You are on page 1of 20

Oakland County Executive L.

Brooks Patterson

(248) 858-0551 | purchasing@oakgov.com

RFP Solicitation Document

Please note the submission location is:


Oakland County Purchasing
Attn: Scott N. Guzzy
2100 Pontiac Lake Road
Building 41 West
Waterford, MI 48328
Contact information for Oakland County Purchasing is:
Purchasing
Direct Phone 248-858-5484
Office Phone; 248.858.0511
Fax 248-858-1677
Email: guzzys@oakgov.com or purchasing@oakgov.com

ALL SUBMITTALS SHOULD BE LABELED ACCORDINGLY. PLEASE USE BELOW LABEL FOR YOUR CONVENIENCE.
-----------------------------------------------------------------------------------------------------------------------------

Event # Deliver to:


004208
Buyer Oakland County Purchasing
Scott N. Guzzy ATTN: Scott N. Guzzy
RFP Description 2100 Pontiac Lake Road
Countywide Public Safety Radio Building 41 West
Communications System Waterford, MI 48328
RFP Due Date
March 20, 2018 at 2:00 p.m.

1
Oakland County, Michigan
Request for Proposals (RFP)
Event #004208
Countywide Public Safety Radio Communications System

INTENT/PURPOSE. This Request for Proposal (RFP) provides a comprehensive set of formal requirements
for a 700/800 MHz APCO P25 digital trunked public safety radio communications system (hereinafter “Radio
System” or “System”). Oakland County intends to enter into a contract with a qualified Bidder that shall
assume complete responsibility for engineering, furnishing, equipping, licensing, installing, optimizing, testing,
warranting, and maintaining System. The System shall be designed with a service area of Oakland County,
Michigan.
The purpose of this Request for Proposal (RFP) is to: (1) Update Oakland County’s current radio infrastructure
to the latest P25 standards, including engineering, furnishing, installation, testing and integration of a single
infrastructure (See Attachment B – Technical Specifications); (2) Engineer, furnish, equip, install, test and train
all end user subscriber equipment consisting of portables, mobiles, control stations, and dispatch consoles; and
(3) Maintain the System after final acceptance by Oakland County.

GENERAL REQUIREMENTS/RFP PROCUREMENT ADMINISTRATION: In order to be considered,


Bidders are to submit sealed proposals, which will be opened and evaluated by an Evaluation Committee.
Bidders are to submit one original Proposal, marked as original, and nine copies, of the original for a total of
ten (10) RFP Proposals. The Proposals are to be printed, bound or organized in binders, all sections tabbed, and
pages numbered. It is acceptable to provide large maps, E size or larger, on, USB Flash Drive or attached paper
copies.
The Point by Point response can include the original RFP text and a Bidder’s response or the respective
headings of each RFP section with corresponding response (without the original RFP text), for example “10.3.2
Mobile Equipment Housing”. Either way will be acceptable. If requested, a word document can be provided for
ease of copying.
1. ORGANIZATION OF PROPOSAL. The Proposal shall include the items listed below and shall be
organized as set forth below:
• This RFP Solicitation Document signed
• An original signed Transmittal Letter
• RFP Addendums
• Executive Summary
• Technical Proposal
• Terms and Conditions and Cost Proposal
• References with described information
• A USB Flash/Thumb Drive containing a complete electronic version of all the Proposal Documents
and any supporting documentation in PDF format, sections notated and pages numbered.

2
2. TRANSMITTAL LETTER
a. The Transmittal Letter shall be in the form of a standard business letter and shall be signed by an
individual authorized to legally bind the Bidder. The Transmittal Letter MUST:
i. identify the submitting organization;
ii. identify the name and title of the person authorized by the organization to contractually
obligate the organization;
iii. identify the name, title, telephone number and e-mail address of the person authorized to
negotiate the contract on behalf of the organization;
iv. identify the names, titles and telephone numbers of persons to be contacted for
clarification;
v. be signed by the person authorized to contractually obligate the organization;
vi. acknowledge receipt of any and all addenda to this RFP.
b. The Transmittal Letter shall also include a bidder certification that states the following: “The
undersigned Bidder hereby certifies that this proposal is submitted in response to, and complies
with all RFP requirements and subsequent modifications/addendums as issued by Oakland
County. Bidder has read this Request for Proposal (RFP) # 004208 Countywide Radio
Communications System, all the attachments, addenda (if any) and exhibits issued for this
project and understand their contents and requirements.”
3. RFP ADDENDUM(S). This proposal includes and acknowledges addenda No. ___-___ that have been
issued for this request.
4. EXECUTIVE SUMMARY.
a. The Executive Summary shall provide an overview of the Bidder’s qualifications and the
proposed approach to satisfying the requirements of this RFP, including the technical solution,
implementation plan and management plan. The Executive Summary shall be limited to a
maximum of 10 pages of text with up to 10 pages of additional maps and charts permitted.
b. The Executive Summary must not contain any system cost or pricing information.
5. TECHNICAL PROPOSAL. The Technical Proposal must address all technical and service requirements
contained in the Technical Specifications (Attachment B) and shall be submitted in the format and
sequence described below.
a. Section 1: Organizational Overview and Qualifications. This section shall provide:
i. An overview of the organization, along with descriptions and supporting evidence of
their corporate qualifications with respect to the qualification criteria specified in
“Instruction to Bidders – Bidder Qualifications”. The same information must also be
provided for all proposed subcontractors to demonstrate a subcontractor’s qualifications
to perform a specifically designated portion of the project; and
ii. The required references for qualifying operational Radio Systems, and describe their
experience in providing services similar to those required in this RFP to public safety
clients. Bidders shall describe how and to what extent each of their references is relevant
to this Radio System implementation. Subcontractor references incorporated to establish
qualifications must be clearly identified and attributed.

