

472 473 474 475 476 477 478 479 480

M M M M M M M M M

TR 481

M

TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR

M M M M M M M M M M M M M M M M M M M M M M M

482 483 484 485 486 487 488 489 490 491 492 493 494 495 496 497 498 499 500 501 502 503 504

DESCRIPTION

A Bidder’s response of “No” to a Mandatory (M) will be considered a Material Deviation and disqualify the Bidder from possible Contract award.

Indicate if the Bidder solution DO NOT FILL IN GREY AREA ONLY FILLABLE IN NON-SHADED AREAS - Describe how the Bidder intends to meet the can support this requirement and if available indicate reference to supporting documentation. NOTE: If Requirement ask for requirement with attachments provide serparte attachment and refer to location. a Yes or a No.

H.323 to H.323; H.323 to SIP; SIP to SIP; TCP (Transmission Control Protocol); UDP (User Datagram Protocol); TCP-to-UDP interworking; T.38 fax relay; The capability to act as a distinct demarcation point between two networks; and The capability to allow or disallow real-time traffic between networks.

TELEPHONES The Contractor shall re-use all analog, digital, IP telephones and attendant consoles unless they are not compatible with the CTEN System Solution. The Contractor shall replace all non-compatible telephones and consoles with telephones and consoles of similar functionality. Replacement shall include all infrastructure required to support the replacement of the telephones and consoles. Infrastructure includes but is not limited to: wiring, cable, fiber, patch panels, electronics, UPS, battery back-up, patch cords, connectors, faceplates, equipment racks, servers, POE switches, RPE, gateways, line cards, modules, controllers, and network cards. The Contractor shall ensure all IP telephones proposed in the solution are rated for 1Gbps. The telephones shall also allow for 10/100 Mbps operation. The Contractor shall provide single line and multi-line feature telephones with similar features of telephones currently in use and operate up to 3000 feet from the port connection of the proposed solution. Analog telephones cannot replace digital telephones unless mutually agreed upon by CDCR. The Bidder shall provide OEM Specifications for all Telephones proposed in Attachment 23: OEM Telephone Specifications. This document must include supported distance limitations. The Contractor shall ensure all telephones are line powered and will continue to function on back-up power for four hours. The Contractor shall provide analog ports for standard 2500/500 analog telephones, existing bells, modems, faxes and other devices which require analog connectivity.

Executive/Attendant Handsets - If the Bidder is proposing new handsets, the Contractor shall provide phones with the minimum user features/functionality: Minimum feature requirements for Executive/Attendant handsets; A 5-line graphical display; 12 programmable keys; 4 soft keys; Hands free speakerphone; Programmable ringer loudness and tone character; Headset port (with dedicated headset switching key); Ability to add expansion modules with a minimum of 44 additional programmable keys; and Multiple language selection.

Enterprise Handsets - The Bidder shall propose handsets that provide, at a minimum, the user features/functionality listed below: Minimum feature requirements for Enterprise handsets; Three-line graphical display; Four (4) programmable keys; Hands-free speakerphone; Programmable ringer loudness and tone character; and Headset port (with dedicated headset switching key).

All single-line entry-level phone shall provide: Single line call appearance; Five (5) programmable features; and Message Waiting Indication.

The Contractor shall provide telephones with the following features and capabilities: DTMF tone generation; Shared call/bridged line appearance; Distinctive incoming call treatment/ call waiting; Call timer; Called, calling, and connected party information; Local three-way conferencing; Intercom; Off Hook Tone; Do not disturb function; User-configurable contact directory and call history (missed, placed, and received); Multilingual user interface; Call Duration;

12 of 50

11/26/2013 11:11 AM

p. 505

State of California

Bid IFB 13-001

CTEN Appendix A Technical Requirements

Instructions: Column A represents the type of requirement; Business (BR) or Technical (TR). Column B is the item number. Column C is Mandatory (M). Column D is Mandatory Optional (MO). Column E is the description of the requirement. Column F is the Bidder response to the requirement (the State will only accept a Yes or No, any other variation of response shall be deemed non-responsive). Column G is the Bidder description of the requirement (if allowable).

Complete this worksheet in its entirety. TECHNICAL REQUIREMENTS

Item Number

TR TR TR TR TR TR TR TR TR TR TR

DESCRIPTION

A Bidder’s response of “No” to a Mandatory (M) will be considered a Material Deviation and disqualify the Bidder from possible Contract award. M MO Mandatory Optional services are services that the service provider shall offer as an optional service to the CDCR. The CDCR may or may not choose to use these optional services.

Indicate if the Bidder solution DO NOT FILL IN GREY AREA ONLY FILLABLE IN NON-SHADED AREAS - Describe how the Bidder intends to meet the can support this requirement and if available indicate reference to supporting documentation. NOTE: If Requirement ask for requirement with attachments provide serparte attachment and refer to location. a Yes or a No.

Last Number Redial; Message Waiting Indication; Speed Dialing; Interface with Ring Down Circuit; System Multi Zone Page; External Overhead Page Interface; Optional Wall Mount; and Individual volume settings with visual feedback for each audio path. The Contractor shall provide handsets that are compliant with the Americans with Disabilities Act Section 508. The Contractor shall provide handsets compatible with commercially-available TTY Adapter Equipment.

505 506 507 508 509 510 511 512 513 514 515

M M M M M M M M M M M

TR 516

M

TR 517

M

TR 518

M

TR 519

M

TR 520

M

TR 521

M

TR 522

M

TR 523

M

TR 524

M

Printer

TR 525

M

A printer shall be provided at each CDCR location. The printer shall be capable of automatically printing an audit trail of when an alarm is registered and cleared. Printed data shall consist of the same data elements in the same format as the visual display data identified above. Each alarm shall be indicated on a separate line. The printer shall utilize continuous-feed paper.

TR 526

M

Keyboard

TR 527

M

A keyboard shall be provided at each CDCR location. The keyboard shall permit CDCR personnel to annotate all alarm displays with such information as the name of the CDCR staff person clearing the alarm.

TR 528

M

TR 529

M

TR 530

M

TR 531

M

TR 532

M

Vehicle Sallyport Speaker

TR 533

M

The Contractor shall provide a dedicated, surface mounted, one-way, voice monitor speaker. This speaker shall be used to receive and monitor all Fire/Life Safety conversations between the station initiating the alarm and control point(s). This speaker shall be supported using the existing telecommunications cable plant.

Off-Hook Alarm System (OHAS) The OHAS was created for the California Department of Corrections and Rehabilitation based on specific requirements. The OHAS is a life/safety system which processes fire/emergency calls, disturbance calls, off hook alarms and disconnect alarms. The OHAS is comprised of a server in Central Control which is integrated with the PBX system to work as one unified system. The Contractor shall ensure the following functionality is included on the OHAS: Off-Hook Alarm - The system shall register an alarm on OHAS according to the following conditions; any station remains off hook without dialing for a program-definable period of time; Dial Alarm -The system shall register an alarm on the OHAS whenever any station dials either of the following emergency numbers: Fire/Life Safety Emergency x222 and Disturbancex333; Cut Cord Alarm - The system shall register a cut cord alarm on the OHAS according to the following conditions; any telephone station capable of interacting with disconnect and alarm systems when its line cord has been unplugged or severed in any manner; Initiating Stations - Every telephone attached to the PBX (except ring downs) shall be able to initiate an Off-Hook or Dial Alarm regardless of the type of station equipment installed or the line seized on a multi-line set; Audible Signal - All alarms shall begin a distinctive audible signal on the OHAS server when an alarm is registered and shall sound until the signal is silenced. A switch (or key stroke) to silence the audible signal for the current alarm shall be provided. This switch shall not cancel nor clear the alarm. Any subsequent alarms shall cause the audible signal to begin sounding again; Flashing Visual Indicator - A distinctive visual indicator shall begin flashing when any alarm is registered and shall continue flashing until the indicator is deactivated. The alarm indicator shall be visible from a minimum of ten (10) feet away. A switch (or key stroke) to deactivate the flashing indicator for the current alarm shall be provided. This switch shall not cancel or clear the alarm. Any subsequent alarms shall cause the indicator to begin flashing again; and The OHAS shall display the following alarm data when any alarm is registered: 1. Type of alarm (off-hook disturbance, dialed disturbance, fire/life safety or cut cord); 2. Date and time when the alarm is initiated (time shall be indicated in a HH:MM:SS format on a 24-hour cycle); 3. Station number initiating the alarm; 4. Physical location of the station initiating the alarm (shall consist of the location name programmed on the telephone); 5. Date and time when the alarm is cleared, using the same format as for displaying the initiated alarm information; and 6. Name of the State staff person clearing the alarm, this information is entered from the keyboard. The screen shall display a minimum of fifty (50) alphanumeric characters per alarm. Each alarm shall be indicated on a separate line.

Call monitoring telephone The Contractor shall provide a dedicated telephone in each site's Control to allow a CDCR staff person to monitor the station that initiated the alarm while it is still off-hook for any OHAS and 333 dialed Disturbance Control Alarms. The Control phone shall allow a CDCR staff person to speak with the calling station for any 222 dialed Fire/Life Safety Alarm. In addition to a handset, this Control phone shall include a speaker and microphone for two-way, hands-free operation. There shall be a mute button for silencing the microphone while allowing any conversation or sounds at the off-hook station to be heard. Visual indication of group member status shall also be included.

13 of 50

11/26/2013 11:11 AM

p. 506

State of California

Bid IFB 13-001

CTEN Appendix A Technical Requirements

Instructions: Column A represents the type of requirement; Business (BR) or Technical (TR). Column B is the item number. Column C is Mandatory (M). Column D is Mandatory Optional (MO). Column E is the description of the requirement. Column F is the Bidder response to the requirement (the State will only accept a Yes or No, any other variation of response shall be deemed non-responsive). Column G is the Bidder description of the requirement (if allowable).

Complete this worksheet in its entirety. TECHNICAL REQUIREMENTS

Item Number

DESCRIPTION

A Bidder’s response of “No” to a Mandatory (M) will be considered a Material Deviation and disqualify the Bidder from possible Contract award. M MO Mandatory Optional services are services that the service provider shall offer as an optional service to the CDCR. The CDCR may or may not choose to use these optional services. M

Multiple Alarms

TR 535

M

The system shall display at least twenty (20) alarms simultaneously on the OHAS monitor. The twenty alarms shall be Off Hook, Cut Cord or Dial Alarms, or any combination. If there is more than one alarm, the system shall display each new alarm at the top of the CRT or flat panel screen and scroll data from preceding alarms. There shall be no limit to the number of alarms registered on the printer.

TR 536

M

TR 534

Alarm Cancellation The System shall not allow for any initiating station to cancel its own alarm condition. No alarm shall be cancelled by any other station or by the attendant console. Alarms shall only be cancelled manually by utilizing the equipment located in the site's Control. Cancellation of any alarm shall only be accomplished by action at the OHAS with the appropriate input from the keyboard. It shall be possible to cancel a specific station's alarm without canceling any other alarm. An audit trail shall be provided. In addition, alarm records shall be printed by the Contractor provided printer. Report shall include the following: 1. Date and time when the alarm is cancelled (time shall be indicated in a HH:MM:SS format on a 24-hour cycle), and 2. Name of the CDCR staff person clearing the alarm automatically removes the station number and location initiating the alarm from the display screen. The system-wide timing parameter for how long a station is off hook before initiating an alarm shall be from 10 to 15 seconds. The System shall be capable of adding, moving, or changing the System's station location configuration using a terminal other than the alarm-reporting terminal. The Contractor shall be responsible for the site's initial database creation and data entry functions. CDCR will work closely with the Contractor in defining the actual data elements and record structures to ensure CDCR requirements are met. The OHAS database shall automatically synchronize with the CTEN System solution and update each day. Time and date of updates to the system shall be programmable.

TR 537

M

TR 538

M

TR 539

M

TR 540

M

TR 541

M

TR 542

M

TR 543

M

Digital Techniques Inc. (DTI)

TR 544

M

The DTI systems are manufacturer discontinued, but are still currently operational within five (5) CDCR locations. The Contractor shall ensure these systems continue to operate with the proposed system solution. If these systems will not operate with the proposed system solution, an alternative OHAS shall be proposed. Refer to Bidder's Library - DTI OHAS for location of DTI version site locations. The alternative OHAS shall operate with all of the same functionality as the system being replaced.

TR 545 TR 546

M M

TR 547

M

TR 548

M

TR 549

M

TR 550

M

TR 551

M

TR 552

M

TR 553

M

TR TR TR TR

554 555 556 557

M M M M

TR 558

M

TR 559 TR 560 TR 561

M M M

TR 562

M

Indicate if the Bidder solution DO NOT FILL IN GREY AREA ONLY FILLABLE IN NON-SHADED AREAS - Describe how the Bidder intends to meet the can support this requirement and if available indicate reference to supporting documentation. NOTE: If Requirement ask for requirement with attachments provide serparte attachment and refer to location. a Yes or a No.

Red Phoenix The Contractor shall ensure the Red Phoenix systems continue to operate with the proposed system. If the Red Phoenix systems will not operate with the new system solution, an alternative OHAS shall be proposed. The alternative OHAS shall operate with all of the same functionality as the system being replaced. The Contractor shall ensure Software Assurance is in effect for the term of the contract on all supported OHAS. Evidence of coverage shall be submitted to EIS ICU on a yearly basis. The Contractor shall ensure the proposed system solution has the ability for CDCR staff in Control to override Call Forward All Calls, Call Forward No Answer, Hunting and Make Set Busy on a called alarming telephone on the CTEN solution. The Contractor shall ensure multiple OHASs can interface with a single CTEN system solution. Each OHAS shall be able to register dial alarms, off hook and disconnect alarms from telephones in separate geographical areas. In addition, the OHAS shall also initiate separate sallyport, group call functionality, and alarm progress monitoring. Currently the CDCR has two institutions that require this functionality; CMC (2 OHASs) and CIM (4 OHASs).

Puleo Alarm System The Contractor shall ensure the existing Puleo Alarm system continues to operate unless they are not compatible with the proposed system. The proposed solution should include an alarm notification system with the current specifications and features. The alarm system shall be maintained to continuously monitor, in real-time, the performance status of the PBX, and the PBX room temperature and humidity. The system shall be able to initiate alarms when normal parameters are not met. The minimum conditions for which the Puleo Alarm System shall automatically generate an alarm as follows: Loss or processor failure; Failure of any 8 or more lines and/or trunks; Failure of any trunk; Failure of system logging or Standard Message Detail Record (SMDR); Less-than-acceptable environmental conditions in the PBX room (i.e., heat or humidity as defined by manufacturer's specifications); Loss of power from the battery system; All alarm types shall register both audibly and visually on an alarm panel(s); and It shall be possible to silence and reset the audible portion of the alarm. All alarms shall be categorized and marked using two separate and distinct alarm areas on the alarm indicators: 1. PBX Alarms; and 2. Environmental Alarms. It shall not be possible to remove the visual alarm until the malfunction is removed. A minimum of two (2) alarm panels shall be provided: one to be located in the PBX room and the other to be located in Central Control. Each alarm type shall appear at both locations.

14 of 50

11/26/2013 11:11 AM

p. 507

State of California

Bid IFB 13-001

CTEN Appendix A Technical Requirements

Instructions: Column A represents the type of requirement; Business (BR) or Technical (TR). Column B is the item number. Column C is Mandatory (M). Column D is Mandatory Optional (MO). Column E is the description of the requirement. Column F is the Bidder response to the requirement (the State will only accept a Yes or No, any other variation of response shall be deemed non-responsive). Column G is the Bidder description of the requirement (if allowable).

Complete this worksheet in its entirety. TECHNICAL REQUIREMENTS

Item Number

M MO Mandatory Optional services are services that the service provider shall offer as an optional service to the CDCR. The CDCR may or may not choose to use these optional services.

TR 563

M

TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR

564 565 566 567 568 569 570 571 572 573 574 575 576 577 578 579 580 581 582 583 584 585 586

M M M M M M M M M M M M M M M M M M M M M M M

TR 587

M

TR 588

M

TR 589

M

TR 590 TR 591

M M

TR 592

M

TR 593

M

TR 594

M

TR 595 TR 596

M M

TR 597

M

TR 598

M

TR TR TR TR TR TR TR TR TR TR TR

M M M M M M M M M M M

599 600 601 602 603 604 605 606 607 608 609

DESCRIPTION

A Bidder’s response of “No” to a Mandatory (M) will be considered a Material Deviation and disqualify the Bidder from possible Contract award.

Indicate if the Bidder solution DO NOT FILL IN GREY AREA ONLY FILLABLE IN NON-SHADED AREAS - Describe how the Bidder intends to meet the can support this requirement and if available indicate reference to supporting documentation. NOTE: If Requirement ask for requirement with attachments provide serparte attachment and refer to location. a Yes or a No.

Puleo Alarm System are in production at the locations listed below. Contractors shall be responsible for maintaining current systems or replacing systems while maintaining existing features and functionality. California Correctional Center; California Institute for Men; California Institute for Women; California Medical Facility; California Men’s Colony; California Rehabilitation Center; California State Prison, Los Angeles County; California State Prison, San Quentin; California State Prison, Solano; Centinela State Prison; Correctional Training Facility; Deuel Vocational Institution; Folsom State Prison; Heman G. Stark Youth Correctional Facility; High Desert State Prison; Ironwood State Prison; Kern Valley State Prison; Pleasant Valley State Prison; Richard J. Donovan Correctional Facility; Salinas Valley State Prison; Substance Abuse Treatment Facility; and Valley State Prison.

COUNT BRIDGE SYSTEM The Count Bridge is used by CDCR staff in Control to conduct scheduled physical count of the inmates. The Contractor shall ensure a Count Bridge is maintained to provide a two-way conference circuit enabling full duplex communication between multiple dedicated inmate count telephones and a count control station located in Control at each CDCR location. The Count Bridge telephone shall display the count telephone Directory Numbers (DNs). The display will show the real time on/off hook status of each count location telephone. Each Count Bridge shall permit a dedicated count control station at a central point to initiate the conference by going off-hook and pressing the appropriate group call key/button. All group members are automatically called, thereby automatically ringing all predesignated Count Bridge stations that have been assigned to that control phone and group. As the stations are answered, they automatically join the conference call. All phones ring with a distinctive or uninterrupted ring and shall continue to ring until answered, or until a program-definable period of time has elapsed. Any of the initiating count locations shall be capable of ringing the count control station only by going off-hook. Ringing Signals shall not be heard on the conference call after the first station answers but continues to ring at the other stations. The count control station shall be equipped to provide two-way speakerphone operation at a minimum. A line status display shall be provided for each station on the Count Bridge call. As each station shall be connected onto the conference, the station’s designated status display at the control phone shall indicate that the station has joined the conference. All visual status displays shall reflect the on-hook status of the individual stations. The status display represents (lights) when the count location telephones are off. No conference circuit shall be subdivided to have more than one count control station. Each count station location is equipped with a dedicated, non- dial (keypad).

Programming the Count Bridge System The timing parameter is defined as the number of rings that a count phone will ring without being answered. System shall be capable of programming the Ring Timing Parameter on a system-wide basis. The system shall have up to 64 groups assigned. Each group has up to 20 group members.

BATTERY BACKUP AND UPS Contractor shall reuse the existing 48 V Battery Backup system to supports the voice solution at each institution if the proposed solution is powered by 48 VDC. The Contractor shall ensure the proposed solution and all telephones continue to operate for four hours in the event of a power outage. All new equipment proposed that requires power shall include its own UPS system that supports four (4) hours standby power.

The Contractor shall provide and ensure UPS for AC systems equipped for: Line conditioning; Line regulation; Surge suppression; Immediate detection and correction of AC utility black-outs, brown-outs, sags, surges, and frequency shifts; Peak and overload protection; Automatic recovery after power failure; Automatic restart after low-battery shutdown; Minimum clamp level of 330 volts for surges; A minimum of two receptacles with suppression protection on all three paths;

15 of 50

11/26/2013 11:11 AM

p. 508

State of California

Bid IFB 13-001

CTEN Appendix A Technical Requirements

Instructions: Column A represents the type of requirement; Business (BR) or Technical (TR). Column B is the item number. Column C is Mandatory (M). Column D is Mandatory Optional (MO). Column E is the description of the requirement. Column F is the Bidder response to the requirement (the State will only accept a Yes or No, any other variation of response shall be deemed non-responsive). Column G is the Bidder description of the requirement (if allowable).

Complete this worksheet in its entirety. TECHNICAL REQUIREMENTS

Item Number

TR TR TR TR

DESCRIPTION

A Bidder’s response of “No” to a Mandatory (M) will be considered a Material Deviation and disqualify the Bidder from possible Contract award. M MO Mandatory Optional services are services that the service provider shall offer as an optional service to the CDCR. The CDCR may or may not choose to use these optional services.

Indicate if the Bidder solution DO NOT FILL IN GREY AREA ONLY FILLABLE IN NON-SHADED AREAS - Describe how the Bidder intends to meet the can support this requirement and if available indicate reference to supporting documentation. NOTE: If Requirement ask for requirement with attachments provide serparte attachment and refer to location. a Yes or a No.

Status lamps; External alarm contacts; and Fuses or circuit –breakers to shut down and signal an alarm when UPS’s component fails.

610 611 612 613

M M M M

TR 614

M

TR 615

M

TR 616

M

TR 617

M

TR 618 TR 619 TR 620

M M M

TR 621

M

TR TR TR TR TR TR TR TR TR TR

622 623 624 625 626 627 628 629 630 631

M M M M M M M M M M

TR 632

M

TR TR TR TR TR

633 634 635 636 637

M M M M M

TR 638

M

Phase II Core Voice Platform Implementation

TR 639

M

TR 640

M

TR 641

M

TR 642

M

The Contractor shall perform an assessment of the readiness of the network for the CTEN system solution. The Contractor shall provide Carrier Coordination for this project. The Contractor shall contact the LEC and/or PSTN services providers and place trouble tickets, resolve carrier service termination, relocation, and/or re-termination of existing voice services at the Data Centers and the prison facilities. Contractor shall document their work related to the assessment, or the resolution of any problems, with CDCR. Contractor shall use industry standard tools and best practices along with their practical knowledge in the analysis to ensure acceptable VoIP quality under expected loads.

TR 643

M

TR TR TR TR TR TR TR TR TR TR TR

644 645 646 647 648 649 650 651 652 653 654

M M M M M M M M M M M

TR 655

M

TR 656

M

TR 657 TR 658 TR 659

M M M

IMPLEMENTATION The Contractor shall submit an implementation plan within 30 days of contract award. Implementation Plan must be mutually agreed upon by the Contractor and CDCR.

Phase I Planning and Design: The Contractor shall submit the names of the PMP certified Project Manager, Technical Lead, and Project Team within 30 days of contract award. Project Manager and Technical Lead must be approved by CDCR Project Manager. The Contractor shall facilitate discussions with CDCR technical resources and submit an Implementation Schedule within 30 days or mutually agreed upon dates. The mutually agreed upon Implementation Schedule shall determine the order of the installation timeline.

Contractor shall document the following: Project Plan as described in TR 631 - 637; Current-state solution overview that reviews current inventory, cable plant, sub-systems, numbering plan, PSTN connections, and WAN currently in production; Application integration design reviews and validates the various features and functions of the current-state system; Subsystem integration validation accounts for all subsystems in production; Call flow/data flow design as discussed in section TR 085 - 089; Physical and environmental requirements as discussed in TR 704 - 708; Reporting requirements as discussed in TR 151 - 172 and TR 185 - 200; Network requirements and constraints as referenced in section TR 844 - 873; Disaster Recovery (DR) and failover requirements as discussed in TR 008; System configuration diagrams as described in TR 007, TR 109 - 140, TR 670 - 674, TR 818, TR 827; and Solution design work plan as mutually agreed upon with CDCR.

The Contractor shall provide a Project Plan to include: Project stages and milestones – all stages and milestones shall be approved and signed-off by designated contact on prior to continuing to next phase/step; Resources required for Contractor and CDCR personnel; Responsibilities of Contractor and CDCR personnel; Integration with other telephony systems and subsystems, if applicable; Integration with existing software specified in the Mandatory requirements; and Implementation system testing and user acceptance testing.

The Contractor shall perform installation of the core platform elements in the Data Center I and Data Center II. This shall include the following: Detailed Design Services; Program Management; Installation of Border Controllers at the primary and secondary data centers; Installation of Primary and Survivable management elements in Core; Installation of Primary and Survivable session control elements in Core; Installation of Primary and Survivable Messaging system and message storage; Installation of Primary and Survivable Auto Attendant; Installation of Primary Call Accounting system (non-redundant); Design, develop, installation, test and train on the Auto Attendant Application; Provide Network Readiness Testing for network from Core to remotes; and Install and test remote access, monitoring and alarm reporting.

The Contractor shall program dial plan, call routing and least cost routing to include, but not limited to the following: Review existing dial plans at every facility and consolidate to an Enterprise dial plan with the lowest possible impact on existing plan; Resolve duplicated numbers and other differences; and Finalize the new dial plan with CDCR.