3
b. Section 2: Technical Requirements. This section shall provide:
i. Plans for accomplishing the Radio System Technical Specifications (Attachment B).
Bidders are to provide a written response for each specification. Proposals that do not
explicitly address each specification will be considered non-compliant. The written
response shall begin with a statement of compliance in accordance with the Compliance
response coding instructions below. In addition, a statement of availability of the
capability proposed to satisfy each numbered specification shall be included, in
accordance with the Availability response instructions below. The Point by Point
response shall be for Sections 1 through 22 of the Technical Specifications (Attachment
B).
Compliance - the extent to which the Bidder’s approach or technical solution satisfies
the specific requirement:
(F) Fully Compliant – The proposed solution is fully and unconditionally
compliant with the specified requirements.
(C) Conditionally Compliant – The proposed solution will satisfy the specified
requirements under a specific set of conditions or operational constraints, but
cannot be unconditionally warranted to meet the requirements.
(N) Non-Compliant - The proposed solution cannot meet the requirements as
specified.
Availability - an indication that the proposed solution is available as an existing COTS
capability or is developmental.
Production COTS – The proposed capability is provided by a fully-functional
commercial-off-the-shelf production product or component. Indicate the Bidder’s
reference (one or more of the corporate references provided in response to the
Qualifications section of the RFP) at which the capability is in use.
Developmental – The proposed capability is not in full production, and some
development is required (includes pre-production and limited production
products). The referenced proposal section must provide a detailed description of
the development effort that is required.
c. Section 3: Implementation Requirements. Bidders must provide in this section their plans for
accomplishing the Radio System implementation program as specified in RFP. The Bidder shall
provide a project schedule in GANTT chart format depicting the start and stop dates for all tasks,
with major project events, critical paths and milestones from contract execution to final system
acceptance, including tasks, resources, task duration, task responsibilities, and milestones.
Include an estimate of the project completion date, based upon the tentative project
commencement date.
d. Section 4: Warranty and Support Requirements. Bidders must provide in this section their
plans for accomplishing the Radio System support program as specified in Attachment B -
Section 16. Bidders are to provide a written response under each specification.

4
e. Section 5: Training Requirements. Bidders must provide in this section their plans for
accomplishing the Radio System training program as specified in RFP Attachment B - Section
17. Bidders are to provide a written response under each specification.
f. Section 6: Product Literature (Appendix to technical proposal). Standard product literature,
data sheets and other pertinent technical information for standard products, components and
software proposed for inclusion in the system shall be included in the appendix to the technical
proposal. Failure to include appropriate product information for any proposed component may
adversely impact the evaluation score for that component or capability.
6. TERMS AND CONDITIONS AND COST PROPOSAL. The Terms and Conditions and Cost Proposal
must address detailed contract and pricing information for the System, and must be submitted in the
format and sequence described below.
a. Section 1: Bidder’s Terms and Conditions. This section shall provide:
i. Any additional terms and conditions that the Bidder requires to be incorporated or are in
conflict in the County Contract boilerplate.
ii. Bidders are advised to use caution to ensure that their required additional terms and
conditions are not in conflict with the specified County terms and conditions, which
could result in an unfavorable evaluation or elimination from the selection process.
Bidders are to notate and terms that are in conflict.
b. Section 2: Cost Proposal. This Section shall provide:
i. All equipment prices shall include a breakdown of major equipment. Equipment shall be
sorted by site. Equipment proposed to be installed at each physical location shall be
clearly identified by part and/or model number, quantity, and unit pricing. Non-site-
specific items such as software licenses, test equipment, spare parts, miscellaneous
supplies and materials, etc. shall be itemized under the site “other”.
ii. Radio unit pricing shall be detailed and itemized. All subscriber unit models,
configurations, software, firmware, standard options, special options, and accessories
available from the manufacturer shall be included in a separate radio matrix.
iii. Detailed pricing must be provided for all equipment, software and services. Bidders shall
prepare and include in their proposals a summary price table and a set of detailed price
tables, as follows.
iv. Price Summary Table. The Completed Pricing Worksheets in Appendix F shall be
provided for each of the options proposed.
v. Bidder may also provide various payment options for the total proposed price.
c. Section 3 Corporate Data. In this section, Bidders shall provide the County with the following
documents for the Bidder’s organization and for each of the proposed subcontractors:
i. a copy of the most recent audited financial statement or audit;
ii. a document evidencing bonding or application for bonding, as applicable (Note a letter of
bond ability, listing of the Bidder’s bonding levels is acceptable in lieu of an actual
bond);
iii. current tax documents evidencing legal status (i.e., for profit or nonprofit corporation,
partnership) and federal tax identification number; and
iv. documents evidencing current liability insurance; and documentation evidencing current
registration to do business in the State of Michigan.

5
7. TERMS AND CONDITIONS. A copy of the County’s Contract boilerplate is included in this bid
package or at http://www.oakgov.com/purchasing/Pages/form_application/Default.aspx
Bidders and sub-contractors are encouraged to review the contract boilerplate with the proposed
standard terms and conditions. Exhibits checked below will be applicable for the bid.
Exhibits (Applicable if Checked)
☒ Exhibit I: Contractor Insurance Requirements
☐ Exhibit II: Business Associate Agreement (Health Insurance Portability and Accountability Act
Requirements)
☒ Exhibit III: Federally Funded Contract Requirements
☐ Exhibit IV: License for Use of County Servicemark
☐ Exhibit V: Software License(s)
☐ Exhibit VI: Acknowledgement of Independent Employment Status
☒ Exhibit VII: Scope of Contractor Deliverables/Financial Obligations
8. ADDITIONAL SECTIONS. The Bidder may add additional sub‐sections as appropriate to supplement
documentation contained in the Proposal.
9. TENTATIVE SCHEDULE
a. RFP Packets available starting January 19, 2018
b. Pre-Proposal Meeting on February 13, 2018
c. Site visits on February 20, 21, 22 and 23, 2018.
d. Last day for submitting questions: February 28, 2018
e. Sealed Proposals due: March 20,2018
f. The County will short-list the top firms by April 9, 2018
g. Interviews may be conducted with top Firms in Closed Session with the Oakland County
Committee at a mutually convenient time. Firm’s interview times will be scheduled under
separate correspondence following the receipt of proposals. During the interview/workshop
sessions, the vendor will be invited to provide presentations on their RFP response. The vendor
will be allowed to make their presentation to the Oakland County evaluation committee. The
vendor may include demonstration of the equipment being proposed in their RFP response
during the interview/workshop sessions.
h. The requirements for content and organization of the proposal documents are provided in the
following paragraphs.
10. PRE-PROPOSAL MEETING/NON-DISCLOSURE AGREEMENT (Attachment C). A pre-proposal
meeting will be held on February 13, 2018, 9:00 a.m. eastern standard time at the Oakland County
Executive Office Building, 2100 Pontiac Lake Road, 4th Floor Conference Room, Waterford, MI 48328
Although attendance is not mandatory, Bidders interested in submitting a proposal for this work are
encouraged to participate in this pre-proposal meeting to review, discuss and clarify any issues prior to
submitting a proposal. The Bidder will be required to submit a Non-disclosure agreement (NDA),
Attachment C, prior to or at this pre-bid meeting in order to visit the sites and to receive
information/drawings regarding the current public safety radio communications system. Attendance is

6
highly encouraged. This may be the only opportunity to receive and discuss such information/drawings.
Phone 248-858-5484 to obtain further details.
11. EXCEPTIONS. If a Proposal includes any exceptions, Bidders must insert an “X” in the following
box indicating a RFP submission with exceptions and identify.

12. COMPLIANCE WITH INSTRUCTIONS. Proposals shall comply with all instructions and
requirements stated herein. Failure to fully comply may cause your proposal to be disqualified.
13. BINDING CONTRACT. A proposal received in response to a request for proposal (RFP) is an offer
that can be accepted by Oakland County to negotiate a binding contract.
14. CONTACT/QUESTIONS. Submit questions via email to: guzzys@oakgov.com and
purchasing@oakgov.com or via fax to Oakland County Purchasing @ (248.858.1677). Questions are
encouraged and may be submitted prior to the Pre-Proposal meeting.

GENERAL INFORMATION
1. EXCEPTIONS. Any and all exceptions taken by Bidder to the terms of this RFP are to be identified in
writing and included in the list of submittals.
2. WORK INCLUDED. The Bidder shall be responsible to furnish the proposed System. In addition, the
Bidder will be expected to provide technical support in the installation and maintenance of the System.
3. PRICING. The price listed in the Bidder’s Proposal shall be the delivered price, including “freight to
and installation at” sites located in Oakland County. Payment of any and all components, services, and
tasks required to make the System operational and fully usable that is not described in the Proposal shall
be the responsibility of the Bidder. The County will not accept change orders and amendments that are
not described in the Proposal.
4. AWARD. Oakland County reserves the right to award this contract based on the evaluation criteria set
forth herein. Oakland County reserves the right to award to multiple Bidders if determined to be in the
best interests of Oakland County. Award shall be made by the County to the responsible Bidder
determined to be the most advantageous to the County.
5. MAINTENANCE. Bidder shall provide the cost details for providing System Maintenance and Support
in accordance with Attachment B – Section 16.
6. DISCUSSION OF PROPOSALS AND NEGOTIATION. Oakland County may conduct discussions
with any Bidder who submits a Proposal. During the course of such discussions, the County shall not
disclose any information derived from one proposal to any other Bidder. Following the submittal of
proposals, if the County deems necessary, proposal clarification meetings may be held with select
Bidders to discuss and resolve any issues regarding the proposal. Any Bidder invited to attend a
proposal clarification meeting shall have the proposed project manager and an agent or representative
who shall have authority to make binding decisions related to the proposal attend this meeting(s).
7. PUBLIC DISCLOSURE
a. The Bidder acknowledges that the County is a public entity and therefore is subject to all public
disclosure laws.
b. Any information contained in the Proposal, including, but not limited to, trade secrets,
commercial information, financial information, or copyrighted material, is considered public
information and not exempt from disclosure under the Michigan Freedom of Information Act
(FOIA).