Review existing call routing patterns and develop call routing policies including:

16 of 50

11/26/2013 11:11 AM

p. 509

State of California

Bid IFB 13-001

CTEN Appendix A Technical Requirements

Instructions: Column A represents the type of requirement; Business (BR) or Technical (TR). Column B is the item number. Column C is Mandatory (M). Column D is Mandatory Optional (MO). Column E is the description of the requirement. Column F is the Bidder response to the requirement (the State will only accept a Yes or No, any other variation of response shall be deemed non-responsive). Column G is the Bidder description of the requirement (if allowable).

Complete this worksheet in its entirety. TECHNICAL REQUIREMENTS

Item Number

DESCRIPTION

A Bidder’s response of “No” to a Mandatory (M) will be considered a Material Deviation and disqualify the Bidder from possible Contract award. M MO Mandatory Optional services are services that the service provider shall offer as an optional service to the CDCR. The CDCR may or may not choose to use these optional services.

TR 660 TR 661

M M

TR 662

M

TR 663

M

TR 664 TR 665 TR 666

M M M

TR 667

M

TR 668

M

TR 669

M

TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR

670 671 672 673 674 675 676 677 678 679 680 681 682 683 684

M M M M M M M M M M M M M M M

TR 685

M

TR 686

M

TR 687

M

TR 688

M

TR 689

M

TR 690

M

TR 691 TR 692 TR 693

M M M

TR 694

M

TR 695

M

TR 696

M

TR 697

M

TR 698

M

Indicate if the Bidder solution DO NOT FILL IN GREY AREA ONLY FILLABLE IN NON-SHADED AREAS - Describe how the Bidder intends to meet the can support this requirement and if available indicate reference to supporting documentation. NOTE: If Requirement ask for requirement with attachments provide serparte attachment and refer to location. a Yes or a No.

Routing calls through the lowest cost facility; Calls within a correctional facility should remain on the local PBX existing dial plan; In the event of a network failure, existing trunks will be used for emergency access to the PSTN. Twenty four (24) trunks will be designated per site; and The Contractor shall provide any and all incidental components, parts and associated labor not specifically called out in this document, but required for the function of the proposed solution.

Phase III Institutional PBX Solution Implementation The Contractor shall perform an assessment of the readiness of the network for VoIP for the CTEN system solution; Contractor shall use industry standard tools in the analysis to ensure acceptable VoIP quality under expected loads; The Contractor shall conduct traffic studies at each institution to determine actual required trunk quantities by type and bandwidth requirements. Results of the traffic studies shall be presented, and upon CDCR approval, the Contractor shall order and coordinate the installation of the appropriate services. The traffic study with bandwidth analysis shall begin 30 days after contract award and shall run for 7 days at each site; and Contractor shall document their work related to the assessment, or the resolution of any problems, with CDCR and submit within 30 days.

Phase III Institutional CTEN Installation Process and Coordination will include the following items: Call Routing Configuration: On net calls shall be carried by the CDCR WAN; Off net calls shall be carried by the CDCR MPLS network or COTs based on the lowest cost route; DID delivery shall be supported by the CDCR WAN; and Alternate call routing will be configured to route calls to a location to be determined, in case of PBX failure; Implement Automated Attendant capabilities as described in TR 068 - TR 100; Implement Voice Mail as described in TR 101 - TR 172; Implement OHAS with CTEN solution as described in TR 515 - TR 550; and Fax operation: On net over WAN shall be supported and tested; Off net; and Implement Call Accounting as described in TR 173 - 184 and TR 201 - 208; Call detail collection; Reporting as described in TR - 185 and TR - 200; and Remote access, system monitoring and alarm reporting. The Contractor shall provide any and all incidental components, parts and associated labor not specifically called out in this document, but required for the function of the proposed solution. The Contractor shall provide Carrier Coordination for this project. The Contractor shall contact the LEC and/or PSTN services providers and place trouble tickets, resolve carrier service termination, relocation, and/or re-termination of existing voice services at the Data Centers and the prison facilities. The Contractor shall ensure all sub-systems are compatible with proposed solution software and programming. The sub-systems shall be tested and verified to be fully operational. The Contractor shall provide a Problem Resolution Plan for project related issues affecting scope or schedule. The Problem Resolution Plan should be managed by the Project Manager and discussed and delivered at the bi-weekly meetings. The Contractor shall provide necessary resource(s) on the day of the cutover to assist with any issues and answer any questions from Department staff on the day of each production cutover. The Contractor shall provide the resource(s) for each site/facility cutover during the course of the deployment at no additional cost to the Department.

POST IMPLEMENTATION, INSTALLATION, AND MOVES/ADDS/CHANGE (M/A/Cs) The Contractor shall be responsible for any engineering required for installation and / or M/A/C/s. The Contractor shall comply with all TIA/EIA standards as they pertain to voice communication system installations. The Contractor shall perform station reviews, cut sheet database discovery, network assessment, database conversion and programming for all installation, upgrade and M/A/C projects. In addition, the Contractor shall provide quarterly activity reports that display the year-to-date CDCR M/A/C hours used, and year-to-date pooled license activity that displays total enterprise license and total active license in production. The Contractor shall assist the CDCR with the ordering, provisioning and/or disconnection of all local and long-distance communications facilities as determined by the proposed solution. The Contractor shall be responsible for placement and installation of all servers, gateways, telephones, and all other hardware and software associated with installation, upgrade and M/A/C. The Contractor shall be responsible for interconnection of all newly supplied equipment, including patch cords, patching, crossconnecting, Telco terminations, specialty wire harnesses, Amphenol tails, toning/identification of cable, any required station patch panels or termination blocks, and any additional cables or wires required to connect the new or upgraded system. The Contractor shall implement the most current hardware and software version. If the manufacturer releases a software update to fix flaws, bugs, or security during the installation timeframe, the Contractor will update CDCR’s system at the earliest reasonable opportunity during a scheduled maintenance window. This maintenance window will be scheduled after hours for service impacting upgrades to an operational and partially deployed system.

17 of 50

11/26/2013 11:11 AM

p. 510

State of California

Bid IFB 13-001

CTEN Appendix A Technical Requirements

Instructions: Column A represents the type of requirement; Business (BR) or Technical (TR). Column B is the item number. Column C is Mandatory (M). Column D is Mandatory Optional (MO). Column E is the description of the requirement. Column F is the Bidder response to the requirement (the State will only accept a Yes or No, any other variation of response shall be deemed non-responsive). Column G is the Bidder description of the requirement (if allowable).

Complete this worksheet in its entirety. TECHNICAL REQUIREMENTS

Item Number

DESCRIPTION

A Bidder’s response of “No” to a Mandatory (M) will be considered a Material Deviation and disqualify the Bidder from possible Contract award. M MO Mandatory Optional services are services that the service provider shall offer as an optional service to the CDCR. The CDCR may or may not choose to use these optional services.

TR 699

M

TR 700

M

TR 701

M

TR 702

M

TR 703

M

TR 704

M

TR 705 TR 706

M M

TR 707

M

TR 708

M

TR 709

M

TR 710

M

TR 711

M

TR 712

M

TR 713

M

TR 714

M

TR 715

M

TR 716

M

TR 717

M

TR 718

M

TR 719

M

Indicate if the Bidder solution DO NOT FILL IN GREY AREA ONLY FILLABLE IN NON-SHADED AREAS - Describe how the Bidder intends to meet the can support this requirement and if available indicate reference to supporting documentation. NOTE: If Requirement ask for requirement with attachments provide serparte attachment and refer to location. a Yes or a No.

The Contractor shall provide a master Project Schedule, along with a work responsibility matrix, identifying the tasks the Contractor will perform to successfully implement post-installation upgrade projects and large M/A/C. Move, Add, and Change Billable Guidelines There shall be no fee for M/A/C requests that may be completed by making software changes, requires no field technician site visit, or does not require the purchase or assignment of a device or software license up to 2,400 hours per year. The hours shall be pooled throughout all CDCR sites. M/A/Cs shall be billable when requiring a site visit, a device purchase, assigning a device, or software license. See Appendix C, Cost Worksheet for M/A/C labor rates. These services will require CDCR request or approval before work may begin. The Contractor shall be responsible for updating CDCR cable records whenever a M/A/C is made that affects the internal building wiring, cross connect or location of a telephone number in any way. For all M/A/C work, the Contractor shall furnish all space, power, and environmental requirements for the proposed system equipment: Space - Contractor shall provide the physical dimensions of all equipment that will not be rack mounted. Power - Contractor shall provide all power requirements, including any special conditioning or grounding requirements. Heat - Contractor shall provide heat dissipation for proposed switch room and the recommended safe temperature operating range for the proposed system. Rack elevation - Contractor shall provide the number of U, and recommended stacking of the equipment that is being proposed.

MAINTENANCE GENERAL The Contractor shall work with the CDCR in the implementation of a Statewide Maintenance Plan and an On-site Support Maintenance Plan that shall include remedial and preventive maintenance. Upon Contract award, the Contractor shall provide statewide coverage guaranteeing adherence to required maintenance response times, and, when necessary, handle multiple maintenance problems concurrently. In addition, the contractor shall be the first point of contact for any Core, PBX and subsystem maintenance issues. The Contractor shall maintain each system in accordance with the manufacturer specifications. All maintenance plans shall adhere to the maintenance response and restoration of service times. The maintenance provisions of this contract will take effect at start of replaced/installed telecommunications system(s), sub-systems and all other components used in the connectivity (PSTN, network and system), system management and system monitoring. All equipment provided by the Contractor shall be new and the latest model in current production. The Contractor shall maintain an adequate inventory of critical components (as defined by the manufacturer). This inventory shall be available in order to meet the requirements for restoration of services. New and/or replacement parts/equipment shall be available from the Contractor throughout the term of the Contract. If parts/equipment becomes manufacturer-discontinued during the term of the Contract, the Contractor shall make every effort to locate and provide new replacement parts/equipment. If the Contractor is unable to provide new replacement parts/equipment, refurbished items may be allowed for manufacturer-discontinued parts/equipment, at the sole discretion of the CDCR. Any such refurbished parts/equipment shall be secured and installed by the Contractor. All contract pricing, warranty and maintenance provisions shall apply to all refurbished parts/equipment secured and installed by the Contractor. Should it be determined that new, replacement, and/or refurbished parts/equipment are no longer available, the Contractor, upon mutual agreement with the CDCR, shall not be obligated to provide the discontinued parts/equipment. However, the Contractor shall work with the CDCR to determine suitable alternatives. For all maintenance plans, the Contractor shall provide technical personnel who have been fully certified by the manufacturer(s) on all system and subsystem hardware and software to be serviced. Technical Contractor support shall be provided Statewide. The Contractor maintenance personnel shall coordinate and communicate with the site contact person upon arrival and departure from the site. The Contractor shall provide remote electronic service diagnostics to isolate problems for all equipment that provides this feature. Remote access shall be password secured. For all maintenance plans, the Contractor shall be responsible for determining whether a system failure is the fault of the local telephone utility company or the CDCR’s equipment. If the Contractor determines that the telephone company is at fault, the Contractor shall contact the telephone company and assist in the resolution of the problem. The Contractor shall immediately notify the CDCR ICU of any telephone company faults as well as when the problem is resolved. The Contractor shall reimburse the CDCR for any charges levied by the telephone company when the fault is attributable to the Contractor or to the Contractor's equipment (excluding toll fraud). The Contractor shall reimburse the CDCR for these charges upon receipt of an invoice from the CDCR. The Contractor shall provide a list of service locations near CDCR institution on the form provided in Bidders Library - CDCR Locations - Service Locations for CDCR Institutions. The Contractor shall provide a statewide maintenance plan on a per-port basis for each CDCR institution PBX’s and a unit cost for each of the data center core equipment dedicated to the operation, maintenance, connectivity, and management of the CDCR’s networked PBX’s. Under this maintenance plan, a manufacturer-certified technician(s) shall be assigned to a geographical area within close proximity to the CDCR institutions and Core locations utilizing this maintenance plan. The Contractor shall provide technicians for both preventive (scheduled) and remedial (non-scheduled) services for the PBX system components; subsystems, station equipment (includes conference units, bells and horns), switches, routers, gateways, servers, session border controllers, modems, PC’s (including keyboard, monitor, mouse, printers, and speakers) and terminals. The statewide maintenance plan shall include all necessary tools and transportation to perform the required work. The cost of replacement parts, equipment, and labor shall be the responsibility of the Contractor.

ON-SITE CRITICAL SPARES

18 of 50

11/26/2013 11:11 AM

p. 511

State of California

Bid IFB 13-001

CTEN Appendix A Technical Requirements

Instructions: Column A represents the type of requirement; Business (BR) or Technical (TR). Column B is the item number. Column C is Mandatory (M). Column D is Mandatory Optional (MO). Column E is the description of the requirement. Column F is the Bidder response to the requirement (the State will only accept a Yes or No, any other variation of response shall be deemed non-responsive). Column G is the Bidder description of the requirement (if allowable).

Complete this worksheet in its entirety. TECHNICAL REQUIREMENTS

Item Number

DESCRIPTION

A Bidder’s response of “No” to a Mandatory (M) will be considered a Material Deviation and disqualify the Bidder from possible Contract award. M MO Mandatory Optional services are services that the service provider shall offer as an optional service to the CDCR. The CDCR may or may not choose to use these optional services.

TR 720

M

TR 721

M

The Contractor shall provide on-site critical spare parts for emergencies at no charge. The Contractor shall retain ownership of the critical spare parts unless a part is installed in the communications system(s) as a replacement for a defective component. If a critical spare part is used in the repair of a defective component, a replacement component of equal or newer model / generation is to be received within five (5) business days. At no time will the availability of spare parts exceed 4 hours for current manufacturer supported system parts. This excludes customer supplied servers and network equipment. Out of compliance equipment will be identified and an acquisition and action plan will be developed by the Contractor to provide support for this equipment.

SYSTEM MONITORING The Contractor shall provide 7 X 24 X 365 system monitoring by certified staff for, but not limited to, the installed systems base, it’s remote locations and equipment, it’s connectivity to remote locations, network IP services, network, and all applicable application hardware and software including signaling servers, application servers, management server, gateways and all other related communication systems components. It is required that the Contractor has a Network Operations Center/Customer Support Center (NOC/CSC) with the ability to monitor and remotely clear alarms. Alarm monitoring by a third party will not be accepted as a Network Operations/Customer Support Center unless approved by CDCR. Email notification of all designated alarms is to be sent to customer designated staff as well as emergency call out of critical system problems. Reports: Daily reports of the past 24 hour period detailing all issued system errors. Weekly role up reports are to be generated detailing all errors, monthly roll and dash board report detailing all errors, top errors, frequency, numbers and percentage of total. Monthly role up report is to employ both text and graphical representation of results.

TR 722

M

TR 723

M

SYSTEM DIAGNOSTICS, TESTING, AND ALARM

TR 724

M

The system(s) shall be equipped and installed to allow the system to out-dial or through SNMP trap and send alarm notification to a remote response center or any other designated location or person in the event of a system alarm or failure. Any equipment or devices used in providing this service is the responsibility of the Contractor to provide and configure.

TR 725

M

TR 726

M

TR 727

M

TR 728

M

TR 729

M

TR 730

M

TR 731

M

TR 732

M

TR 733

M

Indicate if the Bidder solution DO NOT FILL IN GREY AREA ONLY FILLABLE IN NON-SHADED AREAS - Describe how the Bidder intends to meet the can support this requirement and if available indicate reference to supporting documentation. NOTE: If Requirement ask for requirement with attachments provide serparte attachment and refer to location. a Yes or a No.

ON-SITE SUPPORT MAINTENANCE PLAN The Contractor shall provide an On-Site Support maintenance plan and shall be available for each CDCR prison with a PBX. Under this maintenance plan, a manufacturer-certified on-site technician shall be assigned to an individual site. The CDCR may interview and approve the on-site technician prior to assignment to the prison. Although this option may be necessary for remotely located prisons, each prison with a PBX shall have the option of utilizing the On-Site Support maintenance plan on a full time, 40 hours per week or share the cost of an on-site technician with another prison within close proximity on a half-time, 20 hours per week with CDCR approval. Under the On-Site Support maintenance plan, the technician shall provide both preventive (scheduled) and remedial (nonscheduled) services consistent with the statewide maintenance plan. Support and personal services shall include all necessary tools and transportation to perform the required work. The cost of replacement parts, equipment, and labor shall be the responsibility of the Contractor. The technician shall also spend time providing dedicated service to the assigned prison by performing M/A/Cs as mutually agreed upon by the Contractor and the CDCR. In regard to M/A/Cs, the labor shall be included in the annual cost of the on-site technician and the cost of components shall be the responsibility of the CDCR.

REMEDIAL MAINTENANCE Remedial maintenance shall be performed by the Contractor as a result of hardware or software malfunction that impairs the operation of any element of the telecommunication system. Emergency repairs shall include all unscheduled service calls to any aspect of the telecommunication system, including, but not limited to, PBX system and subsystem equipment, station equipment, and software. The cost of remedial maintenance shall be included in the price of the maintenance plans and shall be provided during the warranty period at no cost to the CDCR. Emergency repairs shall be available 24 hours per day, seven days per week. When the Contractor could potentially interrupt service for the purpose of performing an emergency repair on any element of the telecommunication system, the time and duration of the interruption of service should be communicated to the appropriate CDCR personnel who shall approve the time of interruption prior to the Contractor proceeding with the repair. The Contractor shall follow CDCR change management policy guidelines for scheduled and unscheduled maintenance.

19 of 50

11/26/2013 11:11 AM

p. 512

State of California

Bid IFB 13-001

CTEN Appendix A Technical Requirements

Instructions: Column A represents the type of requirement; Business (BR) or Technical (TR). Column B is the item number. Column C is Mandatory (M). Column D is Mandatory Optional (MO). Column E is the description of the requirement. Column F is the Bidder response to the requirement (the State will only accept a Yes or No, any other variation of response shall be deemed non-responsive). Column G is the Bidder description of the requirement (if allowable).

Complete this worksheet in its entirety. TECHNICAL REQUIREMENTS

Item Number

M MO Mandatory Optional services are services that the service provider shall offer as an optional service to the CDCR. The CDCR may or may not choose to use these optional services.

TR 734

M

TR 735

M

TR TR TR TR TR TR TR TR TR TR

M M M M M M M M M M

736 737 738 739 740 741 742 743 744 745

DESCRIPTION

A Bidder’s response of “No” to a Mandatory (M) will be considered a Material Deviation and disqualify the Bidder from possible Contract award.

TR 746

M

TR 747

M

TR TR TR TR TR TR

748 749 750 751 752 753

M M M M M M

TR 754

M

TR 755 TR 756 TR 757

M M M

TR 758

M

TR 759

M

TR 760

M

Indicate if the Bidder solution DO NOT FILL IN GREY AREA ONLY FILLABLE IN NON-SHADED AREAS - Describe how the Bidder intends to meet the can support this requirement and if available indicate reference to supporting documentation. NOTE: If Requirement ask for requirement with attachments provide serparte attachment and refer to location. a Yes or a No.

In cooperation with the Contractor, written maintenance procedures shall be implemented by the CDCR to ensure trouble tickets are resolved in a timely manner. A trouble ticket is a service document that indicates a call has been placed to the Help Desk should any issue arise with the telecommunications system; PBX system, and subsystem equipment, station equipment, and software that needs resolution. Both the Contractor and the CDCR shall follow the procedures.

Contractor shall open a trouble ticket, which shall include, at a minimum, the following information: Trouble ticket number; Date and time trouble reported; Date and time trouble resolved; Total time to resolve; Name of person reporting trouble and call back number; Component affected; Reported description of trouble; Actual description of trouble; and Description of solution of trouble.

PREVENTATIVE MAINTENANCE The Contractor shall provide preventive maintenance as specified by the equipment manufacturer(s) and as necessary to maintain the PBX system and subsystems (e.g., OHAS/Dial/Cut Cord Alarm, Count Bridge and other system components, etc.). The cost of Preventive maintenance shall be included in the price of the maintenance plans and shall be provided during the warranty period at no cost to the CDCR. The Contractor shall perform Preventive maintenance on-site once per quarter. All system maintenance shall be recorded in a Contractor-supplied logbook to be maintained and documented in a quarterly maintenance report submitted to the site contact person and the CDCR ICU Project Manager. A checklist for Preventive maintenance duties shall be provided and completed with each visit. The checklist includes at a minimum, but will not be limited to: Filters checked (document action that was taken); Voltages checked (document voltage level); Battery load tests carried out (document results); Trunks tested (document results); Battery plant checked (document voltage level); PBX room temperature checked (document room temperature); Back up tape(s) and/or disk(s) verified and updated at each on-site visit (document when copy given to the site contact person); Include updating NPA/NXX; UPS visual check (document results); and Ventilation/cooling fans (check for normal operation). All other maintenance functions carried out to ensure system functioning as specified by the CDCR and/or the manufacturer(s) shall be provided and documented on a quarterly basis. A preventive maintenance schedule and defined plan shall be coordinated between the Contractor and the CDCR. The timeframe or period of the day when preventive maintenance on the system(s) can be performed shall be within the principal period of maintenance. Preventive maintenance shall not affect system traffic and shall not require interruption or degradation of service. The exception will be battery load testing which will be conducted at a mutually agreeable time so as not to jeopardize system and business operation. The principal period of preventive maintenance shall be 6:00 a.m. to 5:00 p.m., Monday through Friday, excluding all holidays observed by the CDCR. Preventive maintenance shall be performed during this period unless mutually agreed upon between CDCR and the Contractor.

20 of 50

11/26/2013 11:11 AM

p. 513

State of California

Bid IFB 13-001

CTEN Appendix A Technical Requirements

Instructions: Column A represents the type of requirement; Business (BR) or Technical (TR). Column B is the item number. Column C is Mandatory (M). Column D is Mandatory Optional (MO). Column E is the description of the requirement. Column F is the Bidder response to the requirement (the State will only accept a Yes or No, any other variation of response shall be deemed non-responsive). Column G is the Bidder description of the requirement (if allowable).

Complete this worksheet in its entirety. TECHNICAL REQUIREMENTS

Item Number

DESCRIPTION

A Bidder’s response of “No” to a Mandatory (M) will be considered a Material Deviation and disqualify the Bidder from possible Contract award. M MO Mandatory Optional services are services that the service provider shall offer as an optional service to the CDCR. The CDCR may or may not choose to use these optional services.

TR 761

M

TR 762

M

Indicate if the Bidder solution DO NOT FILL IN GREY AREA ONLY FILLABLE IN NON-SHADED AREAS - Describe how the Bidder intends to meet the can support this requirement and if available indicate reference to supporting documentation. NOTE: If Requirement ask for requirement with attachments provide serparte attachment and refer to location. a Yes or a No.

The Contractor shall coordinate with the site contact person when arriving and departing from the prison or may not be credited for a site visit and may be held liable for liquidated damages. At no time shall Contractor staff accept keys to the PBX room.

Maintenance Response Time The Contractor shall ensure maintenance response times apply to all maintenance plans. A manufacturer-certified maintenance service technician shall be assigned to a specific site (under the On-Site Support maintenance plan) or a specific geographical area (under the statewide maintenance plan) to guarantee required maintenance response times are adhered to. Response time is defined as the time interval between the time a telecommunications service request is made to the Contractor by a CDCR representative and the time maintenance service personnel arrives at the site or the Contractor resolves the problem using remote diagnostics. The Contractor shall provide an online portal and a Help Desk that can be accessed through a toll free number. A live person shall answer and assist CDCR personnel at the time the call is placed to the Help Desk, and be able to dispatch the proper technician for the trouble ticket, regardless of time of day, or day of week; twenty-four (24) hours per day, seven (7) days per week for all trouble calls regarding telecommunications problems. A trouble ticket will be opened when a call is placed to the Help Desk. The trouble ticket will not be closed until the nature of the trouble ticket has been identified, resolved, and the help desk representative makes contact with the person who opened the trouble ticket or with a CDCR designee. Trouble tickets shall be maintained in a chronological detailed log to record all of the trouble calls dates, times, and results. Within thirty (30) minutes of a trouble call, the Contractor shall have manufacturer-certified maintenance service personnel directly contact the site by telephone and use remote diagnostics to isolate the problem if possible. If the maintenance service personnel cannot remotely isolate the problem, the Contractor shall dispatch a manufacturer-certified maintenance service technician to the site to resolve the problem. The response times shown are for consecutive hours regardless of the time of day. For example, if a maintenance call for a catastrophic loss of service is made at 2:30 a.m., that call shall be resolved using remote diagnostics or responded to in person by 4:30 a.m. the same day or the Contractor may be held liable for liquidated damages. The CDCR shall determine which level of response time each individual problem warrants. REQUIRED RESPONSE TIMES Catastrophic Loss of Service

TR 763

M

TR 764

M

TR 765

M

TR 766

M

TR 767

M

TR 768

M

TR 769

M

TR 770

M

TR 771

M

TR TR TR TR TR

772 773 774 775 776

M M M M M

TR 777

M

TR 778

M

TR TR TR TR TR TR TR TR

779 780 781 782 783 784 785 786

M M M M M M M M

TR 787

M

TR 788

M

TR 789

M

Restoration of Service

TR 790

M

The Contractor shall provide full restoration of services within 24 hours of the reported failure of the problem for any service loss or the Contractor may be held liable for liquidated damages. The Contractor shall not close a trouble ticket until full restoration of services has occurred. The designated CDCR prison contact person shall sign off on all trouble tickets for the ticket to be closed.

A catastrophic loss of service is when the total system is inoperative for any reason or there is a malfunction, which seriously affects the security or function of any CDCR prison including the loss of Data Center 1 and/or 2. A catastrophic loss of service requires the Contractor to provide an on-site technician/engineer within two (2) consecutive hours regardless of time of day when the loss of service is reported. Exception: For CDCR locations that are located in remote areas, response time of four (4) hours for catastrophic events unless on-site support is in effect. The following sites are considered remote: High Desert State Prison; Pelican Bay CDCR Prison; Chuchawalla Valley State Prison; and Ironwood State Prison. Major Loss of Service Requires a Contractor response time in person within four (4) consecutive hours regardless of time of day when the loss of service is reported. A major loss of service is when any of the following occur: Attendant Position is incapable of answering or transferring calls; A majority of system extensions are inoperative; A majority of lines or stations within the system or within any department are inoperative; Any other problem identified as an emergency by the CDCR; A substantial portion of the Voice Mail system is inoperative. Example; cannot answer or send messages; The Automated Attendant feature is substantially inoperative; and Twenty percent (20%) of the trunks and/or lines are noisy, fading, or inoperative. Minor Loss of Service Contractor shall respond in person within eight (8) hours of the Principal Period of Maintenance. A minor loss of service is any loss of service that does not meet the criteria for a catastrophic or major loss of service. The Contractor shall adhere to the CDCR's response time requirements for emergency and routine on-call remedial service calls anywhere in the State. Repairs shall be authorized on a priority basis.

21 of 50

11/26/2013 11:11 AM

p. 514

State of California

Bid IFB 13-001

CTEN Appendix A Technical Requirements

Instructions: Column A represents the type of requirement; Business (BR) or Technical (TR). Column B is the item number. Column C is Mandatory (M). Column D is Mandatory Optional (MO). Column E is the description of the requirement. Column F is the Bidder response to the requirement (the State will only accept a Yes or No, any other variation of response shall be deemed non-responsive). Column G is the Bidder description of the requirement (if allowable).

Complete this worksheet in its entirety. TECHNICAL REQUIREMENTS

Item Number

DESCRIPTION

A Bidder’s response of “No” to a Mandatory (M) will be considered a Material Deviation and disqualify the Bidder from possible Contract award. M MO Mandatory Optional services are services that the service provider shall offer as an optional service to the CDCR. The CDCR may or may not choose to use these optional services. The Contractor shall provide a plan describing all available levels of remedial maintenance in the event the first level of maintenance personnel is unable to correct the problem. This plan shall also describe the problem escalation procedures to invoke higher levels of trained personnel. The Contractor shall utilize this plan in an attempt to meet the restoration of service requirements. In the event the Contractor fails to restore services in the prescribed time frames, the parties agree that the delay would interfere with the normal operations of the CDCR’s programs and result in damage to the CDCR. The CDCR and the Contractor agree that it would be impractical and extremely difficult to fix the actual damages sustained in the event of any such failure to restore service. The Contractor shall inform CDCR as soon as possible of any occurrence of an unusual nature that may result in prolonged or serious service interruption. Once the manufacturer-certified maintenance service technician realizes full restoration of services will not be possible within 24 hours of the initial reported failure of the problem, the technician shall notify the designated CDCR personnel for the prison and advise why the hardware and software has not been repaired and when the repair completion can be expected. This shall be followed with a letter from the Contractor confirming the conversation within 24 consecutive hours of the notification. If the hardware or software cannot be repaired accordingly, the Contractor shall be required to supply loaner equipment or software at no cost to the CDCR to restore the system to working order. Such hardware or software shall be installed within 24 hours of initial notification by the CDCR to exercise this option.

TR 791

M

TR 792

M

TR 793

M

TR 794 TR 795

M M

TR 796

M

TR 797

M

TR 798 TR 799 TR 800

M M M

See RFP Part 2 Section 11.8 Service Level Requirements

TR 801

M

End User Training

TR 802

M

The Contractor shall supply complete station user training for all station equipment types and other end user equipment, for all station users, and any other deployed applications utilizing live equipment at the CDCR site, no less than two (2) weeks prior to system cutover. Training shall be conducted onsite and Contractor shall provide training materials and user manuals. These classes should be 3 consecutive days, eight hour each day. The CDCR will provide appropriate space and assist in scheduling of classes for station user training. Each user will be provided with written training materials for his/her telephone station equipment. Contractor shall provide a detailed training schedule, denoting class sizes, length of typical training session, and how the one-onone executive training will be organized. In addition, describe any online help systems for each element of the proposed systems or alternative modes of training delivery.

TR 803

M

Attendant Training

TR 804

M

The Contractor shall supply complete training to a minimum of four (4) attendants on the operation of the system attendant console, within two weeks prior to system cutover. Training shall be conducted onsite and include all training materials and user manuals.

TR 805

M

System Administration Training

TR 806

M

The Contractor shall supply complete training for a minimum of five (5) persons on the operation of the system management and administration functions of all deployed systems and applications within two weeks prior to the system cutover. Training will be conducted onsite and Contractor shall provide training materials and user manuals. Training will be provided on all primary and peripheral systems and services installed under this contract.

TR 807

M

Call Accounting Training

TR 808

M

The Contractor shall provide eight (8) hours for up to six (6) people of onsite training to CDCR staff at a mutually agreed upon time and location.

TR 809

M

TR 810

M

TR 811

M

Indicate if the Bidder solution DO NOT FILL IN GREY AREA ONLY FILLABLE IN NON-SHADED AREAS - Describe how the Bidder intends to meet the can support this requirement and if available indicate reference to supporting documentation. NOTE: If Requirement ask for requirement with attachments provide serparte attachment and refer to location. a Yes or a No.

Term of the Maintenance Coverage Maintenance coverage is for the full term of the contract During the warranty period, the Contractor shall maintain the telecommunications systems at the same level as installed. Both Preventive and remedial maintenance plan provisions are applicable to maintain the equipment and Contractor response times and restoration of service requirements apply. The Contractor shall provide the necessary labor, parts, materials, and transportation to maintain all hardware and software in good working order and in compliance with the manufacturer's specifications during the warranty period. The Contractor shall not charge the CDCR any additional costs for performing any preventive and remedial maintenance during the warranty period. The Contractor shall be responsible for any maintenance required during the warranty period. If the warranty period extends beyond the term of the contract, the Contractor shall continue to provide warranty services for the life of the warranty without cost to the CDCR.

DEFICIENCY CHARGES TRAINING

Certified Technical Training The Contractor shall identify all available and applicable training courses related to the solution, including all equipment and applications that reside in the equipment. The Contractor will provide training courses for a minimum of five CDCR personnel. For every course identified each of the five personnel shall attend training. Courses shall be a requirement of this RFP and not optional. Training shall be conducted by an OEM Authorized Training Partner. The courses selected shall enable CDCR personnel to be capable of system maintenance, administration, and operation. The training shall include, but not be limited to: station administration, system administration maintenance of PBX, voicemail and auto attendant administration, and core and subsystem administration and maintenance.

Post-Cutover Training

22 of 50

11/26/2013 11:11 AM

p. 515

State of California

Bid IFB 13-001

CTEN Appendix A Technical Requirements

Instructions: Column A represents the type of requirement; Business (BR) or Technical (TR). Column B is the item number. Column C is Mandatory (M). Column D is Mandatory Optional (MO). Column E is the description of the requirement. Column F is the Bidder response to the requirement (the State will only accept a Yes or No, any other variation of response shall be deemed non-responsive). Column G is the Bidder description of the requirement (if allowable).

Complete this worksheet in its entirety. TECHNICAL REQUIREMENTS

Item Number

DESCRIPTION

A Bidder’s response of “No” to a Mandatory (M) will be considered a Material Deviation and disqualify the Bidder from possible Contract award. M MO Mandatory Optional services are services that the service provider shall offer as an optional service to the CDCR. The CDCR may or may not choose to use these optional services.

Indicate if the Bidder solution DO NOT FILL IN GREY AREA ONLY FILLABLE IN NON-SHADED AREAS - Describe how the Bidder intends to meet the can support this requirement and if available indicate reference to supporting documentation. NOTE: If Requirement ask for requirement with attachments provide serparte attachment and refer to location. a Yes or a No.

“Train the Trainer” or equivalent training shall be provided at no cost to up to ten (10) staff. Provide descriptions of all training programs available, length of classes, and quantities of individuals per class. Provide copies of training materials. Training materials and manuals should be available for download to the CDCR via the Internet.

TR 812

M

TR 813

M

Training Credits

TR 814

M

Any and all training credits provided by the manufacturer as a result of the purchase of components for the telephone system shall be awarded to the CDCR for its sole use. Contractor shall ensure these training credits are properly conferred to the CDCR prior to the completion of the deployment and prior to the expiration of the credits.

TR TR TR TR TR TR

815 816 817 818 819 820

M M M M M M

TR 821

M

TR 822

M

TR 823

M

TR 824

M

TR 825

M

TR 826

M

TR 827

M

TR 828

M

TR 829

M

TR 830

M

TR 831 TR 832 TR 833

M M M

TR 834

M

TR 835

M

TR 836

M

TR 837

M

TR 838 TR 839

M M

TR 840

M

TR TR TR TR

841 842 843 844

M M M M

TR 845

M

TR TR TR TR TR

846 847 848 849 850

M M M M M

TR 851

M

ACCESS LAYER SWITCH The Contractor shall provide access switch hardware in all locations where a "pure" VoIP is to be installed. The Contractor shall supply all power cables and connecting stack cables necessary for VoIP to be installed. The Contractor shall meet with the CDCR to confirm and document initial configuration and capacity of access switches. The Contractor shall develop and provide, in electronic and hard format, a Switch Installation Plan by location. The Contractor shall remove and legally dispose of all packaging after installation per location. The Contractor shall conduct, by location, an inventory of the shipment of access switches against the packing list(s) and provide the results to CDCR within 48 hours of delivery. The Contractor shall connect line power to the switches shipped with power cables and connectors during each location installation. The Contractor shall execute, for each CDCR location, CDCR-defined diagnostic/verification tests upon installation. The Contractor shall, in the event of failure(s) during the CDCR-defined diagnostic/verification test, provide CDCR with a remediation plan for the failure(s) and implement remediation upon CDCR approval. The Contractor shall activate software licenses, register system, and activate support services for each access switch upon installation for each location. The Contractor shall load software, validate operation, and test support link/communications for each switch upon installation at each location. The Contractor shall configure and connect the proposed management tools and validate operations of the configuration toolset provided for each location. The Contractor shall provide for direct OEM technical assistance support 24 hours a day, 7 days a week, for access switch hardware, software, and configuration issues for the fixed term of 60 months. The Contractor shall provide for direct OEM access switch hardware parts within 4 hours of CDCR service notification to Contractor to all statewide locations having a failed component for the fixed term of 60 months. Please see the column labeled "Maintenance Location" in the worksheet "CDCR Existing Locations by City" in this workbook for a listing of locations by California cities. Contractor shall provide a hardware deployment matrix to the CDCR, in electronic and hard copy format, by installation location prior to deployment The hardware deployment matrix shall show the Product Name for each piece of hardware to be deployed. The hardware deployment matrix shall show the Product Model for each piece of hardware to be deployed. The hardware deployment matrix shall show the Product Serial Number for each piece of hardware to be deployed. The hardware deployment matrix shall show the specific address location to include room number for each piece of hardware to be deployed. The hardware deployment matrix shall show the support maintenance information (e.g. contact number, contract start and end date) for each Product to be deployed. The hardware deployment matrix shall be updated any time a change is made by the Contractor (e.g. a piece of equipment is defective). The Contractor proposed solution shall provide the following required power specifications for all access layer switches equipment: Voltage and phase parameters of the main components, such as servers and gateways; Circuit breaker panel requirements relative to the number of circuits and amperage ratings; Recommendations for reserve power requirements in stand-by hours and battery capacity (ampere-hours), if an uninterruptible power supply (UPS) is proposed; POE requirements for handsets; POE requirement with side cart / expansion module; and Power and cooling requirements.

NETWORK REQUIREMENTS The Contractor shall provide a VoIP network with a Mean Opinion Score (MOS), based on ITU P.800, of 4.0 or above (or equivalent industry standard measurement). The Contractor shall provide a voice telephony solution with a Dial Tone Delay not to exceed 300 ms for any call. The Contractor shall provide a voice telephony solution with a Call Setup Time not to exceed three (3) seconds for any call. The Contractor shall provide a voice telephony solution with a Latency not to exceed 80ms one way. The Contractor shall provide a voice telephony solution with a Jitter Threshold not to exceed 10ms (Dynamic). The Contractor shall provide a voice telephony solution with a Packet Loss Rate not to exceed 1.0%. The voice telephony solution and associated services shall conform, as applicable, to the Standard of IETF RFC 3261 SIP (Session Initiation Protocol) and all subsequent RFC’s.

23 of 50

11/26/2013 11:11 AM

p. 516

State of California

Bid IFB 13-001

CTEN Appendix A Technical Requirements

Instructions: Column A represents the type of requirement; Business (BR) or Technical (TR). Column B is the item number. Column C is Mandatory (M). Column D is Mandatory Optional (MO). Column E is the description of the requirement. Column F is the Bidder response to the requirement (the State will only accept a Yes or No, any other variation of response shall be deemed non-responsive). Column G is the Bidder description of the requirement (if allowable).

Complete this worksheet in its entirety. TECHNICAL REQUIREMENTS

Item Number

DESCRIPTION

A Bidder’s response of “No” to a Mandatory (M) will be considered a Material Deviation and disqualify the Bidder from possible Contract award. M MO Mandatory Optional services are services that the service provider shall offer as an optional service to the CDCR. The CDCR may or may not choose to use these optional services.

TR 852

M

TR 853

M

TR 854

M

TR 855

M

TR 856

M

TR 857

M

TR 858

M

TR 859

M

TR 860

M

TR 861

M

TR 862

M

TR 863

M

TR 864

M

TR 865

M

TR TR TR TR

866 867 868 869

M M M M

TR 870

M

TR 871

M

TR 872

M

TR 873

M

TR 874

M

TR 875

M

TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR TR

876 877 878 879 880 881 882 883 884 885 886 887 888 889 890 891 892 893 894 895

M M M M M M M M M M M M M M M M M M M M

TR 896

M

Indicate if the Bidder solution DO NOT FILL IN GREY AREA ONLY FILLABLE IN NON-SHADED AREAS - Describe how the Bidder intends to meet the can support this requirement and if available indicate reference to supporting documentation. NOTE: If Requirement ask for requirement with attachments provide serparte attachment and refer to location. a Yes or a No.

The voice telephony solution and associated services shall conform, as applicable, to the Standard of IETF RFC’s 2916 ENUM, 2806, 6116, 6117. The voice telephony solution and associated services shall conform, as applicable, to the Standard of IPv4. The voice telephony solution and associated services shall conform, as applicable, to the Standard of IPv6 when and where offered commercially by The Contractor. The voice telephony solution and associated services shall conform, as applicable, to one or more of the Standards of IETF RFC 1349 ToS, 2474, 2475 DiffServ 3260. The voice telephony solution and associated services shall conform, as applicable, to the Standard of ITU-T E.164. The voice telephony solution and associated services shall conform, as applicable, to the Standard of ITU G.165/G.168 and subsequent standards for echo cancellation. The voice telephony solution and associated services shall conform, as applicable, to the Standard of ITU-T G.711 or G.729.x. The voice telephony solution and associated services shall conform, as applicable, to the Standard of ITU-T H.248.1 (MEGACO), H.32x, H.350, H.264, H.265 when and where offered commercially by the Contractor. The voice telephony solution and associated services shall conform, as applicable, to the Standard of ITU-T P.800 series of Standards for telephone transmission quality. ITU-T P.910. The voice telephony solution and associated services shall conform, as applicable, to the Standard of ITU-T T.30, T.37 and T.38, Group 3 fax. The voice telephony solution and associated services shall conform, as applicable, to the Standard of IETF RFC 3550 Real-Time Transport Protocol (RTP) 5506, 5761, 6015, 6222. The voice telephony solution and associated services shall conform, as applicable, to the Standard of IETF RFC 2205 Resource Reservation Protocol (RSVP) 2750, 4495, 5946, 6437. The voice telephony solution and associated services shall conform, as applicable, to the Standard of IETF RFC 768 User Datagram Protocol (UDP). The Contractor shall provide a voice telephony solution configured with the appropriate (CoS) required for the proper operation of the service. The VoIP solution shall include Voice Compression that will pass all applicable ITU test vectors. The VoIP solution shall include Voice Compression that will support configurable packetization for maximum flexibility. The VoIP solution shall include Voice Compression that will not degrade when all channels are active. The Contractor shall identify and describe the voice compression CODEC(s) that will be used with the VoIP network. Redundant Core platforms will be installed in Data Center I and Data Center II. These platforms will provide routing policies, dial plans, PSTN access and management as it relates to networking the upgraded or replaced PBX’s utilizing SIP trunking. In addition, centralized redundant Voice Mail and Automated Attendant functionality and non-redundant call accounting will be integrated into the core. The Contractor shall be responsible to allocate the correct amount of SIP trunking required for connectivity to all sites and between all SIP connected components. The Contractor shall test fax transmission over the network and PSTN and ensure each fax device can successfully transmit and receive faxes both on-net and off-net. The Contractor shall provide, install, configure and test appropriate network access solution at the site to interface to the CDCR network.

SECURITY The Contractor shall describe the measures that will be deployed to prevent security breaches. The description shall address, at a minimum, the following types of security breaches: Denial of Service (DoS); Invasion of Privacy; Man-in-the-Middle (MITM) attacks; SPAM over Internet Telephony (SPIT); and Protocol specific security vulnerabilities. The Contractor’s proposed network security solution shall incorporate the following features: All unnecessary services shall be disabled or removed; Access control policies shall be used to deny suspicious traffic; Core servers shall be accessed through an authentication server; The Contractor shall provide SIP Digest Authentication for CDCR VoIP handsets; The Contractor shall set CDCR-supplied single, unique passwords on VoIP handsets before they are deployed; The Contractor shall disable Telnet to the VoIP handsets; Segmentation of voice and data traffic using IEEE 802.1p; No split tunneling for voice over the VPN; Effective encryption over VPN - minimum 128-bit NIST-approved algorithm; Firewall protection at the application layer; Protection from unauthorized access; and User authentication. The Contractor shall provide logical separation of voice/data networks with no or limited routing. The Contractor shall provide/ensure that no data VLANs are accessible in public common areas (e.g., reception lobbies) The Contractor shall provide Handsets, Call Controllers, Gateways, and any other Contractor-provided VOIP infrastructure shall use SRTP (Secure Real Time Protocol) for VOIP calling.

24 of 50

11/26/2013 11:11 AM

p. 517

State of California

Bid IFB 13-001

CTEN Appendix A Technical Requirements

Instructions: Column A represents the type of requirement; Business (BR) or Technical (TR). Column B is the item number. Column C is Mandatory (M). Column D is Mandatory Optional (MO). Column E is the description of the requirement. Column F is the Bidder response to the requirement (the State will only accept a Yes or No, any other variation of response shall be deemed non-responsive). Column G is the Bidder description of the requirement (if allowable).

Complete this worksheet in its entirety. TECHNICAL REQUIREMENTS

Item Number

DESCRIPTION

A Bidder’s response of “No” to a Mandatory (M) will be considered a Material Deviation and disqualify the Bidder from possible Contract award. M MO Mandatory Optional services are services that the service provider shall offer as an optional service to the CDCR. The CDCR may or may not choose to use these optional services.

TR 897

M

TR 898

M

TR TR TR TR TR TR TR

899 900 901 902 903 904 905

M M M M M M M

TR 906

M

TR 907

M

TR 908

M

TR TR TR TR

909 910 911 912

M M M M

TR 913

M

TR 914 TR 915 TR 916

M

Indicate if the Bidder solution DO NOT FILL IN GREY AREA ONLY FILLABLE IN NON-SHADED AREAS - Describe how the Bidder intends to meet the can support this requirement and if available indicate reference to supporting documentation. NOTE: If Requirement ask for requirement with attachments provide serparte attachment and refer to location. a Yes or a No.

The Contractor shall provide Handsets, Call Controllers and Gateways that support the ability of having their Certificates updated via Organizational Certificate Authority. The Contractor proposed solution shall provide for secure encrypted communications between endpoints for peer-to-peer communications and between endpoints and servers for all other communications. Signaling channels and media streams shall be secured. The proposal shall describe the methods used for securing this communications function. The Contractor proposed solution shall include and describe the: Access entry security for system administrators; Access entry security for end users; Security associated with accessing databases and other files; Provided system diagnostics and alarm tools; Tools available for security monitoring; and Method of notification for security violations. The Contractor proposed solution shall conform to the National Institute of Standards and Technology (NIST) Publication 800-58 requirements for VoIP as required by the CDCR policy. Per NIST 800-58, section 5.10.1.4 Voice over Internet Protocol, the following additional controls shall be implemented when an agency deploys VoIP within a network that contains unencrypted Information. The Contractor shall: Implement and control security policies at the voice gateway; Authenticate and access controls on the voice gateway system along with any other critical components that allow key management and policy enforcement; Provide requirements to CDCR to allow VoIP traffic through the firewalls; Track state of connections; Propose a solution capable of encryption; Proposed solution encryption shall meet the FIPS 140-2 standard; Implement security to include physical and logical controls for restricted access to VoIP network components; and Describe any VoIP firewalls (Session Border Controller) proposed, or other appropriate security mechanisms. MO FUTURE DESIRED CAPABILITIES MO Will the proposed solution integrate with Microsoft Lync?

25 of 50

11/26/2013 11:11 AM

p. 518

State of California

CTEN Appendix A Technical Requirements

Bid IFB 13-001

26 of 50

11/26/2013 11:11 AM

p. 519

State of California

CTEN Appendix A Technical Requirements

Bid IFB 13-001

27 of 50

11/26/2013 11:11 AM

p. 520

State of California

CTEN Appendix A Technical Requirements

Bid IFB 13-001

28 of 50

11/26/2013 11:11 AM

p. 521

State of California

CTEN Appendix A Technical Requirements

Bid IFB 13-001

29 of 50

11/26/2013 11:11 AM

p. 522

State of California

CTEN Appendix A Technical Requirements

Bid IFB 13-001

30 of 50

11/26/2013 11:11 AM

p. 523

State of California

CTEN Appendix A Technical Requirements

Bid IFB 13-001

31 of 50

11/26/2013 11:11 AM

p. 524

State of California

CTEN Appendix A Technical Requirements

Bid IFB 13-001

32 of 50

11/26/2013 11:11 AM

p. 525

State of California

CTEN Appendix A Technical Requirements

Bid IFB 13-001

33 of 50

11/26/2013 11:11 AM

p. 526

State of California

CTEN Appendix A Technical Requirements

Bid IFB 13-001

34 of 50

11/26/2013 11:11 AM

p. 527

State of California

CTEN Appendix A Technical Requirements

Bid IFB 13-001

35 of 50

11/26/2013 11:11 AM

p. 528

State of California

CTEN Appendix A Technical Requirements

Bid IFB 13-001

36 of 50

11/26/2013 11:11 AM

p. 529

State of California

CTEN Appendix A Technical Requirements

Bid IFB 13-001

37 of 50

11/26/2013 11:11 AM

p. 530

State of California

CTEN Appendix A Technical Requirements

Bid IFB 13-001

38 of 50

11/26/2013 11:11 AM

p. 531

State of California

CTEN Appendix A Technical Requirements

Bid IFB 13-001

39 of 50

11/26/2013 11:11 AM

p. 532

State of California

CTEN Appendix A Technical Requirements

Bid IFB 13-001

40 of 50

11/26/2013 11:11 AM

p. 533

State of California

CTEN Appendix A Technical Requirements

Bid IFB 13-001

41 of 50

11/26/2013 11:11 AM

p. 534

State of California

CTEN Appendix A Technical Requirements

Bid IFB 13-001

42 of 50

11/26/2013 11:11 AM

p. 535

State of California

CTEN Appendix A Technical Requirements

Bid IFB 13-001

43 of 50

11/26/2013 11:11 AM

p. 536

State of California

CTEN Appendix A Technical Requirements

Bid IFB 13-001

44 of 50

11/26/2013 11:11 AM

p. 537

State of California

CTEN Appendix A Technical Requirements

Bid IFB 13-001

45 of 50

11/26/2013 11:11 AM

p. 538

State of California

CTEN Appendix A Technical Requirements

Bid IFB 13-001

46 of 50

11/26/2013 11:11 AM

p. 539

State of California

CTEN Appendix A Technical Requirements

Bid IFB 13-001

47 of 50

11/26/2013 11:11 AM

p. 540

State of California

CTEN Appendix A Technical Requirements

Bid IFB 13-001

48 of 50

11/26/2013 11:11 AM

p. 541

State of California

CTEN Appendix A Technical Requirements

Bid IFB 13-001

49 of 50

11/26/2013 11:11 AM

p. 542

State of California

CTEN Appendix A Technical Requirements

Bid IFB 13-001

50 of 50

11/26/2013 11:11 AM

p. 543

State of California CTEN Appendix B Business Requirements

Bid IFB 13-001

Instructions: Column A represents the type of requirement; Business (BR) or Technical (TR). Column B is the item number. Column C is Mandatory (M). Column D is Mandatory Optional (MO). Column E is the description of the requirement. Column F is the Bidder response to the requirement. Column G is the Bidder description of the requirement. Complete this worksheet in its entirety. BUSINESS REQUIREMENTS A Bidder’s response of “No” to a Mandatory (M) requirement will be considered a Material Deviation and disqualify the Bidder from possible Contract award. Item Number

BR

1

BR

2

BR

3

BR

4

BR

5

BR

61

BR

6 7

BR

8

BR

9

BR

10

BR

11

BR

12

M MO

Mandatory Optional (MO) services are services that the Contractor shall offer as an optional service to the State. Departments may or may not choose to use these optional services.