7
c. Bidder should not include any information in a Proposal that bidder does not want disclosed by
the County in response to a FOIA request.
d. Bidder shall not bring any claim or action against Oakland County, including its employees,
agents, or officials, to prevent the County from disclosing any information in the bid response to
a third party in response to a FOIA request or for damages related to such disclosure
8. RESERVED RIGHTS. Oakland County reserves the right, at any time and for any reason, to cancel this
RFP or any portion thereof, to reject any or all proposals, or to accept an alternate proposal. The
County, in its sole discretion, reserves the right to waive any immaterial defect in any proposal. Unless
otherwise specified by the Bidder, the County has two hundred and seventy (270) days to accept. The
County may seek clarification from a Bidder at any time. Bidder's failure to respond promptly is cause
for rejection. The County may require submission of best and final offers.
9. INCURRED COSTS. Oakland County will not be liable for any costs incurred by the Bidder in
replying to this RFP.
10. PRICE ESCALATOR. Unit prices throughout the term of the contract shall remain firm/fixed as
negotiated in the final contract.
11. INSURANCE. The Bidder will be required to provide the following insurance:
a. Commercial General Liability Occurrence Form including: (a) Premises and Operations; (b)
Products and Completed Operations (including On and Off Premises Coverage); (c) Personal and
Advertising Injury; (d) Broad Form Property Damage; (e) Independent Contractors; (f) Broad
Form Contractual including coverage for obligations assumed in this Contract;
$1,000,000 – Each Occurrence Limit
$1,000,000 – Personal & Advertising Injury
$2,000,000 – Products & Completed Operations Aggregate Limit
$2,000,000 – General Aggregate Limit
$ 100,000 – Damage to Premises Rented to You (formally known as Fire Legal Liability) X
b. Workers’ Compensation Insurance with limits statutorily required by any applicable Federal
or State Law and Employers Liability insurance with limits of no less than $500,000 each
accident, $500,000 disease each employee, and $500,000 disease policy limit.
i. ☐ Fully Insured or State approved self-insurer. or
ii. ☐ Sole Proprietors must submit a signed Sole Proprietor form. or
iii. ☐ Exempt entities, Partnerships, LLC, etc., must submit a State of Michigan form WC-
337 Certificate of Exemption.
c. Commercial Automobile Liability Insurance covering bodily injury or property damage
arising out of the use of any owned, hired, or non-owned automobile with a combined single
limit of $1,000,000 each accident. This requirement is waived if there are no company owned,
hired or non-owned automobiles utilized in the performance of this Contract.
d. Commercial Umbrella/Excess Liability Insurance with minimum limits of $4,000,000 each
occurrence. Umbrella or Excess Liability coverage shall be no less than following form of
primary coverages or broader. This Umbrella/Excess requirement may be met by increasing the
primary Commercial General Liability limits to meet the combined limit requirement.
e. Supplemental Coverages (Required as Checked)