DESCRIPTION Indicate if the bidder solution DO NOT FILL IN GREY AREA ONLY FILLABLE IN NON-SHADED AREAS - Describe how the Bidder can support this intends to meet the requirement and if available indicate reference to supporting documentation. requirement with NOTE: If Requirement ask for attachments provide serparte attachment and refer to location. a Yes or a No.

Bidder shall provide a general description of its company, including a description of the locations, services, corporate philosophy, founding/incorporation date, and number of employees. Bidder shall submit a completed Attachment 18, Client Reference Form, for a M minimum of three (3) and maximum of eight (8) clients. Bidder shall provide a description of approaches they have successfully used to design a full Enterprise-wide integrated hybrid, IP PBX and Voice Messaging M solution but implement the solution in a phased rollout to a select subset of users and locations. Bidder shall be a Business Partner with the highest Certification that is authorized to sell and support the Enterprise Communications class of products and related M services included in the proposed solution. Business Partners must provide proof of certification that they are authorized to sell all the solutions specified in the RFP in Attachment 21, Partner Level Agreement. The Bidder's proposed system solution must be commercially available (i.e., general production and shipment) at time of Bidder proposal. Primary system design elements that must satisfy this requirement include but are not limited to: M common control hardware and software; modules, cabinets, carriers, circuit interface boards, gateways, servers, switches, routers, controllers, interface boards, telephones and accessories. Disposal of upgraded, replaced, and defective equipment shall be the M responsibility of the Contractor. The Bidder's proposed solution shall include 5 year software assurance plan that M includes software patches and technical support on all systems and subsystems. The Bidder shall propose a one-year optional extension on maintenance and MO software assurance on all systems and subsystems. The Bidder shall propose a mandatory optional 5 year enhanced software MO assurance plan that includes software patches, technical support, and software upgrades on all systems and subsystems. The Bidder shall propose a one year optional extension enhanced software MO assurance on all systems and subsystems. The Bidder shall maintain a percentage discount of Manufacturer Suggested Retail Price for all products listed in Appendix C, Cost Worksheet, MO Ancillary M Parts Cost MO License Cost, MO OHAS Cost, and Manufacturer Catalog Price List for the life of this contract. M PROJECT TEAM Bidder shall provide an organization chart of project team members, team M member resumes, and team member work history in Attachment 22. M

1 of 16

11/26/2013 11:11 AM

p. 544

State of California CTEN Appendix B Business Requirements

Bid IFB 13-001

Instructions: Column A represents the type of requirement; Business (BR) or Technical (TR). Column B is the item number. Column C is Mandatory (M). Column D is Mandatory Optional (MO). Column E is the description of the requirement. Column F is the Bidder response to the requirement. Column G is the Bidder description of the requirement. Complete this worksheet in its entirety. BUSINESS REQUIREMENTS A Bidder’s response of “No” to a Mandatory (M) requirement will be considered a Material Deviation and disqualify the Bidder from possible Contract award. Item Number

M MO

BR

13

M

BR

14

M

BR

15

M

BR

16

M

BR

17

M

BR

18

M

BR

19

M

BR

20

M

Mandatory Optional (MO) services are services that the Contractor shall offer as an optional service to the State. Departments may or may not choose to use these optional services.

DESCRIPTION Indicate if the bidder solution DO NOT FILL IN GREY AREA ONLY FILLABLE IN NON-SHADED AREAS - Describe how the Bidder can support this intends to meet the requirement and if available indicate reference to supporting documentation. requirement with NOTE: If Requirement ask for attachments provide serparte attachment and refer to location. a Yes or a No.

Account Manager: Will be a customer advocate, manage day-to-day account initiatives, problem resolution, and be accountable for overall customer satisfaction. VoIP/Network Engineer: Personnel with experience designing a converged QoS multi-service network of similar size and complexity; including bandwidth requirements and analysis, load balancing, capacity planning, failover, high availability, redundancy, and fault tolerance. Technical Lead: Experience in the technical development and implementation of conversion planning. This shall include testing and validation of Converged Networking/VoIP infrastructures, systems tests, network testing, and user acceptance testing. Project Manager: Personnel with experience in project management and project control including the creation and maintenance of project scope, timelines and scheduling, as well as change control documentation and processes. This shall also include quality control and a proven track record of timely completion of Technician: Experience performing remote, onsite installation (M/A/Cs) and maintenance of telecommunications and networking systems. Must be proficient in Excel and Word. Customer Service Executive: Experience in Enterprise Customer service and support. Duties include attending quarterly meetings, problem reporting, triage, escalation, and resolution. Available 24/7. Bidder shall provide a thorough description of the implementation methodology to be used for this project. This shall include an organization chart of the implementation project team, and the responsibilities of the project team members. Indicate which of the project team members are expected to work onsite at CDCR during the implementation and testing periods.

SOLUTION ACCEPTANCE Acceptance testing is intended to ensure that the equipment and/or software for each Project or Phase of a project is operational and has been installed as ordered and operates in accordance with the Contract specifications.

BR

21

M

Unless modified by the State, Acceptance Testing shall be for a minimum of 30 consecutive days for each project or phase of a project. When the Acceptance Testing has been completed and all contractually required items are received, the CDCR Project Manager shall review the testing results and submit a written notification of Phase acceptance to the Contractor. The State will not unreasonably withhold or delay acknowledgement of such Acceptance in writing. The Contractor may invoice for the Phase after receiving written Acceptance, if applicable as stated in RFP, Part 2.

2 of 16

11/26/2013 11:11 AM

p. 545

State of California CTEN Appendix B Business Requirements

Bid IFB 13-001

Instructions: Column A represents the type of requirement; Business (BR) or Technical (TR). Column B is the item number. Column C is Mandatory (M). Column D is Mandatory Optional (MO). Column E is the description of the requirement. Column F is the Bidder response to the requirement. Column G is the Bidder description of the requirement. Complete this worksheet in its entirety. BUSINESS REQUIREMENTS A Bidder’s response of “No” to a Mandatory (M) requirement will be considered a Material Deviation and disqualify the Bidder from possible Contract award. Item Number

M MO

BR

22

M

BR

23

M

BR

24

M

BR

25

M

Mandatory Optional (MO) services are services that the Contractor shall offer as an optional service to the State. Departments may or may not choose to use these optional services.

DESCRIPTION Indicate if the bidder solution DO NOT FILL IN GREY AREA ONLY FILLABLE IN NON-SHADED AREAS - Describe how the Bidder can support this intends to meet the requirement and if available indicate reference to supporting documentation. requirement with NOTE: If Requirement ask for attachments provide serparte attachment and refer to location. a Yes or a No.

The Contractor shall identify and provide a Corrective Action Plan for any failed requirements within 10 days after notification of failure. Corrective Action Plan shall include problem identified, proposed solution, impact to CDCR, length of time to resolve, and date to implement change. The equipment shall not be accepted until the Contractor corrects the problem and certifies that the failure is resolved. If the equipment does not meet the standards of performance within 60 consecutive days after the initial start of the Acceptance Testing, the State shall have the option to request replacement equipment, extend the performance period or terminate the order (or portions thereof) and seek relief as provided in the Rights and Remedies of State for Default provision in this contract. From the time of the Acceptance for each phase and until Full Site Completion commences, the Contractor shall guarantee the full operation of the system in accordance with all manufacturers and State Contract specifications. The CTEN Solution shall be tested and declared ready for production prior to the beginning of Acceptance Testing.

3 of 16

11/26/2013 11:11 AM

p. 546

State of California CTEN Appendix B Business Requirements

Bid IFB 13-001

Instructions: Column A represents the type of requirement; Business (BR) or Technical (TR). Column B is the item number. Column C is Mandatory (M). Column D is Mandatory Optional (MO). Column E is the description of the requirement. Column F is the Bidder response to the requirement. Column G is the Bidder description of the requirement. Complete this worksheet in its entirety. BUSINESS REQUIREMENTS A Bidder’s response of “No” to a Mandatory (M) requirement will be considered a Material Deviation and disqualify the Bidder from possible Contract award. Item Number

M MO

BR

26

M

BR BR

27 28

M M

BR

29

M

BR

30

M

BR

31

M

BR

32

M

BR

33

M

BR

34

M

BR

35

M

Mandatory Optional (MO) services are services that the Contractor shall offer as an optional service to the State. Departments may or may not choose to use these optional services.

DESCRIPTION Indicate if the bidder solution DO NOT FILL IN GREY AREA ONLY FILLABLE IN NON-SHADED AREAS - Describe how the Bidder can support this intends to meet the requirement and if available indicate reference to supporting documentation. requirement with NOTE: If Requirement ask for attachments provide serparte attachment and refer to location. a Yes or a No.

The following documentation shall be provided at the time the solution is tested, and prior to the start of Acceptance Period: Inventory of all software and hardware installed, by revision number Backup and Recovery Operations Management Procedures The Bidder shall provide Visio Diagram(s), in electronic and hard format, that details the Converged VoIP design for each CDCR locations including the CDCR Premise Equipment. Warning Banner for Web Portal All Administration and Management tools must display an approved system use notification message or banner before granting access to the service that provides privacy and security notices consistent with applicable federal laws, Executive Orders, directives, policies, regulations, standards, and guidance, and Upon log-in, the web-based application shall: Display an approved system user notification message or banner before granting access to the service that provides privacy and security notices consistent with applicable federal laws, Executive Orders, directives, policies, regulations, standards, and guidance. (i.e., Users are accessing an official State of California information system. System usage may be monitored, recorded, and subject to audit. Unauthorized use is prohibited and subject to criminal and civil penalties.) The Prime Contractor shall modify the notice at the CDCR Operations Manager’s request. Contractor System Administration and Management Password Requirements:

4 of 16

11/26/2013 11:11 AM

p. 547

State of California CTEN Appendix B Business Requirements

Bid IFB 13-001

Instructions: Column A represents the type of requirement; Business (BR) or Technical (TR). Column B is the item number. Column C is Mandatory (M). Column D is Mandatory Optional (MO). Column E is the description of the requirement. Column F is the Bidder response to the requirement. Column G is the Bidder description of the requirement. Complete this worksheet in its entirety. BUSINESS REQUIREMENTS A Bidder’s response of “No” to a Mandatory (M) requirement will be considered a Material Deviation and disqualify the Bidder from possible Contract award. Item Number

M MO

BR

36

M

BR

37

M

BR

38

M

BR

39

M

BR

40

M

BR

41

M

BR

42

M

Mandatory Optional (MO) services are services that the Contractor shall offer as an optional service to the State. Departments may or may not choose to use these optional services.

DESCRIPTION Indicate if the bidder solution DO NOT FILL IN GREY AREA ONLY FILLABLE IN NON-SHADED AREAS - Describe how the Bidder can support this intends to meet the requirement and if available indicate reference to supporting documentation. requirement with NOTE: If Requirement ask for attachments provide serparte attachment and refer to location. a Yes or a No.

The CDCR shall require passwords and password change reminders for the CDCR environment consistent with the following rules: 1) Passwords are not to be shared; 2) Length range: eight (8) to 14 characters; 3) Password must be composed of characters from at least three (3) of the following four groups from the standard keyboard: a) Uppercase letters (A-Z); b) Lowercase letters (a-z); c) Arabic numerals (0-9); and, d) Non-alphanumeric characters (punctuation symbols); 4) Must not be a dictionary word; 5) Must not be stored in clear text; 6) Must be hashed using industry accepted MD5 or better; 7) Passwords lock out after five (5) failed attempts; 8) Ownership: individual; 9) Storage: encrypted passwords; and, 10) Entry: Password shall not be readable when entered. Passwords must be changed every 45 calendar days or less and application shall provide reminders prior to expiration; The Contractor shall verbally notify the Agency Information Security Officer via live attendant at the CDCR Enterprise Information Services Help Desk versus an automated voice messaging system within one (1) hour of discovery. A written report shall be provided to the CDCR Agency Information Security Officer (Agency ISO) and CDCR Operations Manager of any and all breaches or compromises of system and/or data security, and shall take such remedial steps as may be necessary to restore security and repair damage, if any. The CDCR Agency ISO may require a system/application security audit.

The Contractor shall adhere to CDCR policies and procedures for the network, application, data transmission, data storage, and physical security. Local Exchange Carriers (LECs) Agreements for CDCR Detail the strategy for establishing agreements with LECs necessary to ensure continuity of statewide end-to-end services that include ordering circuits for each CDCR location as well as end-user customer billing. All agreements shall be in effect prior to transition of services. Working with CDCR Incumbent Contractor

5 of 16

11/26/2013 11:11 AM

p. 548

State of California CTEN Appendix B Business Requirements

Bid IFB 13-001

Instructions: Column A represents the type of requirement; Business (BR) or Technical (TR). Column B is the item number. Column C is Mandatory (M). Column D is Mandatory Optional (MO). Column E is the description of the requirement. Column F is the Bidder response to the requirement. Column G is the Bidder description of the requirement. Complete this worksheet in its entirety. BUSINESS REQUIREMENTS A Bidder’s response of “No” to a Mandatory (M) requirement will be considered a Material Deviation and disqualify the Bidder from possible Contract award. Item Number

M MO

BR

43

M

BR

44

M

BR

45

M

BR

46

M

BR

47

M

BR

48

M

BR

49

M

BR

50

M

BR

51

M

BR

52

M

BR

53

M

BR

54

M

BR

55

M

Mandatory Optional (MO) services are services that the Contractor shall offer as an optional service to the State. Departments may or may not choose to use these optional services.

DESCRIPTION Indicate if the bidder solution DO NOT FILL IN GREY AREA ONLY FILLABLE IN NON-SHADED AREAS - Describe how the Bidder can support this intends to meet the requirement and if available indicate reference to supporting documentation. requirement with NOTE: If Requirement ask for attachments provide serparte attachment and refer to location. a Yes or a No.

Bidders shall detail the strategy to create implementation processes and procedures necessary for the transition of the CDCR incumbent contractor services to the newly acquired CDCR services. CDCR Cut-Over Process The CDCR Cut-over Process includes planning, site preparation, inventory verification, disconnect/new order processes and emergency procedures.

TRANSITION-IN TRANSITION-OUT PLAN Bidders shall agree to assist CDCR Transition Plans to assure effective and efficient Transition-In and Transition-Out requirements. Transition-In Plan The Transition-In and cut-over process includes planning, site preparation, inventory verification, disconnect/new order processes and emergency procedures as stated in TR631 - 637. Bidders shall describe, in detail, how the process will minimize CDCR operations and End-User impact during transition. Bidders shall detail the strategy to create implementation processes and procedures necessary for the transition of the incumbent Contractor services to the newly acquired Voice Telephony platform. The Contractor and CDCR shall conduct bi-weekly meetings to address projects, issues, orders, and contractor performance during the transition period. The Contractor shall import all system and subsystem information regarding configurations, records, and drawings from the incumbent Contractor, if Bidder shall describe in detail the Transition-In Planning and Scheduling that ensures timely transition of all contracted services. Include planning and scheduling consideration for: 1) Quantities, configurations, and complexities of equipment and services; 2) Carrier Coordination; 3) Facility access requirements and restrictions; 4) Facilities infrastructure and layout; 5) Training requirements; 6) Security requirements; 7) Public Safety requirements; 8) Impact from limited CDCR resources; and 9) Establishing end-user accounts. Transition-Out Plan

6 of 16

11/26/2013 11:11 AM

p. 549

State of California CTEN Appendix B Business Requirements

Bid IFB 13-001

Instructions: Column A represents the type of requirement; Business (BR) or Technical (TR). Column B is the item number. Column C is Mandatory (M). Column D is Mandatory Optional (MO). Column E is the description of the requirement. Column F is the Bidder response to the requirement. Column G is the Bidder description of the requirement. Complete this worksheet in its entirety. BUSINESS REQUIREMENTS A Bidder’s response of “No” to a Mandatory (M) requirement will be considered a Material Deviation and disqualify the Bidder from possible Contract award. Item Number

BR

BR

56

57

M MO

M

M

Mandatory Optional (MO) services are services that the Contractor shall offer as an optional service to the State. Departments may or may not choose to use these optional services.

DESCRIPTION Indicate if the bidder solution DO NOT FILL IN GREY AREA ONLY FILLABLE IN NON-SHADED AREAS - Describe how the Bidder can support this intends to meet the requirement and if available indicate reference to supporting documentation. requirement with NOTE: If Requirement ask for attachments provide serparte attachment and refer to location. a Yes or a No.

During the contract term, the State will engage in a competitive bid process to award replacement services to be in effect at the conclusion of the contract. The replacement services may replicate similar services or may include new strategies for a different solution. During the transition period, the Contractor shall minimize the impact to CDCR operations while maintaining a timely transition of all contracted services. The CDCR acknowledges the level of difficulty in anticipating future transition requirements without knowledge of future systems; however, it is critical the Contractor declares and commits to the responsibility and participation in transition of services and minimal, if any, disruption to service. Bidders shall identify export file formats, time frames for delivery of data, and quality assurance procedures to verify completeness and accuracy of data transition. The CDCR shall have final approval authority of the Transition-Out Plans. Contractor shall encrypt any transmissions of data containing confidential information with an industry-recognized encryption standard that is in compliance to the FIPS Standard 140-2.

BR

58

M

BR

59

M

BR

60

M

Electronic Transmissions to include, but not limited to: 1) File Transfers; 2) Remote access to the network or application; and 3) System and network monitoring traffic. At any time upon request, the Prime Contractor shall fulfill the State’s request for data. The export data formats and storage media type will be defined by the State at the time of request. The data exports shall be: 1) Formatted in a pipe (|) or comma (,) delimited formatted file and must be compatible with Microsoft Windows or Linux operating systems; 2) Supplied electronically in a secure format or on DVD optical media using the DVD-+RW standards, to be determined by CDCR Operations Manager at time of request; and, 3) Clearly noted data fields including the database schema. Bidders shall continue to provide services and resources under the terms and conditions of the Contract during Transition-Out and/or identify any restrictions and limitations.

7 of 16

11/26/2013 11:11 AM

p. 550

State of California CTEN Appendix B Business Requirements

Bid IFB 13-001

Instructions: Column A represents the type of requirement; Business (BR) or Technical (TR). Column B is the item number. Column C is Mandatory (M). Column D is Mandatory Optional (MO). Column E is the description of the requirement. Column F is the Bidder response to the requirement. Column G is the Bidder description of the requirement. Complete this worksheet in its entirety. BUSINESS REQUIREMENTS A Bidder’s response of “No” to a Mandatory (M) requirement will be considered a Material Deviation and disqualify the Bidder from possible Contract award. Item Number

M MO

Mandatory Optional (MO) services are services that the Contractor shall offer as an optional service to the State. Departments may or may not choose to use these optional services.

DESCRIPTION Indicate if the bidder solution DO NOT FILL IN GREY AREA ONLY FILLABLE IN NON-SHADED AREAS - Describe how the Bidder can support this intends to meet the requirement and if available indicate reference to supporting documentation. requirement with NOTE: If Requirement ask for attachments provide serparte attachment and refer to location. a Yes or a No.

8 of 16

11/26/2013 11:11 AM

p. 551

State of California CTEN Appendix B Business Requirements

Bid IFB 13-001

9 of 16

11/26/2013 11:11 AM

p. 552

State of California CTEN Appendix B Business Requirements

Bid IFB 13-001

10 of 16

11/26/2013 11:11 AM

p. 553

State of California CTEN Appendix B Business Requirements

Bid IFB 13-001

11 of 16

11/26/2013 11:11 AM

p. 554

State of California CTEN Appendix B Business Requirements

Bid IFB 13-001

12 of 16

11/26/2013 11:11 AM

p. 555

State of California CTEN Appendix B Business Requirements

Bid IFB 13-001

13 of 16

11/26/2013 11:11 AM

p. 556

State of California CTEN Appendix B Business Requirements

Bid IFB 13-001

14 of 16

11/26/2013 11:11 AM

p. 557

State of California CTEN Appendix B Business Requirements

Bid IFB 13-001

15 of 16

11/26/2013 11:11 AM

p. 558

State of California CTEN Appendix B Business Requirements

Bid IFB 13-001

16 of 16

11/26/2013 11:11 AM

p. 559

State of California

Bid IFB 13-001

INVITATION FOR BID IFB 13-001 PART 2 – BIDDER’S RESPONSE FOR CONVERGED TELEPHONY ENTERPRISE NETWORK (CTEN) November 25, 2013 Issued by: STATE OF CALIFORNIA Department of Corrections and Rehabilitation

Disclaimer: The original PDF version and any subsequent addendums of the IFB released by the Procurement Official of this bid remain the official version. In the event of any inconsistency between the Bidder’s versions, articles, attachments, specifications or provisions which constitute the Contract, the official State version of the IFB in its entirety shall take precedence.

11/26/2013 11:11 AM

p. 560

State of California

Bid IFB 13-001

INTENTIONAL BLANK PAGE

11/26/2013 11:11 AM

p. 561

State of California

Bid IFB 13-001

IFB 13-001 PART 2 BIDDER RESPONSE

11/26/2013 11:11 AM

p. 562

State of California

Bid IFB 13-001

TABLE OF CONTENTS 11 STATEMENT OF WORK ......................................................................................... 9 11.1

GENERAL .................................................................................................... 9

11.2

TERM OF CONTRACT ................................................................................ 9

11.3

CONTRACT CONTACTS ............................................................................. 9

11.4

DESCRIPTION ........................................................................................... 10

11.5

LOCATION ................................................................................................. 11

11.6

AMENDMENT ............................................................................................ 11

11.7

SERVICE LEVEL REQUIREMENTS .......................................................... 11

11.8

UNANTICIPATED TASKS .......................................................................... 13

11.9

CDCR RESPONSIBILITIES ....................................................................... 14

11.10 CONTRACTOR RESPONSIBILITIES ........................................................ 14 11.11 ACCEPTANCE AND MAINTENANCE ....................................................... 16 11.12 IMPLEMENTATION DELIVERABLES ........................................................ 17 11.12.1 Implementation Phase 1 Planning and Design .......................................17 11.12.2 Implementation Phase II Core Voice Platform ........................................17 11.12.3 Implementation Phase III Institutional CTEN Installation Process and Coordination ...........................................................................................19 11.12.4 Implementation Phase IV Post Implementation Deliverables ..................19

11.13 BUDGET DETAIL AND PAYMENT PROVISIONS ..................................... 20 11.13.1 Invoicing and Payment ...........................................................................20 11.13.2 Budget Contingency Clause ...................................................................22 11.13.3 Price Guarantee Period ..........................................................................22 11.13.4 Pricing and Service Review ....................................................................22 11.13.5 Prompt Payment Clause.........................................................................23 11.13.6 Materials/Supplies ..................................................................................23 11.13.7 Travel and Per Diem...............................................................................23

12 REFERENCE DOCUMENTS.................................................................................. 23 13 ATTACHMENTS .................................................................................................... 24 ATTACHMENT 1: INTENT TO BID ........................................................................ 25

11/26/2013 11:11 AM

p. 563

State of California

Bid IFB 13-001

ATTACHMENT 2: CONFIDENTIALITY STATEMENT (M) ..................................... 26 ATTACHMENT 3: BIDDERS CHECKLIST RESPONSE TO ADMINISTRATIVE REQUIREMENTS (M) ................................................................................ 27 ATTACHMENT 4: WORKERS’ COMPENSATION CERTIFICATION (M) .............. 29 ATTACHMENT 5: PAYEE DATA RECORD (M) ..................................................... 30 ATTACHMENT 6: CERTIFICATION FOR USE TAX FOR SELLER’S PERMIT (M) ................................................................................................................... 31 ATTACHMENT 7: CONTRACTOR’S CERTIFICATION CLAUSE (CCC-307) ........ 32 ATTACHMENT 8: IRAN CONTRACTING ACT OF 2010 (M) ................................. 36 ATTACHMENT 9: BIDDING PREFERENCES AND INCENTIVES (M) .................. 37 ATTACHMENT 10: STD 843 DVBE DECLARATIONS (M) .................................... 38 ATTACHMENT 11: GSPD 05-105 BIDDER DECLARATION (M) ........................... 39 ATTACHMENT 12: STD 830 TACPA PREFERENCE REQUEST (M) ................... 40 ATTACHMENT 13: ................................................................................................. 41 ATTACHMENT 13: BIDDER QUALIFICATION SUMMARY FORM INSTRUCTIONS:........................................................................................ 41 ATTACHMENT 14 .................................................................................................. 46 ATTACHMENT 14: BIDDER QUALIFICATION REFERENCE FORM: ................... 46 ATTACHMENT 15: STD 213, STANDARD AGREEMENT (M) .............................. 47 ATTACHMENT 16: UNANTICIPATED TASKS WORK AUTHORIZATION ............ 49 ATTACHMENT 17: SAMPLE DELIVERABLE/MILESTONE SUBMITAL FORM ... 50 ATTACHMENT 18: STAFF QUALIFICATION SUMMARY FORM .......................... 51 ATTACHMENT 18: STAFF QUALIFICATION SUMMARY FORM INSTRUCTIONS ................................................................................................................... 51 ATTACHMENT 18A: STAFF QUALIFICATION SUMMARY FORM (ACCOUNT MANAGER) ................................................................................................ 53 ATTACHMENT 18B: STAFF QUALIFICATION SUMMARY FORM (CUSTOMER SERVICE EXECUTIVE) ............................................................................. 54 ATTACHMENT 18C: STAFF QUALIFICATION SUMMARY FORM (PROJECT MANAGER) ................................................................................................ 54 ATTACHMENT 18D: STAFF QUALIFICATION SUMMARY FORM (TECHNICAL LEAD) ......................................................................................................... 55

11/26/2013 11:11 AM

p. 564

State of California

Bid IFB 13-001

ATTACHMENT 18E: STAFF QUALIFICATION SUMMARY FORM (TECHNICIAN) ................................................................................................................... 57 ATTACHMENT 18F: STAFF QUALIFICATION SUMMARY FORM (VOIP NETWORK ENGINEER) ............................................................................ 58 ATTACHMENT 19: BIDDER’S LIBRARY AND REQUEST FOR INFORMATION CALIFORNIA DEPARTMENT OF CORRECTIONS AND CTEN PROJECT ................................................................................................................... 59 ATTACHMENT 20 NETWORK DIAGRAM AS REFERENCED IN APPENDIX A, TR 43 – 67.................................................................................................. 61 ATTACHMENT 21 PARTNER LEVEL AGREEMENT AS REFERENCED IN APPENDIX B, BR ....................................................................................... 62 APPENDIX C, COST WORKSHEETS ........ ERROR! BOOKMARK NOT DEFINED. COST WORKSHEET INSTRUCTIONS .................. Error! Bookmark not defined. Cost Worksheet #1 ................................................. Error! Bookmark not defined.

ATTACHMENT 22: PROJECT TEAM INFORMATION........................................... 63 ATTACHMENT 23: OEM TELEPHONE SPECIFICATIONS................................... 64 ATTACHMENT 24: AVAYA PRICE BOOK CATALOG ........................................... 65 ATTACHMENT 25: ITEMIZED LIST OF COMPONENTS ...................................... 66 ATTACHMENT 26A ................................................................................................ 67 ATTACHMENT 26A: STAFF QUALIFICATION REFERENCE FORM (ACCOUNT MANAGER) ................................................................................................ 67 ATTACHMENT 26B ................................................................................................ 68 ATTACHMENT 26B: STAFF QUALIFICATION REFERENCE FORM (CUSTOMER SERVICE EXECUTIVE) ............................................................................. 68 ATTACHMENT 26C ............................................................................................... 69 ATTACHMENT 26C: STAFF QUALIFICATION REFERENCE FORM (PROJECT MANAGER) ................................................................................................ 69 ATTACHMENT 26D ...................................................................................................... 70 ATTACHMENT 26D: STAFF QUALIFICATION REFERENCE FORM (TECHNICAL LEAD) ......................................................................................................... 70 ATTACHMENT 26E ...................................................................................................... 71 ATTACHMENT 26E: STAFF QUALIFICATION REFERENCE FORM (TECHNICIAN) ........................................................................................... 71

11/26/2013 11:11 AM

p. 565

State of California

Bid IFB 13-001

ATTACHMENT 26F ................................................................................................ 72 ATTACHMENT 26F: STAFF QUALIFICATION REFERENCE FORM (VOIP NETWORK ENGINEER) ............................................................................ 72 GLOSSARY .................................................................................................................. 74 DEFINITIONS, ACRONYMS, AND ABBREVIATIONS ........................................... 74

11/26/2013 11:11 AM

p. 566

State of California

Bid IFB 13-001

TABLE OF TABLES TABLE 14 CONTACTS ................................................................................................... 9 TABLE 16: IMPLEMENTATION PHASE 1 PLANNING AND DESIGN.......................... 17 TABLE 17: IMPLEMENTATION PHASE II CORE VOICE PLATFORM ........................ 18 TABLE 18: IMPLEMENTATION PHASE III INSTITUTIONAL CTEN INSTALLATION PROCESS AND COORDINATION ......................................................................... 19 TABLE 19: IMPLEMENTATION PHASE IV POST IMPLEMENTATION DELIVERABLES ................................................................................................................................ 20 TABLE 15: REFERENCE DOCUMENTS ...................................................................... 23 TABLE 20: DEFINITIONS, ACRONYMS, AND ABBREVIATIONS ............................... 74

11/26/2013 11:11 AM

p. 567

State of California

Bid IFB 13-001

11 STATEMENT OF WORK 11.1

GENERAL The purpose of this Statement of Work (SOW) is to describe the tasks, services, and responsibilities for the PBX Upgrade or replacement contract to be provided by (Awarded Contractor Name), herein after referred to as the “Contractor”, for the Department of Corrections and Rehabilitation, herein after referred to as the “CDCR”.

11.2

TERM OF CONTRACT This Agreement shall become effective upon approval by the Department of Technology and shall remain in effect for five years. CDCR may, at its sole discretion, authorize a one year extension for a maximum six year term. This Agreement is of no effect unless approved by the Department of Technology and no work shall begin before that time.

11.3

CONTRACT CONTACTS All inquiries during the term of this Agreement will be directed to the project representatives listed Table 14 below:1

TABLE 14 CONTACTS

1

State Agency: CDCR

Contractor: TBD

Section/Unit: INTEGRATED COMMUNICATION UNIT

Section/Unit:TBD

Project Manager: Mike Shank

Project Manager: TBD

Address: 1960 Birkmont Drive, Rancho Cordova, CA 95742

Address: TBD

Business Phone: (916) 358-2576

Business Phone:TBD

Fax: TBD

Fax: TBD

Email Address: [email protected]

Email Address: TBD

Section 11.3, Contract Contacts, A. and B. shall be completed by the State after Contract Award

11/26/2013 11:11 AM

p. 568

State of California

11.4

Bid IFB 13-001

DESCRIPTION The following items within this subsection describe the CDCR SOW requirements.

a. The contractor will provide a complete converged telephony enterprise network (CTEN) solution that will upgrade the existing Time Division Multiplexing (TDM) Private Branch Exchange (PBX) telephone switches, system administration, voice mail systems, automated attendant and call accounting systems as per Part 2, Technical Requirements Appendix A and Business Requirements Appendix B. The solution will include networking all CDCR locations specified in IFB Part 2, Section 4, Appendix A over a Multiprotocol Label Switching (MPLS) network to interface with two geographically separated cores which will house centralized and redundant system administration management, session control, routing control, call control, Public Switched Telephone Network (PSTN) access, voice mail, automated attendant and non-redundant call accounting. b. Provide location surveys at all 40 CDCR locations to asses, and report to the CDCR each location’s readiness for deploying the CTEN solution. - Part 2, Technical Requirements Appendix A, TR 639, 641, 665,668 and 694. c. Provide a network survey to asses, and report to the CDCR the readiness for deploying the CTEN solution. -Part 2, Technical Requirements Appendix, A d. Provide the CTEN solution in a phased rollout that will begin with the centralized core platforms networked to two CDCR locations followed by the remaining CDCR locations over a 36 month period – Part 2, Technical Requirements, Appendix A TR643 e. Provide operational and management services for the deployed CTEN solution for the duration of deployment. – Part 2, Technical Requirements, Appendix A TR643 f. Provide transition in of maintenance for all elements of the CTEN solution from the existing maintenance provider at the start of the implementation of each element of the CTEN solution – Part 2, Technical Requirements Appendix A TR 046 g. Perform and manage all required tasks and provide all required components to deploy the CTEN solution at all 40 CDCR locations and two core locations in a mutually agreed upon implementation schedule - Part 2, section 11.12.2 and 3. h. Provide on-site training, mentoring, and knowledge transfer required to operate, manage, provide training material, and support the solution to the CDCR support staff and end users during the implementation phase and post implementation – Part 2, Technical Requirements, Appendix A TR 652, 800,803, 805, 807, 809, 811 and 813.

11/26/2013 11:11 AM

p. 569

State of California

Bid IFB 13-001

i. Provide system monitoring of all elements of the CTEN solution – Part 2, Technical Requirements, Appendix A TR 722. j. Provide post implementation installation and Move, Add, Changes (M/A/C) services for the duration of the contract – Part 2, Technical Requirements, Appendix A TR 691. k. Provide software assurance on all elements for the duration of the contract – Part 2, Technical Requirements, Appendix A TR 548 and Appendix B BR 6, 7, 8 and 9.

11.5

LOCATION The Contractor shall provide PBX upgrades at 40 locations throughout California. In addition, two redundant core platforms, consisting of centralized management, voice mail, automated attendant and one non-redundant call accounting system shall be installed. Please see Bidder’s Library located in xxx for details on locations

11.6

AMENDMENT No amendment or variation of the terms of this Agreement shall be valid unless made in writing, signed by the parties and approved as required. No Oral understanding or Agreement not incorporated in the Agreement is binding on any of the parties.

11.7

SERVICE LEVEL REQUIREMENTS CDCR Service Level Agreements (SLAs) detail the benchmarks of service that the Contractor is expected to maintain for the CDCR PBX services throughout the term of the Contract and their appropriate remedies. The Contractor’s failure to meet the Service Levels may result in Deficiency Charges as follows: DEFICIENCY CHARGES 1. Installation and Implementation Installation and Implementation as described in Part 2, Appendix A TR 743 – 708 shall be adhered to during the installation and implementation periods. If during installation and implementation the system is inoperative for any reason or there is a malfunction which seriously affects the security or function of the CDCR facility, then the maintenance deficiency charges as described below would come into effect. Failure to meet these response times will result in the Contractor being liable for deficiency charges. Deficiency charges shall be assessed each day according to the deficiency charges as listed above, and any additional costs incurred by the CDCR until service is restored. (Refer to the Deficiency charges, Installation chart above Part 2, SOW, Deficiency charges, 2) CDCR and therefore that in the event of any such failure to restore service, the Contractor will pay such amounts as deficiency charges and not as a penalty. Amounts due to CDCR as deficiency charges may be collected by the State from any payments due to the Contractor. CDCR shall notify the Contractor in writing within 60 days following the

11/26/2013 11:11 AM

p. 570

State of California

Bid IFB 13-001

restoration of services of any claim for deficiency charges pursuant to this paragraph on or before CDCR collects such sums from payments due to the Contractor. DEFICIENCY CHARGES/COST PER DAY Lines/Ports (as applicable) Affected Cost Per Day 1 to 50

$500

51 to 100

$1,000

101 to 200

$2,000

201 to 400

$2,500

401 and Above

$5,000

2. Maintenance Maintenance as described in Part 2, Appendix A TR 762 – 799 shall be maintained during the warranty period and under Contractor maintenance thereafter, in accordance with the preventive and remedial maintenance response and restoration of service timeframes. Failure to meet these response times will result in the Contractor being liable for deficiency charges. Deficiency charges shall be assessed each day according to the deficiency charges as listed above, and any additional costs incurred by the CDCR until service is restored. (Refer to the Deficiency charges, Installation chart above Part 2, SOW, Deficiency charges, 2) CDCR and therefore that in the event of any such failure to restore service, the Contractor will pay such amounts as deficiency charges and not as a penalty. Amounts due to CDCR as deficiency charges may be collected by the State from any payments due to the Contractor. CDCR shall notify the Contractor in writing within 60 days following the restoration of services of any claim for deficiency charges pursuant to this paragraph on or before CDCR collects such sums from payments due to the Contractor. 3. Additional Liability Limitations In addition to Deficiency Charges set forth in the Limitations of Liability, General Provisions, Part 1 Section 5.1.5 of this Contract, an assessment by CDCR to include the costs associated with the number of affected lines. For the purpose of Deficiency charges, “Lines” shall be any equipment directly or indirectly affected by the Contractor’s failure to deliver in accordance with the contract requirements. This shall include workstations, i.e. phones, faxes, or other communications equipment.

4. If Contractor fails to meet the requirements at the level contracted for in Appendix A and B, Contractor shall apply a credit of $500 for each calendar day overdue.

11/26/2013 11:11 AM

p. 571

State of California

11.8

Bid IFB 13-001

UNANTICIPATED TASKS In the event that additional work must be performed to ensure that deliverables of this contract, the procedures outlined in the General Provisions – Telecommunications, agreed upon in IFB 13-001, will be employed. For each item of unanticipated work not specified in the Statement of Work, an Unanticipated Tasks Work Authorization will be prepared (see Attachment 16). a. In the event that additional work must be performed which was wholly unanticipated and is not specified in the Statement of Work, but which in the opinion of both parties is necessary to the successful accomplishment of the general scope of work outlined, the procedures outlined in this Section will be employed. b. For each item of unanticipated work not specified in the Part 2, Section 11 Statement of Work, a Work Authorization will be prepared in accordance with the sample attached in Part 2, Attachment 16. c. It is understood and agreed by both parties to this Contract that all of the terms and conditions of this Contract shall remain in force with the inclusion of any such Work Authorization. Such Work Authorization shall in no way constitute a Contract other than as provided pursuant to this Contract nor in any way amend or supersede any of the other provisions of this Contract. d. Each Work Authorization shall consist of a detailed statement of the purpose, objective, or goals to be undertaken by the Contractor, the job classification or approximate skill level of the personnel to be made available by the Contractor, an identification of all significant material to be developed by the Contractor and delivered to the State, an identification of all significant materials to be delivered by the State to the Contractor, an estimated time schedule for the provisions of these services by the Contractor, completion criteria for the work to be performed, the name or identification of the Contractor personnel to be assigned, the Contractor's estimated work hours required to accomplish the purpose, objective or goals, the Contractor's billing rates per work hour, and the Contractor's estimated total cost of the Work Authorization. e. All Work Authorizations must be in writing prior to beginning work and signed by the Contractor and the State. f. The State has the right to require the Contractor to stop or suspend work on any Work Authorization pursuant to the “Stop Work” provision of the General Provisions. g. Personnel resources will not be expended (at a cost to the State) on task accomplishment in excess of estimated work hours required unless the procedure below is followed:

11/26/2013 11:11 AM

p. 572

State of California

Bid IFB 13-001

1) If, in the performance of the work, the Contractor determines that a Work Authorization to be performed under this Contract cannot be accomplished within the estimated work hours, the Contractor will immediately notify the State in writing of the Contractor's estimate of the work hours which will be required to complete the Work Authorization in full. Upon receipt of such notification, the State may: (a) Authorize the Contractor to expend the estimated additional work hours or service in excess of the original estimate necessary to accomplish the Work Authorization (such an authorization not unreasonably to be withheld), or (b) Terminate the Work Authorization, or (c) Alter the scope of the Work Authorization in order to define tasks that can be accomplished within the remaining estimated work hours. 2) The State will notify the Contractor in writing of its election within seven calendar days after receipt of the Contractor's notification. If notice of the election is given to proceed, the Contractor may expend the estimated additional work hours or services. The State agrees to reimburse the Contractor for such additional work hours.

11.9

CDCR RESPONSIBILITIES The CDCR's representative under this Contract will be the person identified in the IFB Documents, or in a subsequent notice to the Contractor, as the “CDCR Project Manager.” The CDCR Project Manager will review and approve all reports submitted by the Contractor in reference to the performance of the Project; conduct all State liaison activities with the Contractor; and accept or reject the Deliverables and/or the completed Project. The CDCR Project Manager may delegate his/her responsibilities for individual aspects of the Project to one or more managers, who may act as the CDCR Project Manager for those individual portions of the Project. The CDCR will be responsible for providing only those items, if any, expressly identified in the IFB Documents. If the CDCR has agreed to provide facilities and/or equipment, the Contractor, by signing this Contract, warrants that the Contractor has either inspected the facilities and/or equipment or has voluntarily waived an inspection and will work with the facilities and/or equipment on an “as is” basis.

11.10 CONTRACTOR RESPONSIBILITIES The Contractor’s Project Manager under this Contract will be the person identified on the IFB Documents as the “Project Manager." If no designated Project Manager is being utilized, the “Technical Lead” will perform in that capacity. The Project Manager will be the Contractor’s liaison with the CDCR under this Contract. The Project Manager will conduct all Project meetings, prepare and submit all reports, plans, and required materials to the CDCR Project Manager per the IFB Documents.

11/26/2013 11:11 AM

p. 573

State of California

Bid IFB 13-001

Either party, upon written notice to the other party, may designate another Project Manager. However, the Contractor may not replace the Project Manager without the approval of the CDCR if that person is identified in the IFB Documents by name or as a key individual on the Project. The Contractor must coordinate the successful execution of the Project and direct all Project activities on a day-to-day basis, with the advice and consent of the CDCR Project Manager. The Contractor will be responsible for all communications regarding the progress of the Project and will discuss with the CDCR Project Manager any issues, recommendations, and decisions related to the Project. If any part of the Project requires installation on the CDCR's property, the CDCR will provide the Contractor with reasonable access to the installation site. After the installation is complete, the Contractor must complete an installation letter and secure the signature of the CDCR Project Manager certifying that installation is complete and the Project, or applicable portion of it, is operational. The letter must describe the nature, date, and location of the installation, as well as the date the Project Manager certified the installation as complete and operational. Unless otherwise provided in the IFB Documents, the Contractor is solely responsible for obtaining all official permits, approvals, licenses, certifications, and similar authorizations required by CDCR, or any local, state, or federal agency for the Project and maintaining them throughout the duration of this Contract. Meeting Attendance and Reporting Requirements. The Contractor's Project approach must adhere to the following Project meeting and reporting requirements: 1. Immediate Reporting - The Contract Administrator, or designee, must within 48 hrs immediately report any Project staffing changes to the CDCR Project Manager. 2. Attend bi-Weekly Status Meetings - The Contractor Project team members must attend bi-weekly status meetings with the CDCR Project Manager and other members of the Project teams deemed necessary to discuss Project issues. The meetings must follow an agreed upon agenda and allow the Contractor and the CDCR to discuss any issues that concern them. 3. Provide bi-weekly Status Reports - The Contractor must provide written status reports to the CDCR Project Manager at least one full business day before each bi-weekly status meeting. At a minimum, status reports must contain the items identified below: 1. Updated Gantt chart developed in collaboration with the CDCR, along with a copy of the corresponding Project Plan files (i.e. MS Project) on electronic media acceptable to the CDCR; 2. Status of currently planned tasks, specifically identifying tasks not on schedule and a resolution plan to return to the planned schedule;

11/26/2013 11:11 AM

p. 574

State of California

Bid IFB 13-001

3. Issues encountered, proposed resolutions, and actual resolutions; 4. The results of any tests; 5. A Problem Tracking Report; 6. Anticipated tasks to be completed in the next week; 7. Task and Deliverable status, with percentage of completion and time ahead of, or behind, schedule for tasks and milestones; 8. Proposed changes to the Project work breakdown structure and Project schedule, if any; 9. Identification of Contractor staff assigned to specific activities; 10. Planned absence of Contractor staff and their expected return date; and 11. Modification of any known staffing changes. The Contractor's proposed format and level of detail for the status report is subject to the CDCR’s approval. Role

Responsibility

Project Manager

Refer to Appendix B, Business Requirements BR 16 for staff description

Account manager

Refer to Appendix B, Business Requirements BR 13 for staff description

Technical Lead

Refer to Appendix B, Business Requirements BR 15 for staff description

VOIP Engineer

Refer to Appendix B, Business Requirements BR 14 for staff description

Technician

Refer to Appendix B, Business Requirements BR 17 for staff description

Customer Service Executive

Refer to Appendix B, Business Requirements BR 18 for staff description

11.11 ACCEPTANCE AND MAINTENANCE The Contractor must perform quality assurance, quality control, and extensive testing based upon the requirements for each system; including, but not limited to, acceptance tests, load tests, component level tests, and verification that the product works at all locations. Testing must include hardware, software, and application full integration and systems tests, stress tests, post-implementation tests and parallel tests. Contractor’s engineering staff must be engaged during the development and execution of testing to ensure completeness, accuracy, and continuity.

11/26/2013 11:11 AM

p. 575

State of California

Bid IFB 13-001

11.12 IMPLEMENTATION DELIVERABLES The Contractor shall submit an implementation plan within 30 days of contract award. An Implementation Plan must be mutually agreed upon by the Contractor and CDCR as described in Part 2, Appendix A – Technical Requirements TR 614. The Contractor shall be responsible for four implementation phases of the Implementation Plan. 1. Implementation Phase 1 - Planning and Design 2. Implementation Phase 2 – Core Voice Platform Implementation 3. Implementation Phase 3 – Institutional PBX Implementation 4. Implementation Phase 4 – Post Implementation and Maintenance

11.12.1 Implementation Phase 1 Planning and Design In the Planning and Design Phase, the Contractor shall provide planning and design resources and overview as stated in Part 2, Technical Requirements, Appendix A – Technical Resources. Those resources and Planning and Design process are referenced in Table 25: Implementation Phase 1 Planning and Design.

Table 16: Implementation Phase 1 Planning and Design Item

Contractor Deliverable

Completion Date

1

Planning and Design as described in TR 615, TR 616, TR 617, TR 618

30 days of award.

2

Documentation required as referenced in TR 619 - 630

30 days of completion of TR 617.

3

A Project Plan must be submitted as referenced in TR 631 - 637

Within 30 days of completion of TR 617 or a date mutually agreed upon.

11.12.2 Implementation Phase II Core Voice Platform In the Implementation Phase II Core Voice Platform, the Contractor shall provide the installation for the Core Voice Platform within the data centers as referenced in Table 26: Implementation Phase II Core Voice Platform.

11/26/2013 11:11 AM

p. 576

State of California

Bid IFB 13-001

Table 17: Implementation Phase II Core Voice Platform Item

Contractor Deliverable

Completion Date

1

Core Voice Platform network readiness assessment as described in TR 638 – 642.

30 days of completion of TR 632 – 637 or a date mutually agreed upon.

2

Installation of Data Center I and Data Center II Core VoIP components as described in Appendix A, TR 643 – 654.

30 days of completion of TR 639 – 642 or a date mutually agreed upon.

3

The Contractor shall program dial plan, call routing, and least cost routing as referenced in Appendix A, TR 655 – 658.

30 days of completion of TR 639 – 642 or a date mutually agreed upon.

4

The Contractor shall implement Automated Attendant system as referenced in Appendix A, TR 068 – 089.

30 days of completion of TR 639 – 642 or a date mutually agreed upon.

5

The Contractor shall implement Voice Mail as referenced in Appendix A, TR 101 - 172.

30 days of completion of TR 639 – 642 or a date mutually agreed upon.

6

The Contractor shall implement Call Accounting as referenced in Appendix A, TR 173 – 208.

30 days of completion of TR 639 – 642 or a date mutually agreed upon.

7

The Contractor shall place and coordinate TELCO services as referenced in Appendix A, TR 640 and TR 089.

30 days of completion of TR 639 – 642 or a date mutually agreed upon.

8

Test procedures and Solution Acceptance as described in Appendix B BR 020 – BR 25

30 days of completion of Items 6 – 10.

9

System Administration Training to CDCR staff as described in Appendix A, TR 805 – 808.

Prior to cut-over

11/26/2013 11:11 AM

p. 577

State of California

Bid IFB 13-001

11.12.3 Implementation Phase III Institutional CTEN Installation Process and Coordination In the Implementation Phase III Institutional CTEN Installation Process and Coordination, the Contractor shall provide CTEN installation process and coordination as referenced in Table 27: Implementation Phase III Institutional CTEN Installation Process and Coordination.

Table 18: Implementation Phase III Institutional CTEN Installation Process and Coordination Item

Contractor Deliverable

Completion Date

1

Institutional readiness assessment as described in TR 664 – 668.

30 days or a date mutually agreed upon.

2

Institutional PBX installation process and coordination as described in Appendix A, TR 669 - 690.

30 days of completion of TR 665 – 668 or a date mutually agreed upon.

3

Contractor shall dispose of any equipment being replaced as described in Appendix A, BR 061.

30 days of Solution Acceptance as described in Appendix B BR 020 – BR 025.

4

Training, mentoring, and knowledge transfer to CDCR staff as described in Appendix A, TR 805 – 814.

Two weeks prior to Solution Acceptance as described in Appendix B BR 020 – BR 025.

5

CDCR Solution Acceptance as described in Appendix B BR 020 – BR 025.

Upon Acceptance Appendix B BR 025

11.12.4 Implementation Phase IV Post Implementation Deliverables In the Implementation Phase IV Post Implementation Deliverables, the Contractor shall provide the following post implementation services as referenced in Table 28: Implementation Phase IV Post Implementation Deliverables.