8
i. ☒ Professional Liability/Errors & Omissions Insurance (Consultants, Technology
Vendors, Architects, Engineers, Real Estate Agents, Insurance Agents, Attorneys, etc.)
with minimum limits of $1,000,000 per claim and $1,000,000 aggregate.
ii. ☒ Professional Liability/Errors & Omissions Insurance, including Cyber Liability
(Consultants, Technology Vendors, Architects, Engineers, Real Estate Agents, Insurance
Agents, Attorneys, etc.) with minimum limits of $1,000,000 per claim and $1,000,000
aggregate.
iii. ☒ Commercial Property Insurance. The Contractor shall be responsible for obtaining and
maintaining insurance covering their equipment and movable property against all
physical damage.
f. General Insurance Conditions
The aforementioned insurance shall be endorsed, as applicable, and shall contain the following
terms, conditions, and/or endorsements. All certificates of insurance shall provide evidence of
compliance with all required terms, conditions and/or endorsements.
i. All policies of insurance shall be on a primary, non-contributory basis with any other
insurance or self-insurance carried by the County;
ii. The insurance company(s) issuing the policy(s) shall have no recourse against the County
for subrogation (policy endorsed written waiver), premiums, deductibles, or assessments
under any form. All policies shall be endorsed to provide a written waiver of subrogation
in favor of the County;
iii. Any and all deductibles or self-insured retentions shall be assumed by and be at the sole
risk of the Bidder;
iv. Bidder shall be responsible for their own property insurance for all equipment and
personal property used and/or stored on County property;
v. The Commercial General Liability and Commercial Automobile Liability policies along
with any required supplemental coverages shall be endorsed to name the County of
Oakland and it officers, directors, employees, appointees and commissioners as
additional insured where permitted by law and policy form;
vi. The Bidder shall require its contractors or sub-contractors, not protected under the
Bidder’s insurance policies, to procure and maintain insurance with coverages, limits,
provisions, and/or clauses equal to those required in this Contract;
vii. Certificates of insurance must be provided no less than ten (10) Business Days prior to
the County’s execution of the Contract and must bear evidence of all required terms,
conditions and endorsements; and
viii. All insurance carriers must be licensed and approved to do business in the State of
Michigan and shall have and maintain a minimum A.M. Best’s rating of A- unless
otherwise approved by the County Risk Management Department.
12. ASSIGNMENT. The Bidder may not reassign any award made, as the result of this RFP, without prior
written consent from the County. It is the responsibility of the Bidder to notify the County of a change in
ownership during the course of the RFP review process. Failure to do so may result in disqualification.
The party submitting the Proposal shall be considered the sole contact for issues relating to this RFP.
13. ADDITIONAL INFORMATION. Any and all changes to these specifications are valid only if they are
included by written Addendum to all Bidders. No interpretation of the meaning of the plans,
specifications or other contract documents will be made orally. Failure of any Bidder to receive any such
9
addendum or interpretation shall not relieve the Bidder from obligation under this proposal as submitted.
All addenda so issued shall become part of the proposal documents. Failure to request an interpretation
constitutes a waiver to later claim that ambiguities or misunderstandings caused the Bidder to
improperly submit a proposal.
14. INTERPRETATION OR CORRECTION OF REQUEST FOR PROPOSALS. Bidders shall promptly
notify the Purchasing Agent of any ambiguity, inconsistency or error that they may discover upon
examination of the RFP. Interpretation, correction and changes to the RFP will be made by addendum.
Interpretation, corrections or changes made in any other manner will not be binding, including
clarification by other than the Purchasing Division. Failure of any Bidder to receive any such addendum
or interpretation shall not relieve the Bidder from obligation under this proposal as submitted. All
addenda so issued shall become part of the proposal documents. Failure to request an interpretation
constitutes a waiver to later claim that ambiguities or misunderstandings caused the Bidder to
improperly submit a proposal.
15. JOINT PURCHASING. Oakland County encourages and promotes Cooperative contracts that allow
other government entities to “piggy back” from the awarded contract. This standard practice is used
most commonly with goods. The awarded Contractor and the County may establish means and
opportunity for other government entities to participate.
16. TAXES. The County is exempt from paying certain Michigan State Taxes.
17. NO VIRUSES OR LOGIC BOMBS. The Bidder must warrant and represent that any Software
provided by the Bidder to the County under this contract shall contain no viruses, logic bombs or other
malicious code, techniques or devise designed to disrupt, disable or stop its process of data or other
performance in accordance with Specifications.
18. CONFLICT OF INTEREST AND INDEPENDENCE OF THE BIDDER. The Bidder is an independent
Bidder and no employee or agent of the Bidder shall be deemed for any reason to be an employee or
agent of Oakland County.
a. Conflict of Interest. - Pursuant to Public Act 317 and 318 of 1968, as amended (MCL 15.301, et
seq. and MCL 15.321, et seq.), no contracts shall be entered into between the County and any
County Agent. To avoid any real or perceived conflict of interest, the Bidder shall identify any
Employee or relative of Bidder Employees who are presently employed by the County. The
Bidder shall give the County notice if there are any County Agents or relatives of County Agents
who are presently employed by the Bidder.
b. “County Agent” means any elected and appointed officials; directors; board members; council
members; commissioners; employees; and volunteers of the County; whether acting in their
personal, representative, or official capacities. “County Agent” shall also include any person
who was a “County Agent” anytime, for any reason, is no longer employed, appointed, or elected
and in that capacity.

BACKGROUND AND GENERAL DESCRIPTION OF WORK


1. SCOPE OF WORK
a. The Bidder to whom a contract is awarded under this RFP shall assume complete responsibility
for engineering, furnishing, equipping, licensing, installing, optimizing, testing, and warranting
the System. The Bidder shall be responsible for system performance, including:
• A guarantee of radio coverage as provided in RFP Attachment B
• Installation of Fixed Network Equipment (FNE)

10
• Identification and development of network sites including control points and primary sites
• Dispatch Communication Center equipment for 20 PSAPs including optional Southfield
PSAP
• Control stations
• Network backhaul equipment
• Conventional interface equipment
• Optimization of the radio infrastructure and network backhaul
• Training of system users, network administrators, and maintenance personnel
b. The Bidder shall describe all components, services, and tasks required to implement a working,
fully functional system, and clearly state whether or not said components and services are to be
furnished by the Bidder.
c. The Bidder must complete and pass all acceptance tests of the System and its components
(software and equipment) to the satisfaction of the County. The Bidder also shall be responsible
for the integration of required existing/legacy radio equipment within the System.
d. The Bidder shall propose a complete and fully operational system that meets or exceeds the
specifications herein. If the System, as installed, does not meet the technical specifications of
this RFP and any resulting contract, all additions or modifications required to meet those
technical specifications, to the satisfaction of the County, shall be at the sole expense of the
Bidder.
e. In addition, the Bidder must demonstrate an extraordinary knowledge of security relative to
system software operating programs, physical facilities, and electronic protection to safeguard
the network from man-made attacks as well as acts of nature. Consequently, the Bidder must
implement design strategies and techniques to provide a highly available and reliable LMR
network to serve all County and interoperability radio users.
f. The Bidder shall indicate if any additional equipment such as 700 MHz RF equipment
(Combiners, antennas, etc.) may be needed to add in the event 700 MHz or 800 MHz channels
were added to the system. If the Proposal meets the capacity requirements of the County with the
existing 700 or 800 MHz channels identified, no specific 700 MHz equipment needs to be
proposed. However, the County does require that the Bidder specify what steps would need to be
taken to accommodate 700 MHz or 800 MHz channels in the event this was required in the
future.
2. PROPOSAL OPTIONS. Requirements described as an “OPTION” or “OPTIONAL” refer to features or
equipment which may or may not be purchased by the County, or items whose quantities are not yet
determined. Each Bidder is required to respond to all OPTIONAL requirements to the greatest extent
possible. Specific functional, interoperable and performance requirements are specific in the Technical
Specifications document and apply to all options listed below. There is no advantage or bias associated
with or derived from any of the options.
The County is interested in receiving proposals for one or more of the following stand-alone, county-
owned system options:
a. Upgrade to a 700/800 MHz P25 Phase 1 and 2 Trunked System
b. Replace with a 700/800 MHz P25 Phase 1 and 2 Trunked System
3. ALTERNATE PROPOSALS.

11
In the event a Bidder has a technological solution that does not meet the exact requirements in the RFP,
Bidder may offer more than one proposal as long as each proposal fully addresses the functional intent
of the requirements set forth in this RFP.
Alternate proposals shall be submitted separately under a different cover from the base proposal and
clearly marked “ALTERNATIVE PROPOSAL”. The Bidder shall comply with the same submittal
instructions for all proposals.
4. REQUIRED OPTION
As a required option, provide a proposal for a microwave network interconnecting radio sites in the
System. The microwave network shall meet all the Technical Specifications set forth in Attachment B.
The microwave network shall include redundant paths into the IP backbone to insure redundancy.
Refer to the table of contents for the organization of the microwave network.
5. CURRENT SYSTEM DESCRIPTION
Oakland County operates a 700/800 MHz Harris OpenSkyTM SR-7, 4-slot TDMA system for all public
safety agencies within the County, with the exception of the City of Southfield which operates on a
conventional UHF system. There are 53 sites, majority of which make use of a single channel, providing
4 talk paths. Of the 53 sites, there are 6 sites that are equipped with an additional channel providing a
total of 8 talk paths. The system is configured as a multicast, similar to a cellular system. There are 55
unique frequencies utilized by the system, with limited frequency re-use at some of the sites. The sites
and PSAPs are connected via County-owned fiber, T1 and ISDN. The surrounding counties are all on
Motorola P25 Phase 1 systems, as either members or subsystems of the Michigan Public Safety
Communications System (MPSCS). Interoperability is achieved with Harris Network First gateways to
the MPSCS and Southfield systems, as well as two Motorola consoles in Oakland County Sheriff PSAP
that can create patches to the MPSCS. Additionally, some of the specialized police and fire teams have
dual system portables on both OpenSkyTM and the MPSCS P25. There are at this time approximately
1,834 mobiles and 4,263 portables on the system. There are 19 PSAPS with full console capability on
IPC T5 consoles.
The radio system (referred to as OakWIN) is overseen by CLEMIS / Radio Oversight Committee, which
operates under the CLEMIS Advisory Committee. Oakland County’s Courts and Law Enforcement
Management Information System (CLEMIS) is a division of Oakland County’s Department of
Information Technology. CLEMIS is a regional law enforcement management information system.
CLEMIS provides multiple countywide systems among which are:
• Enhanced 911
• Computer Aided Dispatch (CAD)
• Mobile Data Computers (MDC)
• Law Enforcement Information Network (LEIN) access via WebLEIN
• Consolidated Law Enforcement Advanced Records (CLEAR) Records Management System
• Radio (Voice) Communication System (OakWIN) – A county-wide, interoperable voice radio
communication system for public safety
Please refer to Attachment B for additional description of the existing environment.

12
INSTRUCTIONS TO BIDDERS
1. BIDDER QUALIFICATIONS
a. This RFP is limited to Bidder organizations who are established prime manufacturers of Radio
Systems and/or qualified contractors who have equivalent Radio System installations (equivalent
in terms of Radio System functionality, size, number of sites and users) that are in current
productive use in U.S. or Canada public safety installations.
b. Proposals will not be accepted from Bidders whose systems do not meet the equivalency
requirements and productive use requirements established in this RFP.
c. The proposed Radio System technology, including all proposed Radio System software,
applications software, database management software, and special-purpose hardware
components must be non-developmental and in current operational use in a production Radio
System that has capacity and performance specifications equivalent to or greater than those
included in this RFP.
d. To the extent feasible; a Bidder should demonstrate experience as the prime contractor in
successful delivery of at least three (3) Radio Systems that conform to the equivalency and
productive-use criteria set forth in this RFP.
e. Bidder will be evaluated on their ability to provide at least three (3) references, and as many
other references as are pertinent, up to a maximum of six (6) references, that demonstrate
compliance with the requirements of this solicitation for successful delivery performance and the
use of proven, non-developmental technology in equivalent Radio System. Information that
must be supplied for each reference is as follows:
i. Agency and Department
ii. Address
iii. Point of Contact (Name and Title, Telephone and Fax Numbers)
iv. Brief system overview description
v. Comparative capabilities
vi. Infrastructure
vii. Number of towers
viii. Number of Users
ix. Number of Radios
x. Date of Contract
xi. FOC Date (the date that the system became fully operational)
f. The technical information provided with the references must demonstrate or support the
capability of the proposed technology to satisfy the functionality and performance requirements
of this solicitation.

PROPOSAL EVALUATION AND SELECTION PROCESS.