11/26/2013 11:11 AM

p. 578

State of California

Bid IFB 13-001

Table 19: Implementation Phase IV Post Implementation Deliverables Item

Contractor Deliverable

Completion Date

1

Upon Acceptance of installed solution, the Contractor shall provide Maintenance coverage for the location as referenced in Appendix A TR 709 – 797.

Immediately upon Solution Acceptance as referenced in Appendix B – BR 25

2

The Contractor shall provide remote M/A/Cs as referenced in Appendix A – TR 701

Shall be completed within 48 hours of request.

3

The Contractor shall provide on-site M/A/Cs as referenced in Appendix A – TR 702

Mutually agreed upon by CDCR and Contractor

11.13 BUDGET DETAIL AND PAYMENT PROVISIONS 11.13.1 Invoicing and Payment Implementation Payments 1. The Contractor shall invoice the total cost after acceptance of Implementation Phase 2 – Core installation at Data Center I and Data Center II plus Solution installation at two TBD facilities. The Contractor must identify the Agreement Number, Location of the Data Center, and State assigned Purchase Order Number on the invoice. 2. The Contractor shall invoice the total cost after acceptance of Implementation Phase 3 (Locations 3 through 40) solution installations for the remaining Facilities. The contractor must identify the Agreement Number, Location, and State assigned Purchase Order Number on the invoice. 3. The CDCR Project Manager or designee must approve each invoice and provide written acknowledgement of Acceptance (Per SOW, Acceptance Criteria, Part 2, section 11.12.2 and 3). 4. Payment will be in accordance with the rates identified in IFB 13-001, Part 1, Cost Worksheet C.

Ongoing Operational and Maintenance - Preventive and Remedial Maintenance

11/26/2013 11:11 AM

p. 579

State of California

Bid IFB 13-001

1. The Contractor shall invoice the CDCR monthly, in arrears for Data Center I/II and individual site locations. The contractor must identify the Agreement Number, Location, and State assigned Purchase Order Number on the invoice. 2. The Contractor shall guarantee initial per-port maintenance price and the Data Center I and II maintenance unit cost in accordance with IFB 13-001, Part 1, Cost Worksheet C, for the term of the contract. 3. Maintenance cost per site location is the number of active ports multiplied by the per-port cost. 4. Maintenance cost per Data Center I and II is the unit cost in accordance with IFB 13-001, Part 1, Cost Worksheet C. 5. The Preventive and Remedial Maintenance costs for the institutional site locations will be adjusted annually based upon the active programmed ports. a. In the event of a substantial change in the active port count, increase or decrease, the Remedial Maintenance cost shall be adjusted quarterly. The amount must be greater or less than 100 active ports. Moves, Adds, and Changes M/A/C (under 20 stations) 1. These services will require CDCR approval before work may begin. 2. The Contractor shall invoice CDCR monthly, in arrears, once the work has been completed and accepted. The Contractor shall use the hourly M/A/C Technician rate price and parts pricing in accordance with CTEN IFB 13-001, Part 1, Cost Worksheet C, for the term of this contract. Post Implementation M/A/C and Minor Project/Installation (over 20 stations) 1. For minor projects, the Contractor shall receive requests directly from and submit cost estimates to the CDCR Project Manager or designated staff. A typical Minor Project would include M/A/Cs over 20 stations, or systems hardware and/or software upgrades. 2. Upon receipt of a request for Minor Project work, the Contractor shall survey the site, if required, and provide a written cost estimate to the CDCR Project Manager or designated staff. 3. Once approved, the CDCR Project Manager or designated staff shall issue a Notice to Proceed Letter with a certification date to the Contractor to begin work. The CDCR will provide a Purchase Order Number for invoicing. 4. The Contractor shall order the equipment and/or software; deliver to the site location, complete installation, and all necessary testing by the certification date. The Contractor shall submit a written Letter of Certification notifying the State that

11/26/2013 11:11 AM

p. 580

State of California

Bid IFB 13-001

the work has been successfully completed, and the State shall begin acceptance testing. . 5. A 30 day Acceptance Testing period shall begin the day after the Contractor's Letter of Certification is received by the State. The Contractor may invoice for payment for the completed work once the Acceptance Testing period has been successfully completed and the State has acknowledged it in writing.

11.13.2 Budget Contingency Clause 1. It is mutually understood between the parties that this Agreement may have been written before ascertaining the availability of congressional or legislative appropriation of funds, for the mutual benefit of both parties in order to avoid program and fiscal delays that would occur if the Agreement were executed after that determination was made. 2. This Agreement is valid and enforceable only if sufficient funds are made available to CDCR by the United States Government or the California State Legislature for the purpose of this program. In addition, this Agreement is subject to any additional restrictions, limitations, conditions, or any statute enacted by the Congress or the State Legislature that may affect the provisions, terms or funding of this Agreement in any manner. 3. It is mutually agreed that if the Congress or the State Legislature does not appropriate sufficient funds for the program, this Agreement shall be amended to reflect any reduction in funds. 4. CDCR has the option to terminate the Agreement under the 30 day termination clause or to amend the Agreement to reflect any reduction of funds. 11.13.3

Price Guarantee Period The Contractor shall guarantee all pricing must be at or below market value for the entire term of the Contract agreement. Any adjustment or amendment to the original contract will not be effective unless a written amendment is approved by the State and the Contractor. The State will be given the immediate benefit of any decrease in the market, product set, or allowable discount.

11.13.4 Pricing and Service Review For the purpose of maintaining competitiveness throughout the Term, Contractor agrees to a joint review of its pricing and service functionality annually, or more frequently, at the State’s request, to ensure the State and its Customers will receive cost-competitive and technologically competitive services. The State shall notify the Contractor in writing of any pricing adjustments and service related issues as a result of the analysis. The Contractor shall have 15 days to confirm and respond to the State’s request for pricing reductions or other service related changes. The effective date for the mutually agreed rate(s) shall be 15 days from written notification by the

11/26/2013 11:11 AM

p. 581

State of California

Bid IFB 13-001

State. Once an amendment has been issued, the Contractor shall issue rebates or billing credits back to the effective date of the new rate(s). Contractor agrees that requests for amendments to this Contract to reduce statewide rates may be submitted throughout the term.

11.13.5 Prompt Payment Clause Payment will be made in accordance with, and within the time specified in, Government Code Chapter 4.5, commencing with Section 927.

11.13.6 Materials/Supplies Contractor costs associated with the purchase and installation of materials/supplies are considered as a component of the Contractor's rate for services that include wages, overhead, general and administrative expenses and profit.

11.13.7 Travel and Per Diem Travel and per diem expense claims are not applicable to this agreement. CDCR will not reimburse any firm, contractor, or persons for travel and/or per diem.

12 REFERENCE DOCUMENTS If conflict exists between this SOW and the below reference document(s), the SOW shall take precedence.

Table 15: REFERENCE DOCUMENTS Reference

Title

1.

Appendix A, Technical Requirements

2.

Appendix B, Business Requirements

3.

Appendix C and C1-Cxxx

4.

GSPD 401IT

5.

CDCR Special Provisions

All Requirements as described in the Appendix are Mandatory and must be responded to by the Bidder. Costs associated with these services shall be included in the prices provided by the Bidder for the individual items included in the IFB 13-001 Appendix C and C1-Cxxx, Cost Worksheets. Items not listed in the Cost Worksheets will not be billable by the Contractor. As applicable, responses to the requirements will be evaluated in accordance with Part 1, Section 8, Evaluation.

11/26/2013 11:11 AM

p. 582

State of California

Bid IFB 13-001

13 ATTACHMENTS Refer to below

11/26/2013 11:11 AM

p. 583

State of California

Bid IFB 13-001

ATTACHMENT 1: INTENT TO BID (Page 1 of 2)

Procurement Official Name Department of Technology Statewide Technology Procurement Division P. O. BOX 1810, MS Y12 Rancho Cordova, CA 95741 Phone: (916) E-mail address: mail to: We: (select one) ____

Intend to submit a bid.

____

Intend to submit a bid, but have a problem with one (1) or more of the requirements for the reason stated below.

____

Do not intend to submit a bid for reason(s) stated below.

The individual to whom all information regarding this IFB shall be transmitted is:

Name: Address: City, State and ZIP Code: Telephone:

FAX:

E-Mail:

Comment(s)/Explanation(s) Sincerely, Name (Signature)

Name and Title

Email

Company

Telephone

FAX

11/26/2013 11:11 AM

p. 584

State of California

Bid IFB 13-001

ATTACHMENT 2: CONFIDENTIALITY STATEMENT (M) As an authorized representative and / or corporate officer of the company named below, I agree that all persons employed by this company will adhere to the following policy: All information belonging to the Department of Technology or its affiliated agencies is considered sensitive and / or confidential and cannot be disclosed to any person or entity that is not directly approved to participate in the work required to execute this Agreement. I certify that I will keep all project information, including, but not limited to information concerning the planning, processes, development or procedures of the Project, and all communication with Department of Technology or its affiliates derivate of any procurement process, confidential and secure. I will not copy, give or otherwise disclose such information to any other person unless the Department of Technology has on file a Confidentiality Statement signed by the other persons, and the disclosure is authorized and necessary for the Project. I understand that the information to be kept confidential includes, but is not limited to, specifications, administrative requirements, terms and conditions, concepts and discussions, as well as written and electronic materials. I further understand that if I leave this project before it ends, I must still keep all project information confidential. I agree to follow any instructions provided by the Project relating to the confidentiality of project information. I fully understand that any unauthorized disclosure I make may be basis for civil or criminal penalties and / or disciplinary action (for state employees). I agree to advise the contract manager immediately in the event of an unauthorized disclosure, inappropriate access, misuse, theft or loss of data. All materials provided for this Project, except where explicitly stated will be promptly returned or destroyed, as instructed by an authorized Department of Technology representative. If the materials are destroyed and not returned, a letter attesting to their complete destruction which documents the destruction procedures must be sent to the contract manager at the Department of Technology before payment can be made for services rendered. In addition, all copies or derivations, including any working or archival backups of the information, will be physically and / or electronically destroyed within five (5) calendar days immediately following either the end of the contract period or the final payment, as determined by the Department of Technology. All personnel assigned to this project shall be provided a Confidentiality Statement and will be expected to sign and return it to the representative listed below before beginning work on this project.

Representative Name

Title

Phone Number

Company Name Street Address City/State/Zip Code Signature Date

11/26/2013 11:11 AM

p. 585

State of California

Bid IFB 13-001

ATTACHMENT 3: BIDDERS CHECKLIST RESPONSE TO ADMINISTRATIVE REQUIREMENTS (M) Bidder shall indicate agreement to each of the Administrative Requirements as presented in IFB 13001, Section 2.3 in the Table below. By indicating “Yes” the Bidder affirms that it understands the requirement and agrees to comply with it. IFB Section

Administrative Requirement - IFB Section 2.3

5.1

Information Technology General Terms and Conditions (GSPD-401IT) (M) CDCR Special Provisions Exhibit C (M) Attachment 1, Intent to Bid

5.1.6

Confidentiality Statement (M)

5.1.7

Primary Bidder (M) (Bidder Checklist)

5.1.8

Subcontractors (M) (probably no attachment needed)

2.3.5

Workers’ Compensation (M)

5.1.1

Contractor’s License Information

Attachment # No Attachment Bidder must agree 1 2 3 No Attachment Bidder must agree and attach separately if applicable 4 No Attachment Bidder must agree and attach separately if applicable No Attachment Bidder must agree 5

2.3.6

Commercial General Liability (M)

5.1.10

Payee Data Record (M)

5.1.12

Certification for Use Tax for Seller’s Permit (M)

6

5.1.13

Contractor’s Certification Clause (CCC-307) (M)

2.3.10

Darfur Contracting Act of 2008 (M)

5.1.14

Iran Contracting Act of 2010 (M)

5.1.15

Productive Use Requirements

5.1.16

Small Business Preference

7 No Attachment Bidder must agree and attach separately if applicable 8 No Attachment Bidder must agree 9

5.1.17

DVBE Program and Incentive

5.1.18 5.1.20

GSPD-05-105 Bidder Declarations Target Area Contract Preference

2.3.17

Enterprise Zone Act Preference

2.3.18

Local Agency Military Base Recovery Act Preference General Administrative Requirements (M)

2.3.19

11/26/2013 11:11 AM

Bidder Agrees Y/N

10 11 12 No Attachment Bidder must agree and attach separately if applicable No Attachment Bidder must agree and attach separately if applicable No Attachment Bidder must agree

p. 586

State of California

Bid IFB 13-001

ATTACHMENT 3: BIDDERS CHECKLIST RESPONSE TO ADMINISTRATIVE REQUIREMENTS (M) CONTINUED

Part 2

Bidders Qualification Summary Form Instructions

13

Part 2

Bidders Qualification Summary Form (M)

13A

Part 2

Bidders Qualification Reference Form (M)

14

Part 2

STD 213, Standard Agreement (M)

15

Part 2

Unanticipated Tasks Work Authorization

16

Part 2

Sample Deliverable Milestone Submittal Form

17

Part 2

Staff Qualification Summary Form (Instructions)

18

Part 2

Staff Qualification Summary Form (Instructions)

18A-18F

Part 2

Bidders Library

19

Part 2

Network Diagram

20

Part 2

Partner Level Agreement

21

Part 2

Project Team Information

22

Part 2

OEM Telephone Specifications

23

Part 2

Avaya Price Book Catalog

24

Part 2

Itemized List of Components

25

Part 2

Staff Qualification Reference Form (M)

26A-26F

Name of Bidder: Signature of Representative:

Date:

Typed Name and Title:

11/26/2013 11:11 AM

p. 587

State of California

Bid IFB 13-001

ATTACHMENT 4: WORKERS’ COMPENSATION CERTIFICATION (M) The undersigned in submitting this document hereby certifies the following: I am aware of the provisions of Section 3700 of the California Labor Code which requires every employer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with such provisions before commencing the performance of the work of this contract.

Signature

Date

Name and Title (Print or Type)

Street Address

Firm Name

City, State, ZIP

11/26/2013 11:11 AM

p. 588

State of California

Bid IFB 13-001

ATTACHMENT 5: PAYEE DATA RECORD (M) ATTACH A COPY OF THE BIDDERS STD 204, PAYEE DATA RECORD TO THIS EXHIBIT.

http://www.documents.dgs.ca.gov/pd/masters/debris/Std204.pdf

11/26/2013 11:11 AM

p. 589

State of California

Bid IFB 13-001

ATTACHMENT 6: CERTIFICATION FOR USE TAX FOR SELLER’S PERMIT (M) ATTACH A COPY OF THE BIDDERS CALIFORNIA SELLERS PERMIT TO THIS EXHIBIT.

11/26/2013 11:11 AM

p. 590

State of California

Bid IFB 13-001

ATTACHMENT 7: CONTRACTOR’S CERTIFICATION CLAUSE (CCC-307) CCC-307 (M) CERTIFICATION I, the official named below, CERTIFY UNDER PENALTY OF PERJURY that I am duly authorized to legally bind the prospective Contractor to the clause(s) listed below. This certification is made under the laws of the State of California.

Contractor/Bidder Firm Name (Printed)

Federal ID Number

By (Authorized Signature)

Printed Name and Title of Person Signing

Date Executed

Executed in the County of

CONTRACTOR CERTIFICATION CLAUSES 1. STATEMENT OF COMPLIANCE: Contractor has, unless exempted, complied with the nondiscrimination program requirements. (Gov. Code §12990 (a-f) and CCR, Title 2, Section 8103) (Not applicable to public entities.) 2. DRUG-FREE WORKPLACE REQUIREMENTS: Contractor will comply with the requirements of the Drug-Free Workplace Act of 1990 and will provide a drug-free workplace by taking the following actions: a. Publish a statement notifying employees that unlawful manufacture, distribution, dispensation, possession or use of a controlled substance is prohibited and specifying actions to be taken against employees for violations. b. Establish a Drug-Free Awareness Program to inform employees about:

11/26/2013 11:11 AM

p. 591

State of California

Bid IFB 13-001

1) The dangers of drug abuse in the workplace; 2) The person's or organization's policy of maintaining a drug-free workplace; 3) Any available counseling, rehabilitation and employee assistance programs; and, 4) Penalties that may be imposed upon employees for drug abuse violations. c. Every employee who works on the proposed Agreement will: 1) Receive a copy of the company's drug-free workplace policy statement; and, 2) Agree to abide by the terms of the company's statement as a condition of employment on the Agreement. Failure to comply with these requirements may result in suspension of payments under the Agreement or termination of the Agreement or both and Contractor may be ineligible for award of any future State agreements if the department determines that any of the following has occurred: the Contractor has made false certification, or violated the certification by failing to carry out the requirements as noted above. (Gov. Code §8350 et seq.) 3. NATIONAL LABOR RELATIONS BOARD CERTIFICATION: Contractor certifies that no more than one (1) final unappealable finding of contempt of court by a Federal court has been issued against Contractor within the immediately preceding two-year period because of Contractor's failure to comply with an order of a Federal court, which orders Contractor to comply with an order of the National Labor Relations Board. (Pub. Contract Code §10296) (Not applicable to public entities.) 4. CONTRACTS FOR LEGAL SERVICES $50,000 OR MORE- PRO BONO REQUIREMENT: Contractor hereby certifies that contractor will comply with the requirements of Section 6072 of the Business and Professions Code, effective January 1, 2003. Contractor agrees to make a good faith effort to provide a minimum number of hours of pro bono legal services during each year of the contract equal to the lessor of 30 multiplied by the number of full time attorneys in the firm’s offices in the State, with the number of hours prorated on an actual day basis for any contract period of less than a full year or 10% of its contract with the State. Failure to make a good faith effort may be cause for non-renewal of a state contract for legal services, and may be taken into account when determining the award of future contracts with the State for legal services. 5. EXPATRIATE CORPORATIONS: Contractor hereby declares that it is not an expatriate corporation or subsidiary of an expatriate corporation within the meaning of Public Contract Code Section 10286 and 10286.1, and is eligible to contract with the State of California. 6. SWEATFREE CODE OF CONDUCT: a. All Contractors contracting for the procurement or laundering of apparel, garments or corresponding accessories, or the procurement of equipment, materials, or supplies, other than procurement related to a public works contract, declare under penalty of perjury that no apparel, garments or corresponding accessories, equipment, materials, or supplies furnished to the state pursuant to the contract have been laundered or produced in whole or in part by sweatshop labor, forced labor, convict labor, indentured labor under penal sanction, abusive forms of child labor or exploitation of children in sweatshop labor, or with the benefit of sweatshop labor, forced labor, convict labor, indentured labor under penal sanction, abusive forms of child labor or exploitation of children in sweatshop labor. The

11/26/2013 11:11 AM

p. 592

State of California

Bid IFB 13-001

contractor further declares under penalty of perjury that they adhere to the Sweatfree Code of Conduct as set forth on the California Department of Industrial Relations website located at www.dir.ca.gov, and Public Contract Code Section 6108. b. The contractor agrees to cooperate fully in providing reasonable access to the contractor’s records, documents, agents or employees, or premises if reasonably required by authorized officials of the contracting agency, the Department of Industrial Relations, or the Department of Justice to determine the contractor’s compliance with the requirements under paragraph (a). 7. DOMESTIC PARTNERS: For contracts over $100,000 executed or amended after January 1, 2007, the contractor certifies that contractor is in compliance with Public Contract Code section 10295.3. DOING BUSINESS WITH THE STATE OF CALIFORNIA The following laws apply to persons or entities doing business with the State of California. 1. CONFLICT OF INTEREST: Contractor needs to be aware of the following provisions regarding current or former state employees. If Contractor has any questions on the status of any person rendering services or involved with the Agreement, the awarding agency must be contacted immediately for clarification. Current State Employees (Pub. Contract Code §10410): 1). No officer or employee shall engage in any employment, activity or enterprise from which the officer or employee receives compensation or has a financial interest and which is sponsored or funded by any state agency, unless the employment, activity or enterprise is required as a condition of regular state employment. 2). No officer or employee shall contract on his or her own behalf as an independent contractor with any state agency to provide goods or services. Former State Employees (Pub. Contract Code §10411): 1). For the two-year period from the date he or she left state employment, no former state officer or employee may enter into a contract in which he or she engaged in any of the negotiations, transactions, planning, arrangements or any part of the decision-making process relevant to the contract while employed in any capacity by any state agency. 2). For the twelve-month period from the date he or she left state employment, no former state officer or employee may enter into a contract with any state agency if he or she was employed by that state agency in a policy-making position in the same general subject area as the proposed contract within the 12-month period prior to his or her leaving state service. If Contractor violates any provisions of above paragraphs, such action by Contractor shall render this Agreement void. (Pub. Contract Code §10420) Members of boards and commissions are exempt from this section if they do not receive payment other than payment of each meeting of the board or commission, payment for preparatory time and payment for per diem. (Pub. Contract Code §10430 (e))

11/26/2013 11:11 AM

p. 593

State of California

Bid IFB 13-001

2. LABOR CODE/WORKERS' COMPENSATION: Contractor needs to be aware of the provisions which require every employer to be insured against liability for Worker's Compensation or to undertake self-insurance in accordance with the provisions, and Contractor affirms to comply with such provisions before commencing the performance of the work of this Agreement. (Labor Code Section 3700) 3. AMERICANS WITH DISABILITIES ACT: Contractor assures the State that it complies with the Americans with Disabilities Act (ADA) of 1990, which prohibits discrimination on the basis of disability, as well as all applicable regulations and guidelines issued pursuant to the ADA. (42 U.S.C. 12101 et seq.) 4. CONTRACTOR NAME CHANGE: An amendment is required to change the Contractor's name as listed on this Agreement. Upon receipt of legal documentation of the name change the State will process the amendment. Payment of invoices presented with a new name cannot be paid prior to approval of said amendment. 5. CORPORATE QUALIFICATIONS TO DO BUSINESS IN CALIFORNIA: a. When agreements are to be performed in the state by corporations, the contracting agencies will be verifying that the contractor is currently qualified to do business in California in order to ensure that all obligations due to the state are fulfilled. b. "Doing business" is defined in R&TC Section 23101 as actively engaging in any transaction for the purpose of financial or pecuniary gain or profit. Although there are some statutory exceptions to taxation, rarely will a corporate contractor performing within the state not be subject to the franchise tax. c. Both domestic and foreign corporations (those incorporated outside of California) must be in good standing in order to be qualified to do business in California. Agencies will determine whether a corporation is in good standing by calling the Office of the Secretary of State. 6. RESOLUTION: A county, city, district, or other local public body must provide the State with a copy of a resolution, order, motion, or ordinance of the local governing body which by law has authority to enter into an agreement, authorizing execution of the agreement. 7. AIR OR WATER POLLUTION VIOLATION: Under the State laws, the Contractor shall not be: (1) in violation of any order or resolution not subject to review promulgated by the State Air Resources Board or an air pollution control district; (2) subject to cease and desist order not subject to review issued pursuant to Section 13301 of the Water Code for violation of waste discharge requirements or discharge prohibitions; or (3) finally determined to be in violation of provisions of federal law relating to air or water pollution. 8. PAYEE DATA RECORD FORM STD. 204: This form must be completed by all contractors that are not another state agency or other governmental entity.

11/26/2013 11:11 AM

p. 594

State of California

Bid IFB 13-001

ATTACHMENT 8: IRAN CONTRACTING ACT OF 2010 (M) IRAN CONTRACTING ACT (Public Contract Code sections 2202-2208) Prior to bidding on, submitting a proposal or executing a contract or renewal for a State of California contract for goods or services of $1,000,000 or more, a vendor must either: a) certify it is not on the current list of persons engaged in investment activities in Iran created by the California Department of General Services (“DGS”) pursuant to Public Contract Code section 2203(b) and is not a financial institution extending twenty million dollars ($20,000,000) or more in credit to another person, for 45 days or more, if that other person will use the credit to provide goods or services in the energy sector in Iran and is identified on the current list of persons engaged in investment activities in Iran created by DGS; or b) demonstrate it has been exempted from the certification requirement for that solicitation or contract pursuant to Public Contract Code section 2203(c) or (d). To comply with this requirement, please insert your vendor or financial institution name and Federal ID Number (if available) and complete one of the options below. Please note: California law establishes penalties for providing false certifications, including civil penalties equal to the greater of $250,000 or twice the amount of the contract for which the false certification was made; contract termination; and three-year ineligibility to bid on contracts. (Public Contract Code section 2205.)

OPTION #1 - CERTIFICATION I, the official named below, certify I am duly authorized to execute this certification on behalf of the vendor/financial institution identified below, and the vendor/financial institution identified below is not on the current list of persons engaged in investment activities in Iran created by DGS and is not a financial institution extending twenty million dollars ($20,000,000) or more in credit to another person/vendor, for 45 days or more, if that other person/vendor will use the credit to provide goods or services in the energy sector in Iran and is identified on the current list of persons engaged in investment activities in Iran created by DGS. Vendor Name/Financial Institution (Printed)

Federal ID Number (or n/a)

By (Authorized Signature) Printed Name and Title of Person Signing Date Executed

Executed in

OPTION #2 – EXEMPTION Pursuant to Public Contract Code sections 2203(c) and (d), a public entity may permit a vendor/financial institution engaged in investment activities in Iran, on a case-by-case basis, to be eligible for, or to bid on, submit a proposal for, or enters into or renews, a contract for goods and services. If you have obtained an exemption from the certification requirement under the Iran Contracting Act, please fill out the information below, and attach documentation demonstrating the exemption approval. Vendor Name/Financial Institution (Printed)

Federal ID Number (or n/a)

By (Authorized Signature) Printed Name and Title of Person Signing

11/26/2013 11:11 AM

Date Executed

p. 595

State of California

Bid IFB 13-001

ATTACHMENT 9: BIDDING PREFERENCES AND INCENTIVES (M) ALL BIDDERS: COMPLETE ALL SECTIONS BELOW AND SUBMIT WITH YOUR PROPOSAL. 1. SMALL BUSINESS PREFERENCE

Bidder must check the appropriate box from the choices below. ☐

I am a DGS certified Small Business and claim the Small Business Preference. My DGS Small Business certification number is:



I have recently filed for DGS Small Business preference but have not yet received certification, but I am claiming the Small Business preference.



I am not a DGS certified Small Business, but 25% or more of the revenue from the award will go to DGS certified Small Business Subcontractors performing a Commercially Useful Function and therefore I am claiming the preference. Bidder must complete and submit Exhibit 12: GSPD-05-105 Bidder Declaration, indicating the percentage of the revenue that will be received by each DGS certified Small Business Subcontractor.



I am not claiming the DGS Small Business preference.

2. DVBE INCENTIVE

Bidder must check the appropriate box from the choices below. ☐

I am a DGS certified DVBE. A copy of my STD. form 843 is attached.



I have recently filed for DGS DVBE certification, but have not yet received certification.



I am not a DGS certified DVBE, but a percentage of the revenue will be going to DGS certified DVBE Subcontractors performing a Commercially Useful Function, and therefore I am claiming the DVBE incentive. Bidder must submit a complete Exhibit 12: GSPD-05-105, Bidder Declaration, indicating the percentage of the revenue that will be received by each DGS certified DVBE Subcontractor. Bidder must also submit an Exhibit 11, STD 843 DVBE Declarations, for each DVBE Subcontractor, signed by the DVBE owner/manager.



I am not claiming the DVBE incentive.

3. ADDITIONAL BIDDING PREFERENCES

The Bidder shall check the appropriate box or boxes from the choices below. ☐

I am not claiming the TACPA preference.



I am claiming the TACPA bidding preference. Bidder must submit Exhibit 13: STD 830 TACPA Preference Request.

Name of Bidder: Signature and Date:

11/26/2013 11:11 AM

p. 596

State of California

Bid IFB 13-001

ATTACHMENT 10: STD 843 DVBE DECLARATIONS (M) A copy of the DVBE Declarations, Form STD 843 is available as a fill and print PDF at: http://www.documents.dgs.ca.gov/pd/poliproc/STD-843FillPrintFields.pdf

11/26/2013 11:11 AM

p. 597

State of California

Bid IFB 13-001

ATTACHMENT 11: GSPD 05-105 BIDDER DECLARATION (M) A copy of the GSPD-05-105 Bidder Declaration and its instructions, is available as a fill and print PDF at: http://www.documents.dgs.ca.gov/pd/poliproc/Master-Biddeclar08-09.pdf

11/26/2013 11:11 AM

p. 598

State of California

Bid IFB 13-001

ATTACHMENT 12: STD 830 TACPA PREFERENCE REQUEST (M) A copy of the STD 830 TACPA Preference Request and its instructions, is available as a fill and print PDF at: http://www.documents.dgs.ca.gov/osp/pdf/std830.pdf

11/26/2013 11:11 AM

p. 599

State of California

Bid IFB 13-001

ATTACHMENT 13: ATTACHMENT 13: Bidder QUALIFICATION SUMMARY FORM INSTRUCTIONS: The Bidder shall complete the Bidder Qualification Form that qualifies the Bidder ability to implement and support the CTEN solution. Note: This section must clearly specify how the Bidder meets each of the minimum requirements specified in Table XXX., Bidder Qualification Requirements.

The Bidder must complete the Bidder Qualification Summary Form (Attachments 13) in accordance with the instructions provided below.

All dates must be in MM/DD/YYYY format.

All experience must have occurred within five (5) years prior to the IFB release date, unless stated otherwise. Bidders may use multiple projects to meet the total experience required for each mandatory requirement. A separate summary form must be completed for each project cited.

All information submitted will be evaluated in determining Bidder qualifications. Any narrative description must be clear and apply directly to the requirements of this bid; the narrative description may be used to validate other information. Any conflicting information may result in the bid being deemed non-responsive and may result in the bid being disqualified. Use additional sheets as needed to complete each question.

Customer reference contact persons must not be members of the CDCR bid evaluation team.

Box 1, Bidder Name: Provide the name of the company submitting the bid on IFB 13-001.

Box 2, Project Name and Description: Provide the project name and give a brief description of the nature of the project.

Boxes 3, 4, Bidder’s Client Name, Client contact information: Self-explanatory.:

Boxes 5 and 6, Start Date and End Date: Provide the start and end date the bidder worked on the cited project using MM/DD/YYYY format.

11/26/2013 11:11 AM

p. 600

State of California

Bid IFB 13-001

ATTACHMENT 13: CONTINUED

Boxes 7, Check the appropriate response, “Yes” or “No”.

Boxes 8, Check the appropriate response, “Yes” or “No”.

Box 9, Project Contract Amount: Provide the dollar amount of the Project Contract.

Box 10, Duties and Responsibilities: Describe the duties and responsibilities that are required by the bidder to enable an assessment of the provided Minimum qualification requirements.

Definitions:  

Successfully – Executed the stated objectives on time and on budget. Experience - knowledge or skill gained through being involved in or exposed to something over a period of time.

Note: It is the Bidder’s responsibility to ensure that each Minimum Experience Requirement is met in full and addressed in the Bidder Qualification Summary Forms so that the State can establish compliance. If the State cannot determine that the years of experience for each of the Minimum Experience Requirements has been met, your bid may be deemed non-response.

11/26/2013 11:11 AM

p. 601

State of California

Bid IFB 13-001

PAGE INTENTIONALLY LEFT BLANK

11/26/2013 11:11 AM

p. 602

State of California

Bid IFB 13-001

ATTACHMENT 13A: BIDDER QUALIFICATION SUMMARY FORM BIDDERS MAY USE MULTIPLE PROJECTS TO MEET THE TOTAL EXPERIENCE REQUIRED FOR EACH MANDATORY REQUIREMENT. A SEPARATE SUMMARY FORM MUST BE COMPLETED FOR EACH PROJECT CITED.

1

Bidder Name:

2

Project Name and Description:

3

Bidder’s Client Name:

4

Client Contact Name, email Address and Telephone Number:

5

Start Date (MM/DD/YYYY):

6

End Date (MM/DD/YYYY):

7

Was the Bidder that Performed the Work the Prime Contractor? Yes ___ No ___

8

Did the Bidder Complete the Project? Yes ___ No ___

9

Project Contract Amount: $

10

Duties and Responsibilities: For each Mandatory Qualification below, write “yes” or “no” in Column B to determine if Total Experience Requirement was met (Pass/Fail). NOTE: If Total Experience Requirements was met on this cited Project, check “yes”. If Total Experience Requirement was not met on this cited Project; check “no”. If partial experience was met, enter as years and/or months of experience gained on this cited Project. If partial experience was met, the Bidder must refer to the additional cited Project Name that will meet the total Mandatory Minimum Experience level.

(B)

Mandatory Minimum Experience (A) Total Experience Requirement

Bidders Meets (A) Total Mandatory Experience Requirement?

Yes/No 1

Bidder has experience successfully implementing and maintained OHAS, within the last five (5) years.

1 Year

Mandatory Minimum Experience Gained on This Cited Project?

Yes ____ _ No

2

_____ or Partial ____ Yr.__ Mo___ If partial, provide additional cited project name _________________

Bidder must have successfully implemented MPLS and SIP networking multiple PBX systems over 20 locations, within the last five (5) years.

3 Years

Mandatory Minimum Experience Gained on This Cited Project?

Yes _____ No

11/26/2013 11:11 AM

_____ or Partial ____ Yr.__ Mo___ If partial, provide additional cited project name _________________

p. 603

State of California

3

Bidder must have successfully implemented a large scale centralized Voice Mail System with over 20,000 users within the last five (5) years.

Bid IFB 13-001

3 Years

Mandatory Minimum Experience Gained on This Cited Project?

Yes _____ No

4

_____ or Partial ____ Yr.__ Mo___ If partial, provide additional cited project name _________________

Bidder must have successfully implemented and maintained a large scale enterprise supporting centralized automated attendant system with over 20 locations.

3 Years

Mandatory Minimum Experience Gained on This Cited Project?

Yes _____ No

5

_____ or Partial ____ Yr.__ Mo___ If partial, provide additional cited project name _________________

Bidder must have experience implementing and maintaining a large scale enterprise supporting centralized call accounting with over 20 locations.

3 Years

Mandatory Minimum Experience Gained on This Cited Project?

Yes _____ No

6

_____ or Partial ____ Yr.__ Mo___ If partial, provide additional cited project name _________________

Bidder must have experience implementing and maintaining Telecommunications solutions within a Correctional Facility or Prison within the last five (5) years.

3 Years

Mandatory Minimum Experience Gained on This Cited Project?

Yes _____ No

11/26/2013 11:11 AM

_____ or Partial ____ Yr.__ Mo___ If partial, provide additional cited project name _________________

p. 604

State of California

Bid IFB 13-001

ATTACHMENT 14 ATTACHMENT 14: BIDDER QUALIFICATION REFERENCE FORM: Bidder Instructions: Complete the first four (1-4) fields of this Attachment 14, Bidder Qualification -Reference Form, for each corresponding Attachment 13A, Bidder Qualification Summary Form, submitted. The Client information below must be the same as the corresponding Attachment 13A. Submit a copy of the corresponding Attachment 13A with the corresponding Attachment 14 to the Client References for their validation and signature. Client Reference Instructions: Please complete item five (5) by circling “Yes or No” to validate that the Bidder performed the services described on Attachment 13A. Date and sign this Attachment 14 and return the forms to the Bidder. 1

Bidder’s Staff Name:

2

Project Name:

3

Staff’s Client Name:

4

Client Contact Name, Email Address, and Telephone Number:

Client Reference Confirmation Client reference shall validate the Bidder staff has provided the requirements listed in Attachment 15A, answering “Yes” or “No”.

5

The bidders staff performed the service described in Attachment A is accurate.

Yes

No

By signing below, I declare that I have reviewed the information contained in Attachment 13A and 14 and that the information is true and correct. Client Reference Signature:

Date:

Printed Name:

11/26/2013 11:11 AM

p. 605

State of California

Bid IFB 13-001

ATTACHMENT 15: STD 213, STANDARD AGREEMENT (M) Bidders are to submit four (4) originally signed printed STD 213, Standard Agreement forms and include all four (4) within their Volume 1 hard copy submittal. The STD 213, Standard Agreement must be signed by a party authorized to bind the firm contractually. Only one (1) scanned copy of the signed STD 213, Standard Agreement needs to be included in each CD of Volume 1. The Bidder shall only complete the “CONTRACTOR’S NAME” in block 1, and all of the information required for the “CONTRACTOR” block in the lower part of the form. The Bidder shall attach as indicated, the Section 11, Statement of Work.

11/26/2013 11:11 AM

p. 606

State of California

Bid IFB 13-001

REGISTRATION NUMBER

STATE OF CALIFORNIA

STANDARD AGREEMENT STD. 213 (REVISED 07/12)

1.

AGREEMENT NUMBER

PURCHASING AUTHORITY NUMBER

This Agreement is entered into between the State Agency and the Contractor named below STATE AGENCY’S NAME

Department of Corrections and Rehabilitation CONTRACTOR’S NAME

2. 3. 4.

The term of this Agreement is: The maximum amount $ XXXXX.XX (not including 10% of total contract amount for Unanticipated Costs) if this Agreement is: The parties agree to comply with the terms and conditions of the following attachments which are by this reference made a part of the Agreement: (*) General Provisions – Information Technology (GSPD – 401IT) revised 06/08/2010 Section 11, Statement of Work Appendix C, Cost Worksheets (*) IFB XXX in its entirety (*) Contractor’s Final Proposal to IFB XXX in its entirety

Items shown with an Asterisk (*), are hereby incorporated by reference and made part of this agreement as if attached hereto.

IN WITNESS WHEREOF, this Agreement has been executed by the parties hereto. Statewide Technology Procurement Division Use Only

CONTRACTOR CONTRACTOR’S NAME (If other than an individual, state whether a corporation, partnership, etc.)

BY (Authorized Signature)

DATE SIGNED

 PRINTED NAME AND TITLE OF PERSON SIGNING ADDRESS

STATE OF CALIFORNIA AGENCY NAME

Department of Corrections and Rehabilitation BY (Authorized Signature)

DATE SIGNED

 PRINTED NAME AND TITLE OF PERSON SIGNING

Deborah Chu – IT Acquisitions Manager ADDRESS

1900 Birkmont Drive, Rancho Cordova, CA 95742

11/26/2013 11:11 AM

Exempt per

p. 607

State of California

Bid IFB 13-001

ATTACHMENT 16: UNANTICIPATED TASKS WORK AUTHORIZATION Project Title XXXXXXX Statement of Purpose Explain the purpose of the Work Authorization. Objective/Goals to be undertaken by the Contractor What will the end result be? Materials to be developed by the Contractor and delivered to the CDCR Example: if the Work Authorization is to develop a training manual for CDCR, name the type of training manual to be developed. Materials to be developed by the CDCR and delivered to the Contractor If this section is not applicable, input: No action required by the CDCR. Schedule Dates Enter the term dates needed to complete the Work Authorization. Start Date: xx/xx/20xx Estimated Labor Hours

Contractor Personnel To Be Assigned

Completion Date: xx/xx/20xx Labor Rate $

Estimated Total Cost $ Job Classification/Skill Level

Completion Criteria Acceptance of (input the purpose) by CDCR. This task will be performed in accordance with this Work Authorization and the provisions of the Contract or Purchase Order Number _______________. Approval ______________________________ Contractor Project Manager

Date _______________

______________________________ CDCR Management

Date _______________

______________________________ CDCR Procurement Analyst

Date _______________

11/26/2013 11:11 AM

p. 608

State of California

Bid IFB 13-001

ATTACHMENT 17: SAMPLE DELIVERABLE/MILESTONE SUBMITAL FORM Client Name: Project Name: Contractor Name: Deliverable To Be Reviewed or Milestone Attained: Date Deliverable Submitted for Review or Milestone Achievement Date:

The [insert deliverable/milestone name] Deliverable/milestone is complete. This Deliverable/milestone has been completed/attained by [insert Corporate name] in accordance with the requirements specified in the IFB and Project Plan. Please obtain signatures below indicating the compliance of [insert Deliverable/milestone name]. Please obtain all signatures within XX calendar days of the Submitted or Achievement Date, above [insert date XX calendar date XX calendar days from submitted date]. Please contact ____________________________ at XXX XXX-XXXX with any questions. [Insert Company Name] Insert Project Name] Project Manager ____________________________________________________________________________ __ Printed Name Contractor Project Manager [Same as person signing above]

COMPLIANT:

YES _______ NO _______

N/A ________

Signature of State Project Representative/Date

NOT COMPLIANT: Describe reason/s for non-compliance: (continue on back if necessary)

Signature of State Project Representative/Date

11/26/2013 11:11 AM

p. 609

State of California

Bid IFB 13-001

ATTACHMENT 18: STAFF QUALIFICATION SUMMARY FORM ATTACHMENT 18: Staff QUALIFICATION SUMMARY FORM INSTRUCTIONS The Bidder shall complete the Bidder Qualification Form that qualifies the Bidder ability to implement and support the CTEN solution. Note: This section must clearly specify how the Bidder meets each of the minimum requirements specified in Table XXX., Bidder Qualification Requirements.

The Bidder must complete the Bidder Qualification Summary Form (Attachments XXX) in accordance with the instructions provided below.

All dates must be in MM/DD/YYYY format.

All experience must have occurred within five (5) years prior to the IFB release date, unless stated otherwise. Bidders may use multiple projects to meet the total experience required for each mandatory requirement. A separate summary form must be completed for each project cited.

All information submitted will be evaluated in determining Bidder qualifications. Any narrative description must be clear and apply directly to the requirements of this bid; the narrative description may be used to validate other information. Any conflicting information may result in the bid being deemed non-responsive and may result in the bid being disqualified. Use additional sheets as needed to complete each question.

Customer reference contact persons must not be members of the CDCR bid evaluation team.

Box 1, Bidder Name: Provide the name of the company submitting the bid on IFB XXX.

Box 2, Project Name and Description: Provide the project name and give a brief description of the nature of the project.

Boxes 3, 4, Bidder’s Client Name, Client contact information: Self-explanatory.:

Boxes 5 and 6, Start Date and End Date: Provide the start and end date the bidder worked on the cited project using MM/DD/YYYY format.

11/26/2013 11:11 AM

p. 610

State of California

Bid IFB 13-001

Boxes 7, Check the appropriate response, “Yes” or “No”.

Boxes 8, Check the appropriate response, “Yes” or “No”.

Box 9, Project Contract Amount: Provide the dollar amount of the Project Contract.

Box 10, Duties and Responsibilities: Describe the duties and responsibilities that are required by the bidder to enable an assessment of the provided Minimum qualification requirements.

Definitions:  

Successfully – Executed the stated objectives on time and on budget. Experience - knowledge or skill gained through being involved in or exposed to something over a period of time.

Note: It is the Bidder’s responsibility to ensure that each Minimum Experience Requirement is met in full and addressed in the Bidder Qualification Summary Forms so that the State can establish compliance. If the State cannot determine that the years of experience for each of the Minimum Experience Requirements has been met, your bid may be deemed non-response.

11/26/2013 11:11 AM

p. 611

State of California

Bid IFB 13-001

ATTACHMENT 18A: STAFF QUALIFICATION SUMMARY FORM (ACCOUNT MANAGER) BIDDERS MAY USE MULTIPLE PROJECTS TO MEET THE TOTAL EXPERIENCE REQUIRED FOR EACH MANDATORY REQUIREMENT. A SEPARATE SUMMARY FORM MUST BE COMPLETED FOR EACH PROJECT CITED.

1

Bidder Name:

2

Staff Name:

3

Project Name and Description:

4

Staff’s Reference Company Name:

5

Staff’s Reference Contact Name, email Address and Telephone Number:

6

Staff Start Date (MM/DD/YYYY):

7

Staff End Date (MM/DD/YYYY):

8

Duties and Responsibilities: For each Mandatory Qualification below, write “yes” or “no” in Column B to determine if Total Experience Requirement was met (Pass/Fail). NOTE: If Total Experience Requirements was met on this cited Project, check “yes”. If Total Experience Requirement was not met on this cited Project; check “no”. If partial experience was met, enter as years and/or months of experience gained on this cited Project. If partial experience was met, the Bidder must refer to the additional cited Project Name that will meet the total Mandatory Minimum Experience level. Mandatory Minimum Experience

(A)Total Experience Requirement

(B) Bidders Meets (A) Total Mandatory Experience Requirement?

Yes/No M1

Experience in resolving customer issue and problem-solving capabilities resulting in customer satisfaction.

3 Years

Mandatory Minimum Experience Gained on This Cited Project?

Yes _____ No M2

_____ or Partial ____ Yr.__ Mo___ If partial, provide additional cited project name _________________

Account Management experience on large Enterprise Customers VoIP and Data Network Projects.

3 Years

Mandatory Minimum Experience Gained on This Cited Project?

Yes _____ No

11/26/2013 11:11 AM

_____ or Partial ____ Yr.__ Mo___ If partial, provide additional cited project name _________________

p. 612

State of California

Bid IFB 13-001

ATTACHMENT 18B: STAFF QUALIFICATION SUMMARY FORM (Customer Service Executive) BIDDERS MAY USE MULTIPLE PROJECTS TO MEET THE TOTAL EXPERIENCE REQUIRED FOR EACH MANDATORY REQUIREMENT. A SEPARATE SUMMARY FORM MUST BE COMPLETED FOR EACH PROJECT CITED.

1

Bidder Name:

2

Staff Name:

3

Project Name and Description:

4

Staff’s Reference Company Name:

5

Staff’s Reference Contact Name, email Address and Telephone Number:

6

Staff Start Date (MM/DD/YYYY):

7

Staff End Date (MM/DD/YYYY):

8

Duties and Responsibilities: For each Mandatory Qualification below, write “yes” or “no” in Column B to determine if Total Experience Requirement was met (Pass/Fail). NOTE: If Total Experience Requirements was met on this cited Project, check “yes”. If Total Experience Requirement was not met on this cited Project; check “no”. If partial experience was met, enter as years and/or months of experience gained on this cited Project. If partial experience was met, the Bidder must refer to the additional cited Project Name that will meet the total Mandatory Minimum Experience level. Mandatory Minimum Experience

(A)Total Experience Requirement

(B) Bidders Meets (A) Total Mandatory Experience Requirement?

Yes/No M1

Experience in supporting and resolving large-scale Enterprise Customer service issues, within the last five (5) years.

3 Years

Mandatory Minimum Experience Gained on This Cited Project?

Yes _____ No M2

_____ or Partial ____ Yr.__ Mo___ If partial, provide additional cited project name ____________

Must demonstrate excellent verbal and written communications skills.

3 Years

Mandatory Minimum Experience Gained on This Cited Project?

Yes _____ No

_____ or Partial ____ Yr.__ Mo___ If partial, provide additional cited project name ____________

ATTACHMENT 18C: STAFF QUALIFICATION SUMMARY FORM (PROJECT MANAGER)

11/26/2013 11:11 AM

p. 613

State of California

Bid IFB 13-001

BIDDERS MAY USE MULTIPLE PROJECTS TO MEET THE TOTAL EXPERIENCE REQUIRED FOR EACH MANDATORY REQUIREMENT. A SEPARATE SUMMARY FORM MUST BE COMPLETED FOR EACH PROJECT CITED.

1

Bidder Name:

2

Staff Name:

3

Project Name and Description:

4

Staff’s Reference Company Name:

5

Staff’s Reference Contact Name, email Address and Telephone Number:

6

Staff Start Date (MM/DD/YYYY):

7

Staff End Date (MM/DD/YYYY):

8

Duties and Responsibilities: For each Mandatory Qualification below, write “yes” or “no” in Column B to determine if Total Experience Requirement was met (Pass/Fail). NOTE: If Total Experience Requirements was met on this cited Project, check “yes”. If Total Experience Requirement was not met on this cited Project; check “no”. If partial experience was met, enter as years and/or months of experience gained on this cited Project. If partial experience was met, the Bidder must refer to the additional cited Project Name that will meet the total Mandatory Minimum Experience level. Mandatory Minimum Experience

(A)Total Experience Requirement

(B) Bidders Meets (A) Total Mandatory Experience Requirement?

Yes/No M1

Three (3) years of experience applying PM principles, methods, techniques and tools.

3 Years

Mandatory Minimum Experience Gained on This Cited Project?

Yes _____ No M2

_____ or Partial ____ Yr.__ Mo___ If partial, provide additional cited project name _________________

Three (3) years of experience managing large Enterprise Customers VoIP and Data Network Projects.

3 Years

Mandatory Minimum Experience Gained on This Cited Project?

Yes _____ No M3

_____ or Partial ____ Yr.__ Mo___ If partial, provide additional cited project name _________________

Project Management Institution (PMI) and/or Project Management Professional (PMP) certification.

Attach Certificate

Attach Certificate to Attachment XXX

ATTACHMENT 18D: STAFF QUALIFICATION SUMMARY FORM (TECHNICAL LEAD)

11/26/2013 11:11 AM

p. 614

State of California

Bid IFB 13-001

BIDDERS MAY USE MULTIPLE PROJECTS TO MEET THE TOTAL EXPERIENCE REQUIRED FOR EACH MANDATORY REQUIREMENT. A SEPARATE SUMMARY FORM MUST BE COMPLETED FOR EACH PROJECT CITED.

1

Bidder Name:

2

Staff Name:

3

Project Name and Description:

4

Staff’s Reference Company Name:

5

Staff’s Reference Contact Name, email Address and Telephone Number:

6

Staff Start Date (MM/DD/YYYY):

7

Staff End Date (MM/DD/YYYY):

8

Duties and Responsibilities: For each Mandatory Qualification below, write “yes” or “no” in Column B to determine if Total Experience Requirement was met (Pass/Fail). NOTE: If Total Experience Requirements was met on this cited Project, check “yes”. If Total Experience Requirement was not met on this cited Project; check “no”. If partial experience was met, enter as years and/or months of experience gained on this cited Project. If partial experience was met, the Bidder must refer to the additional cited Project Name that will meet the total Mandatory Minimum Experience level. Mandatory Minimum Experience

(A)Total Experience Requirement

(B) Bidders Meets (A) Total Mandatory Experience Requirement?

Yes/No M1

Three (3) years experience tests and validation of Converged Networking/VoIP infrastructures, systems tests, network testing, and user acceptance testing.

3 Years

Mandatory Minimum Experience Gained on This Cited Project?