1. INTRODUCTION. The Evaluation Committee and the County’s consultant will conduct a
comprehensive, fair, and impartial evaluation of proposals received in response to this RFP. All
proposals will be evaluated by how well the proposal satisfies the described/stated needs, rather than
how exactly the proposal matches the strictest interpretation of the terminology and design concepts
13
stated herein. Newly emerging technologies, additional features, and the ability of the proposed
solutions to adapt to the evolution of wireless communications will be a consideration.
a. The evaluation will be conducted in four phases:
Phase 1 - Evaluation of Mandatory Requirements, Initial Screening & Security Questionnaire
Form,
Phase 2 - Evaluation of Technical Proposals,
Phase 3 - Evaluation of Cost Proposals, and
Phase 4 - Ranking of Proposals by consensus.

2. PROPOSAL EVALUATION PHASE 1 – MANDATORY REQUIREMENTS


a. The purpose of this phase is to determine if each proposal is eligible for award of a contract, thus
justifying a complete evaluation.
b. Proposals will be evaluated to determine if they are complete and whether they comply with the
instructions included in Oakland County’s RFP and they contain the required forms and
affidavits as outlined.
c. Those proposals determined to be suitable for award will be further evaluated.
d. Bidders deemed suitable for award of contract will be asked to complete the Oakland County
Security Questionnaire Form, in order to be further considered in the evaluation process.
Bidders may request a mutual non-disclosure agreement regarding information submitted with
the Security Questionnaire. If requested, the County will provide the Security Questionnaire to
Bidder. Notwithstanding any other provision, once the mutual non-disclosure agreement is
signed by Bidder and the County, Bidder’s responses to the Security Questionnaire will be
confidential and shall not be disclosed to third-parties, without written permission from
Bidder. If Bidder is awarded the contract, it will be required to annually update its
responses to the Security Questionnaire within ninety (90) days’ notice from the County.
e. Failure to comply with the instructions or to submit a complete proposal may deem a proposal
not suitable. Oakland County reserves the right to waive minor irregularities.
3. PROPOSAL EVALUATION PHASE II – TECHNICAL PROPOSALS
a. Any technical proposal that is incomplete or in which there are significant inconsistencies or
inaccuracies may be rejected by Oakland County. Technical proposals will be evaluated to
determine if they comply with the instructions to Bidder’s listed in this RFP. Oakland County
reserves the right to reject any or all proposals.
b. A Technical Evaluation Committee MAY be established to score and evaluate the submitted
technical proposals. The Technical Evaluation Committee may include members from Oakland
County’s participating agencies who have experience with voice and data communications
systems and/or a background in communications related activities.
c. The technical proposals will be evaluated for the following:
i. Coverage design maximizing the use of existing sites and maintaining and/or improving
the existing coverage. Overall approach to coverage design and quality of the provided
coverage plots will be an important part of this aspect of evaluation.
ii. Fault tolerance. Fall–back modes of operation and avoidance of single points of failure
will be closely scrutinized.

14
iii. System scalability and future-proof technology that allows addition of future
requirements to the system.
iv. Interoperability. Technically enabling Oakland County to enter into mutual roaming
agreements with the adjacent systems and the functionality of network–level solutions
with non-RF compatible systems will be of particular importance.
v. Compliance with P25 Phase 2 standards.
vi. FCC frequency plan for migration of the existing system to a P25 Phase 2 system.
vii. Range of capabilities for the proposed subscriber equipment. Oakland County will
evaluate ability of the Bidders to supply all of the required accessories and features as
well as the ability to meet Oakland County’s financial and functional needs for all
potential users of the system.
viii. Warranty/maintenance/support – Capability of the vendor to provide long-term local
support of the system proposed (Infrastructure, subscriber equipment or both as
applicable).
ix. Cut-over and migration plans to the new system.
4. PROPOSAL EVALUATION PHASE 3 – TERMS AND CONDITIONS AND COST PROPOSALS
a. At the conclusion of the Technical Evaluation for each technical proposal considered acceptable,
the corresponding cost proposal will be examined to determine if the cost proposal is consistent
with the technical proposal and its calculations are accurate.
b. Any cost proposal that is incomplete or in which there are significant inconsistencies or
inaccuracies may be rejected by Oakland County. Oakland County reserves the right to reject
any or all proposals.
c. The County intends to take into account total cost of ownership as it evaluates the cost proposals.
5. PROPOSAL EVALUATION PHASE 4 – RANKING OF PROPOSALS
a. Finally, all proposals that have been evaluated through proposal evaluation Phase 3 will be
ranked according to the scores received through the previous phases.
b. Oakland County may request the Bidder(s) to give an oral presentation/demonstrations on the
information provided in the Proposal. This presentation will be only to clarify information
submitted in the Proposal, not to change the Proposal. Therefore, Proposers should submit a
complete Proposal. (Any verbal presentation may be transcribed and included as part of the
Bidder’s official Proposal, at Oakland County’s option.)