Yes _____ No M2

_____ or Partial ____ Yr.__ Mo___ If partial, provide additional cited project name _________________

Certified Avaya Implementation Specialist.

Attach Certificate

Attach Certificate to Attachment XXX

11/26/2013 11:11 AM

p. 615

State of California

Bid IFB 13-001

ATTACHMENT 18E: STAFF QUALIFICATION SUMMARY FORM (TECHNICIAN) BIDDERS MAY USE MULTIPLE PROJECTS TO MEET THE TOTAL EXPERIENCE REQUIRED FOR EACH MANDATORY REQUIREMENT. A SEPARATE SUMMARY FORM MUST BE COMPLETED FOR EACH PROJECT CITED.

1

Bidder Name:

2

Staff Name:

3

Project Name and Description:

4

Staff’s Reference Company Name:

5

Staff’s Reference Contact Name, email Address and Telephone Number:

6

Staff Start Date (MM/DD/YYYY):

7

Staff End Date (MM/DD/YYYY):

8

Duties and Responsibilities: For each Mandatory Qualification below, write “yes” or “no” in Column B to determine if Total Experience Requirement was met (Pass/Fail). NOTE: If Total Experience Requirements was met on this cited Project, check “yes”. If Total Experience Requirement was not met on this cited Project; check “no”. If partial experience was met, enter as years and/or months of experience gained on this cited Project. If partial experience was met, the Bidder must refer to the additional cited Project Name that will meet the total Mandatory Minimum Experience level. Mandatory Minimum Experience

(A)Total Experience Requirement

((B) Bidders Meets (A) Total Mandatory Experience Requirement?

Yes/No M1

Three (3) years’ experience performing remote M/A/Cs, installation, and maintenance of telecommunications and networking systems.

3 Years

Mandatory Minimum Experience Gained on This Cited Project?

Yes _____ No M2

_____ or Partial ____ Yr.__ Mo___ If partial, provide additional cited project name _________________

Must be Manufacturer certified in the proposed OEM.

Attach Certificate

Attach Certificate to Attachment XXX M2

Three (3) years proficiency in Microsoft Excel and Word.

3 Years

Mandatory Minimum Experience Gained on This Cited Project?

Yes _____ No

11/26/2013 11:11 AM

_____ or Partial ____ Yr.__ Mo___ If partial, provide additional cited project name _________________

p. 616

State of California

Bid IFB 13-001

ATTACHMENT 18F: STAFF QUALIFICATION SUMMARY FORM (VoIP NETWORK ENGINEER) BIDDERS MAY USE MULTIPLE PROJECTS TO MEET THE TOTAL EXPERIENCE REQUIRED FOR EACH MANDATORY REQUIREMENT. A SEPARATE SUMMARY FORM MUST BE COMPLETED FOR EACH PROJECT CITED.

1

Bidder Name:

2

Staff Name:

3

Project Name and Description:

4

Staff’s Reference Company Name:

5

Staff’s Reference Contact Name, email Address and Telephone Number:

6

Staff Start Date (MM/DD/YYYY):

7

Staff End Date (MM/DD/YYYY):

8

Duties and Responsibilities: For each Mandatory Qualification below, write “yes” or “no” in Column B to determine if Total Experience Requirement was met (Pass/Fail). NOTE: If Total Experience Requirements was met on this cited Project, check “yes”. If Total Experience Requirement was not met on this cited Project; check “no”. If partial experience was met, enter as years and/or months of experience gained on this cited Project. If partial experience was met, the Bidder must refer to the additional cited Project Name that will meet the total Mandatory Minimum Experience level. Mandatory Minimum Experience

(A)Total Experience Requirement

(B) Bidders Meets (A) Total Mandatory Experience Requirement?

Yes/No M1

Three (3) years’ experience designing a converged QoS multi-service network for large, enterprise networks.

3 Years

Mandatory Minimum Experience Gained on This Cited Project?

Yes _____ No M2

_____ or Partial ____ Yr.__ Mo___ If partial, provide additional cited project name _________________

Demonstrates the ability to work with customers and teams for successful design, staging, and implementation of VoIP solutions.

3 Years

Mandatory Minimum Experience Gained on This Cited Project?

Yes _____ No M2

_____ or Partial ____ Yr.__ Mo___ If partial, provide additional cited project name _________________

Manufacturer Certifications in the proposed OEM is required and shall be submitted as Attachment XXX.

Attach Certificate

Attach Certificate to Attachment XXX

11/26/2013 11:11 AM

p. 617

State of California

Bid IFB 13-001

ATTACHMENT 19: BIDDER’S LIBRARY AND REQUEST FOR INFORMATION CALIFORNIA DEPARTMENT OF CORRECTIONS AND CTEN PROJECT Bidder’s Library Instructions The State will make the following additional facility related-materials in an electronic Bidder’s Library available via the Internet: 1) Bidder Site Visit Photographs; 2) CDCR Construction Guidelines; 3) CDCR Telecommunications Design and Engineering Guidelines; 4) Agency Change Control Governance and Structure; 5) CDCR Information Access and Security Agreement 6) CDCR CURRENT PBX 7) CDCR LOCATIONS 8) DTI OHAS 9) NETWORK WAN 10) CDCR Design Criteria Guidelines 11) CDCR ISO1900 To obtain the log-on and password to the Bidder’s Library, Bidders must sign and submit Part 2, Attachment 1, Letter of Intent to Bid as identified in Attachment 19, Information Access and Security Agreement, to the State Procurement Official. It is the Bidder’s responsibility to provide the State Procurement Official the required documentation to obtain the log-on and password for access to the Bidder’s Library. The Bidder must identify a Bidder’s Library single point of contact, email, street address, and phone number in the cover letter, Bid Cover Letter, along with the Letter of Intent to Bid. The website link, log-on, and password will be emailed back to a single company contact within three (3) days after receipt of Intent to Bid. Bidders are encouraged to review the information in the Bidder’s Library to gain a thorough understanding of the CDCR CTEN facility-related materials. If as-built information is required, the Bidder shall submit a written request to the State Procurement Official. Documentation DVDs will be distributed in-person, or shipped via prepaid postage. If Bidders require additional site specific information, the Bidder shall submit a written request to the procurement official using Attachment 19, Request for Information. The State will evaluate the request to ensure there is no risk to security before releasing the information.

11/26/2013 11:11 AM

p. 618

State of California

Bid IFB 13-001

ATTACHMENT 19 REQUEST FOR INFORMATION CALIFORNIA DEPARTMENT OF CORRECTIONS AND CTEN PROJECT TO:

Facility Name

FROM:

Phase Number

SUBJECT: __________________________________ BUILDING/ROOM: ___________________________ DATE ISSUED: ____________________________ DWG. REF._______________ SPEC REF.________DATE RESPONSE REQUIRED: ______________ QUESTION/PROPOSED SOLUTION:

Attached Sheets:

YES

NO

POTENTIAL IMPACT ( ) SCHED ( ) LABOR ( ) MTR’L ( ) NO IMPACT ( ) OTHER Contractor Rep.________________________

Reviewed by CM:_______________________ Date:_______________ Sent To:__________________ REPLY:

Attached Sheets:

YES

NO

Responding Firm:____________________________ By:__________________Date:_______________ Response Reviewed and Forwarded by CM:_________________________ Date:__________________

11/26/2013 11:11 AM

p. 619

State of California

Bid IFB 13-001

ATTACHMENT 20 NETWORK DIAGRAM AS REFERENCED IN APPENDIX A, TR 43 – 67 Bidder shall diagram the proposed solution below:

11/26/2013 11:11 AM

p. 620

State of California

Bid IFB 13-001

ATTACHMENT 21 PARTNER LEVEL AGREEMENT AS REFERENCED IN APPENDIX B, BR Bidder shall attach their manufacturer certification level within this attachment.

11/26/2013 11:11 AM

p. 621

State of California

Bid IFB 13-001

ATTACHMENT 22: PROJECT TEAM INFORMATION

Bidders shall provide and attach resumes for the Project Team members who will be supporting the delivery of the CDCR CTEN solution. In the Column labeled “Resume Enclosed” Bidders shall respond “Yes” or “No”.

Item

1

2

3

4

5

6

11/26/2013 11:11 AM

Item Account Team Member Title and Description

Resume Enclosed

Account Manager: Will be a customer advocate, manage day-to-day account initiatives, problem resolution, and be accountable for overall customer satisfaction. VoIP/Network Engineer: Personnel with experience designing a converged QoS multi-service network of similar size and complexity; including bandwidth requirements and analysis, load balancing, capacity planning, failover, high availability, redundancy, and fault tolerance.

Technical Lead: Experience in the technical development and implementation of conversion planning. This shall include testing and validation of Converged Networking/VoIP infrastructures, systems tests, network testing, and user acceptance testing. Project Manager: Personnel with experience in project management and project control including the creation and maintenance of project scope, timelines and scheduling, as well as change control documentation and processes. This shall also include quality control and a proven track record of timely completion of deliverable items. Must be PMP certified Technician: Experience performing remote, onsite installation (M/A/Cs) and maintenance of telecommunications and networking systems. Must be proficient in Excel and Word. Customer Service Executive: Experience in Enterprise Customer service and support. Duties include attending quarterly meetings, problem reporting, triage, escalation, and resolution. Available 24/7.

p. 622

State of California

Bid IFB 13-001

ATTACHMENT 23: OEM TELEPHONE SPECIFICATIONS

Bidders shall provide and attach all OEM Telephone Specifications and distance limitations.

11/26/2013 11:11 AM

p. 623

State of California

Bid IFB 13-001

ATTACHMENT 24: AVAYA PRICE BOOK CATALOG

Bidder shall provide the Avaya Price book here.

11/26/2013 11:11 AM

p. 624

State of California

Bid IFB 13-001

ATTACHMENT 25: ITEMIZED LIST OF COMPONENTS Bidder shall provide detail pricing for the Core Voice Telephony platform and Institutional PBX solution as described in Appendix C.

11/26/2013 11:11 AM

p. 625

State of California

Bid IFB 13-001

ATTACHMENT 26A ATTACHMENT 26A: STAFF QUALIFICATION REFERENCE FORM (ACCOUNT MANAGER) Bidder Instructions: Complete the first four (1-4) fields of this Attachment 26A, Staff Qualification Reference Form, for each corresponding Attachment 18A, Staff Qualification Summary Form, submitted. The Client information below must be the same as the corresponding Attachment 18A. Submit a copy of the corresponding Attachment 26A with the corresponding Attachment 18A to the Client References for their validation and signature. Client Reference Instructions: Please complete item five (5) by circling “Yes or No” to validate that the Staff performed the services described on Attachment 18A. Date and sign this Attachment 26A and return the forms to the Bidder. 1

Bidder’s Staff Name:

2

Project Name:

3

Staff’s Client Name:

4

Client Contact Name, Email Address, and Telephone Number:

Client Reference Confirmation Client reference shall validate the Bidder staff has provided the requirements listed in Attachment 26A, answering “Yes” or “No”.

5

The bidders staff performed the service described in Attachment A is accurate.

Yes

No

By signing below, I declare that I have reviewed the information contained in Attachment 18A and 26A and that the information is true and correct. Client Reference Signature:

Date:

Printed Name:

11/26/2013 11:11 AM

p. 626

State of California

Bid IFB 13-001

ATTACHMENT 26B ATTACHMENT 26B: STAFF QUALIFICATION REFERENCE FORM (CUSTOMER SERVICE EXECUTIVE) Bidder Instructions: Complete the first four (1-4) fields of this Attachment 26B, Staff Qualification Reference Form, for each corresponding Attachment 18B, Staff Qualification Summary Form, submitted. The Client information below must be the same as the corresponding Attachment 18B. Submit a copy of the corresponding Attachment 26B with the corresponding Attachment 18B to the Client References for their validation and signature. Client Reference Instructions: Please complete item five (5) by circling “Yes or No” to validate that the Staff performed the services described on Attachment 18B. Date and sign this Attachment 26B and return the forms to the Bidder. 1

Bidder’s Staff Name:

2

Project Name:

3

Staff’s Client Name:

4

Client Contact Name, Email Address, and Telephone Number:

Client Reference Confirmation Client reference shall validate the Bidder staff has provided the requirements listed in Attachment 26B, answering “Yes” or “No”.

5

The bidders staff performed the service described in Attachment A is accurate.

Yes

No

By signing below, I declare that I have reviewed the information contained in Attachment 18B and 26B and that the information is true and correct. Client Reference Signature:

Date:

Printed Name:

11/26/2013 11:11 AM

p. 627

State of California

Bid IFB 13-001

ATTACHMENT 26C ATTACHMENT 26C: STAFF QUALIFICATION REFERENCE FORM (PROJECT MANAGER) Bidder Instructions: Complete the first four (1-4) fields of this Attachment 26C, Staff Qualification Reference Form, for each corresponding Attachment 18C, Staff Qualification Summary Form, submitted. The Client information below must be the same as the corresponding Attachment 18C. Submit a copy of the corresponding Attachment 26C with the corresponding Attachment 18C to the Client References for their validation and signature. Client Reference Instructions: Please complete item five (5) by circling “Yes or No” to validate that the Staff performed the services described on Attachment 14A. Date and sign this Attachment 26C and return the forms to the Bidder. 1

Bidder’s Staff Name:

2

Project Name:

3

Staff’s Client Name:

4

Client Contact Name, Email Address, and Telephone Number:

Client Reference Confirmation Client reference shall validate the Bidder staff has provided the requirements listed in Attachment 26C, answering “Yes” or “No”.

5

The bidders staff performed the service described in Attachment A is accurate.

Yes

No

By signing below, I declare that I have reviewed the information contained in Attachment 18C and 26C and that the information is true and correct. Client Reference Signature:

Date:

Printed Name:

11/26/2013 11:11 AM

p. 628

State of California

Bid IFB 13-001

ATTACHMENT 26D ATTACHMENT 26D: STAFF QUALIFICATION REFERENCE FORM (TECHNICAL LEAD) Bidder Instructions: Complete the first four (1-4) fields of this Attachment 26D, Staff Qualification Reference Form, for each corresponding Attachment 18D, Staff Qualification Summary Form, submitted. The Client information below must be the same as the corresponding Attachment 18D. Submit a copy of the corresponding Attachment 26D with the corresponding Attachment 18D to the Client References for their validation and signature. Client Reference Instructions: Please complete item five (5) by circling “Yes or No” to validate that the Staff performed the services described on Attachment 18D. Date and sign this Attachment 26D and return the forms to the Bidder. 1

Bidder’s Staff Name:

2

Project Name:

3

Staff’s Client Name:

4

Client Contact Name, Email Address, and Telephone Number:

Client Reference Confirmation Client reference shall validate the Bidder staff has provided the requirements listed in Attachment 26D, answering “Yes” or “No”.

5

The bidders staff performed the service described in Attachment A is accurate.

Yes

No

By signing below, I declare that I have reviewed the information contained in Attachment 18D and 26D and that the information is true and correct. Client Reference Signature:

Date:

Printed Name:

11/26/2013 11:11 AM

p. 629

State of California

Bid IFB 13-001

ATTACHMENT 26E ATTACHMENT 26E: STAFF QUALIFICATION REFERENCE FORM (TECHNICIAN) Bidder Instructions: Complete the first four (1-4) fields of this Attachment 26E, Staff Qualification Reference Form, for each corresponding Attachment 18E, Staff Qualification Summary Form, submitted. The Client information below must be the same as the corresponding Attachment 18E. Submit a copy of the corresponding Attachment 26E with the corresponding Attachment 18E to the Client References for their validation and signature. Client Reference Instructions: Please complete item five (5) by circling “Yes or No” to validate that the Staff performed the services described on Attachment 18E. Date and sign this Attachment 26E and return the forms to the Bidder. 1

Bidder’s Staff Name:

2

Project Name:

3

Staff’s Client Name:

4

Client Contact Name, Email Address, and Telephone Number:

Client Reference Confirmation Client reference shall validate the Bidder staff has provided the requirements listed in Attachment 26E, answering “Yes” or “No”.

5

The bidders staff performed the service described in Attachment A is accurate.

Yes

No

By signing below, I declare that I have reviewed the information contained in Attachment 18E and 26E and that the information is true and correct. Client Reference Signature:

Date:

Printed Name:

11/26/2013 11:11 AM

p. 630

State of California

Bid IFB 13-001

ATTACHMENT 26F ATTACHMENT 26F: STAFF QUALIFICATION REFERENCE FORM (VoIP NETWORK ENGINEER) Bidder Instructions: Complete the first four (1-4) fields of this Attachment 26F, Staff Qualification Reference Form, for each corresponding Attachment 18F, Staff Qualification Summary Form, submitted. The Client information below must be the same as the corresponding Attachment 18F. Submit a copy of the corresponding Attachment 26F with the corresponding Attachment 18F to the Client References for their validation and signature. Client Reference Instructions: Please complete item five (5) by circling “Yes or No” to validate that the Staff performed the services described on Attachment 18F. Date and sign this Attachment 26F and return the forms to the Bidder. 1

Bidder’s Staff Name:

2

Project Name:

3

Staff’s Client Name:

4

Client Contact Name, Email Address, and Telephone Number:

Client Reference Confirmation Client reference shall validate the Bidder staff has provided the requirements listed in Attachment 26F, answering “Yes” or “No”.

5

The bidders staff performed the service described in Attachment A is accurate.

Yes

No

By signing below, I declare that I have reviewed the information contained in Attachment 18F and 26F and that the information is true and correct. Client Reference Signature:

Date:

Printed Name:

11/26/2013 11:11 AM

p. 631

State of California

Bid IFB 13-001

ATTACHMENT 27: COMMERCIALLY USEFUL FUNCTION (CUF) CERTIFICATION Date: __________ Name of Bidder: ________________________ A business that is performing a commercially useful function is one that does all of the following: (i) Is responsible for the execution of a distinct element of the work of the contract. (ii) Carries out its obligation by actually performing, managing, or supervising the work involved. (iii) Performs work that is normal for its business services and functions. (iv) Is responsible, with respect to products, inventories, materials, and supplies required for the contract, for negotiating price, determining quality and quantity, ordering, installing, if applicable, and making payment. (v) Is not further subcontracting a portion of the work that is greater than that expected to be subcontracted by normal industry practices. The Bidder must provide a written, signed statement below detailing the role, services and/or goods the Subcontractor(s) will provide to meet the Commercially Useful Function requirement. If the Bidder is not claiming the preference credits available for subcontracting to a small business for performance of Commercially Useful Function, complete and sign the form with “Not Applicable”

Bidder’s Signature: Printed Name:

11/26/2013 11:11 AM

p. 632

State of California

Bid IFB 13-001

GLOSSARY DEFINITIONS, ACRONYMS, AND ABBREVIATIONS Table 20: DEFINITIONS, ACRONYMS, AND ABBREVIATIONS ASP

Avenal State CDCR

ADR

Application Detail Record

ANI

Automatic Number Identification

API

Application Programming Interface

ASR

Automatic Speech Recognition

BIOS

Basic Input / Output System

BMAC

Backbone Media Access Control Address

BRS

Business Requirements Specification

CAC

Call Admission Control

CAL

Calipatria State CDCR

CALNET

California Network

CAS

Channel Associated Signaling

CCA

Call Classification Analysis

CCC

California Correctional Center

CCI

California Correctional Institution

CCWF

Central California Women’s Facility

11/26/2013 11:11 AM

p. 633

State of California

CDCR

California Department of Corrections and Rehabilitation

CDH

Call Data handler

CDR

Call Detail Record

CE

Customer Edge Router

CEN

Centinela State CDCR

CERTIFICATION DATE

Projected or anticipated completion date

CIM

California Institution for Men

CIW

California Institution for Women

CMC

California Men’s Colony

CMF

California Medical Facility

CMS

Call Management System

CO

Central Office

COR

California State CDCR, Corcoran

CoS

Class of Service

COT

Central Office Trunks

CPU

Central Processing Unit

CRC

California Rehabilitation Center

CTF

Correctional Training Facility

11/26/2013 11:11 AM

Bid IFB 13-001

p. 634

State of California

CTI

Computer Telephony Integration

CVSP

Chuckawalla Valley State CDCR

Bid IFB 13-001

DAY DCB

Data Center Bridging

DID

Direct Inward Dial

DJJ

Department of Juvenile Justice

DNIS

Dialed Number Identification Service

DOD

Direct Outward Dial

DTE

Data terminal equipment

DTMF

Dual Tone Multi-Frequency

DTR

Data terminal ready

DVI

Deuel Vocational Institution

ECF

Estrella Correctional Facility

EIS ICU

Enterprise Information System Integrated Communication Unit

ELAN

Emulated Local Area Network

EMS

Expanded memory system

EOC

Emergency Operation Center

EOL

End of Life

11/26/2013 11:11 AM

p. 635

State of California

EOV

End of Version

ERS

Ethernet Routing Switch

ESN

Electronic Switch Network

Bid IFB 13-001

EXPERIENCE FSP

Folsom State CDCR

HDSP

High Desert State CDCR

HGSCF

Heman G. Stark Correctional Facility

HSRP

Hot Standby Router Protocol

ISDN

Integrated Services Digital Network

ISP

Ironwood State CDCR

ITSP

Internet Telephony Service Provider

IVR

Interactive Voice Response

KVM

Keyboard Video Mount

KVSP

Kern Valley State CDCR

LAC

California State CDCR (Lancaster)

LAN

Local Area Network

LCR

Least Cost Routing

LEC

Local Exchange Carrier

11/26/2013 11:11 AM

p. 636

State of California

LOCATION/S

Shall include CDCR Institutions, Training Centers, Facilities, and Offices

M/A/C

Moves, Adds, and Changes

MAC

Media Access Control

MAN

Metropolitan Area Network

MB

Measured Business Line

Mbps

Megabits Per Second

MCSP

Mule Creek State CDCR

MPLS

Multiprotocol Label Switching

MPOE

Minimum Point of Entry

MPP

Media Processing Platform

MWI

Message Waiting Indication

NCRF

Northern California Reentry Facility

NCYCC

Northern California Youth Correctional Center

NKSP

North Kern State CDCR

NMS

Network Management System

NOC

Network Operations Center

NPA

Number Plan Area

11/26/2013 11:11 AM

Bid IFB 13-001

p. 637

State of California

NXX

Three Digit Code That Forms The Second Portion of the North American Telephone Numbering Plan

OC-xx

Optical Carrier (Type)

OEM

Original Equipment Manufacturer

OHAS

Off Hook Alarm System

PBB

Provider Backbone Bridging

PBSP

Pelican Bay State CDCR

PBX

Private Branch exchange

PE

Provider Edge Router

PFT

Power Failure Transfer

PFTU

Power Fail Transfer Unit

PLDS

Product Licensing and Delivery System

PoE

Power Over Ethernet

POP

Point Of Presence

POP3

Post Office Protocol version 3

POTS

Plain Old telephone System

PSTN

Public Switched Telephone Network

PVSP

Pleasant Valley State CDCR

11/26/2013 11:11 AM

Bid IFB 13-001

p. 638

State of California

QoS

Quality Of Service

RAM

Richard A. McGee Correctional Training Center

RJD

R.J. Donovan Correctional Facility at Rock Mountain

RPE

Remote Peripheral Equipment

RSMLT

Routed Split Multi-Link Trunking

RTP

Real Time Transfer Protocol

RTSP

Real Time Streaming Protocol

SAC

California State CDCR, Sacramento

SATF

Substance Abuse Treatment Facility

SBC

Session Border Controller

SCC

Sierra Conservation Center

SDR

Session Detail Record

SIP

Session Initiation Protocol

SISP

Strategic Information Systems Plan

SNMP

Simple Network Management Protocol

SOL

California State CDCR, Solano

SOW

Scope of Work

SPB

Shortest Path Bridging

11/26/2013 11:11 AM

Bid IFB 13-001

p. 639

State of California

SPIT

SPAM over Internet Telephony

SPN

Special Prefix Number

SQ

California State CDCR, San Quentin

SSL

Secure Sockets Layer

STC

Stockton Training Center

Bid IFB 13-001

SUCCESFULLY SUI

Speech User Interface

SVSP

Salinas Valley State CDCR

T1

T carrier service

TCP/IP

Transmission Control Protocol/Internet Protocol

TDM

Time Division Multiplexed / Multiplexing

TELCO

A public utility that provides telephone service

TIE

Communication Connection Between Two PBXs

TUI

Telephone User Interface

UDP

User Datagram Protocol

VLAN

Virtual Local Area Network

VoIP

Voice Over Internet Protocol

VPMS

Voice Portal Management System

11/26/2013 11:11 AM

p. 640

State of California

VRRP

Virtual Router Redundancy Protocol

VSP

Valley State CDCR

VYCF

Ventura Youth Correctional Facility

WAN

Wide Area Network

WSP

Wasco State CDCR

11/26/2013 11:11 AM

Bid IFB 13-001

p. 641

State of California

Bid IFB 13-001

Question and Answers for Bid #IFB 13-001 - CDCR CONVERGED TELEPHONY ENTERPRISE NETWORK (CTEN)

OVERALL BID QUESTIONS There are no questions associated with this bid.   If you would like to submit a question,  please click on the "Create New Question" button below.

Question Deadline: Dec 16, 2013 5:00:00 PM PST

11/26/2013 11:11 AM

p. 642