15
REFERENCES

List below other organizations (users of similar size and structure to Oakland County preferred) for which these
or other similar services have been provided:

Agency Name:
Address
City, State, Zip Code
Telephone Number
Contact Person
Date of Contract
Dates of Service Date (the date that the system became fully operational)
Brief system overview description

Comparative capabilities
Infrastructure
Number of towers
Number of Users
Number of Radios
Type of system, Version, and size of subscribers, number of towers, coverage area

Agency Name _________________________________________________


Address _________________________________________________
City, State, Zip Code _________________________________________________
Telephone Number _________________________________________________
Contact Person _________________________________________________
Dates of Service _________________________________________________

Agency Name _________________________________________________


Address _________________________________________________
City, State, Zip Code _________________________________________________
Telephone Number _________________________________________________
Contact Person _________________________________________________
Dates of Service _________________________________________________

Agency Name _________________________________________________


Address _________________________________________________
City, State, Zip Code _________________________________________________
Telephone Number _________________________________________________
Contact Person _________________________________________________
Dates of Service _________________________________________________

Agency Name _________________________________________________


Address _________________________________________________
16
City, State, Zip Code _________________________________________________
Telephone Number _________________________________________________
Contact Person _________________________________________________
Dates of Service _________________________________________________

17
PROJECT MANAGER REFERENCES

List below other organizations (users of similar size and structure to Oakland County preferred) for which these
or other similar services have been provided:

Agency Name: _________________________________________________


Address _________________________________________________
City, State, Zip Code _________________________________________________
Telephone Number _________________________________________________
Contact Person _________________________________________________
Dates of Service _________________________________________________

Agency Name _________________________________________________


Address _________________________________________________
City, State, Zip Code _________________________________________________
Telephone Number _________________________________________________
Contact Person _________________________________________________
Dates of Service _________________________________________________

Agency Name _________________________________________________


Address _________________________________________________
City, State, Zip Code _________________________________________________
Telephone Number _________________________________________________
Contact Person _________________________________________________
Dates of Service _________________________________________________

Agency Name _________________________________________________


Address _________________________________________________
City, State, Zip Code _________________________________________________
Telephone Number _________________________________________________
Contact Person _________________________________________________
Dates of Service _________________________________________________

Agency Name _________________________________________________


Address _________________________________________________
City, State, Zip Code _________________________________________________
Telephone Number _________________________________________________
Contact Person _________________________________________________
Dates of Service _________________________________________________

18
GENERAL INFORMATION SHEET 1
AUTHORIZED NEGOTIATORS:
Name:________________________________________________________
Phone #_______________________________________________________

Name:________________________________________________________
Phone #_______________________________________________________

RECEIPT OF ADDENDA: The receipt of the following addenda is hereby acknowledged:

Addendum No. ,
Dated
Addendum No. ,
Dated

In submitting this proposal, it is understood that the Oakland County reserves the right to reject any or all
Proposals, to accept an alternate Proposal, and to waive any informality in any Proposal.

BUSINESS ORGANIZATION: (check one only)

________ Sole Proprietor: An individual whose signature is affixed to this proposal.


________ Partnership: State full names, titles, and addresses of all responsible principals and/or partners
on attached sheet.
________ Corporation: State of incorporation: _______________________
________ Non-profit Corporation
________ 501c3-- U.S. Internal Revenue Code

1. Bidder agrees to use Oakland County standard contract documents contained herein.
___Yes ___No

2. Bidder agrees to negotiate their Request for Proposal response into a contract agreement form resulting from
award. ____Yes ____No

By signing this proposal document, the Bidder hereby certifies that it is not barred from bidding on this contract
as a result of being found guilty or held civilly liable for violation of any federal or state law or being barred
and/or declared ineligible from consideration in receiving any federal, state or municipal contract. Bidder must
provide information as part of their proposal on all such violations / barrings / ineligibilities. with the Federal
Government.

Pursuant to Michigan law, (the Iran Economic Sanctions Act, 2012 PA 517, MCL 129.311 et seq.), before
accepting any bid or proposal, or entering into any contract for goods or services with any prospective Vendor,
the Bidder must first certify that it is not an “IRAN LINKED BUSINESS, as defined by law. This signed
document, with: 1) full knowledge of all of Vendors business activities, 2) full knowledge of the requirements
and possible penalties under the law MCL 129.311 et seq. and 3) the full and complete authority to make this
certification on behalf of the Vendor, by his/her signature, certifies that: the Vendor is NOT an “IRAN
LINKED BUSINESS” as required by MCL 129.311 et seq., and as such that Vendor is legally eligible to
submit a bid and be considered for a possible contract to supply goods and/or services to the County of
Oakland.

19
E-Verify – Prior to contract award all County Contractors are required to comply with Miscellaneous
Resolution No.09116 (Board of Commissioners Minutes, July 30, 2009, pp 37-38), unless otherwise exempted,
all service contractors and/or vendors who wish to contract with the County to provide services must first
certify they have registered with, will participate in, and continue utilize, once registered, the E-Verify Program
(or any successor program implemented by the federal government or its departments or agencies) to verify the
work authorization status of all newly hired employees employed by the contractors and/or vendors. Breach of
this term or conditions is considered a material breach of a contract.
Contractor’s/Vendor’s submitting bid responses agree that the contractor/vendor will registered with, and will
participate in, and will continue utilize once registered and throughout the term of a contract, if one is offered,
the E-Verify Program (or any successor program implemented by the federal government or its departments or
agencies) to verify the work authorization status of all newly hired employees employed by the contractors
and/or vendors.

Bidder Information

Legal Name

Street Address

City

State, Zip

Corporate I.D. or Taxpayer I.D. #

Bid Contact Name

Contact Phone

Contact E-mail

I have reviewed the TERMS AND CONDITIONS and insurance requirements stated below prior to
submitting this bid solicitation. This Proposal Form must be included and returned signed in your bid
response.

Signature of Vendor’s
Authorized Agent: ______________________________________________

Printed Name of Vendor’s


Authorized Agent and Title: ____________________________________________________

Date _______________________________________________

Authorized agents Phone _______________________________________________

20

You might also like