· web viewthis invitation for bids (ifb) provides to those interested in submitting bids for the...

76
INVITATION FOR BID FOR PA-STARNet SERVICE, MAINTENANCE & SUPPORT ISSUING OFFICE OFFICE OF ADMINISTRATION ON BEHALF OF THE PENNSYLVANIA STATE POLICE IFB NUMBER 6100033482 Page 1 of 76

Upload: others

Post on 21-Feb-2020

3 views

Category:

Documents


0 download

TRANSCRIPT

Page 1:  · Web viewThis Invitation for Bids (IFB) provides to those interested in submitting bids for the subject procurement (Bidders) sufficient information to enable them to prepare and

INVITATION FOR BID

FOR

PA-STARNet SERVICE, MAINTENANCE & SUPPORT

ISSUING OFFICE

OFFICE OF ADMINISTRATION ON BEHALF OF THE PENNSYLVANIA STATE POLICE

IFB NUMBER

6100033482

DATE OF ISSUANCE

May 11, 2015

Page 1 of 50

Page 2:  · Web viewThis Invitation for Bids (IFB) provides to those interested in submitting bids for the subject procurement (Bidders) sufficient information to enable them to prepare and

INVITATION FOR BID

FOR

PA-STARNet SERVICE, MAINTENANCE & SUPPORT

TABLE OF CONTENTS

CALENDAR OF EVENTS PAGE 3PART I, GENERAL INFORMATION PAGE 4

PART II, SPECIFICATIONS PAGE 13

APPENDIX A, IT TERMS AND CONDITIONS

APPENDIX B, COST MATRIX & RATE CARD

APPENDIX C, LOBBYING CERTIFICATION FORM

APPENDIX D, SERVICE LEVEL AGREEMENTS

APPENDIX E, EQUIPMENT LIST

APPENDIX F, SUBSCRIBER EQUIPMENT DISTRIBUTION

APPENDIX G, LMR SITE EQUIPMENT OVERVIEW

APPENDIX H, SITE LIST

APPENDIX I, BASE SITES WITH 800 MHZ CAPABILITY

APPENDIX J, CELL SITES WITH 800 MHZ CAPABILITY

APPENDIX K, GEOGRAPHICAL AREAS TO BE MAINTAINED

APPENDIX L, PREVENTIVE MAINTENANCE PLAN

APPENDIX M, STARNET INFRASTRUCTURE

APPENDIX N, TOWER INSPECTION SCHEDULE

APPENDIX O, RESUME TEMPLATE

APPENDIX P, TECHNICIAN OVERVIEW

Page 2 of 50

Page 3:  · Web viewThis Invitation for Bids (IFB) provides to those interested in submitting bids for the subject procurement (Bidders) sufficient information to enable them to prepare and

CALENDAR OF EVENTS

The Commonwealth will make every effort to adhere to the following schedule:

Activity Responsibility DateDeadline to submit questions via email to [email protected] with the subject line “IFB 6100033482 Question”

Bidders 5/22/2015

Mandatory Pre-bid Conference:

613 North StreetFinance Building – Room 503

Harrisburg, PA 17120

Issuing Office/Potential

Bidders

5/28/201510:00 AM EST

Answers to potential questions posted to the eMarketplace website (http://www.emarketplace.state.pa.us) no later than this date.

Issuing Office 5/29/2015

Please monitor the eMarketplace website for all communications regarding this IFB. Bidders Ongoing

Bids must be received by the Issuing Office at:

PASupplierPortal website (http://www.pasupplierportal.state.pa.us) no later than this date.

Bidders 6/26/20152:00 PM EST

Page 3 of 50

Page 4:  · Web viewThis Invitation for Bids (IFB) provides to those interested in submitting bids for the subject procurement (Bidders) sufficient information to enable them to prepare and

PART I

GENERAL INFORMATION

I-1. Purpose:This Invitation for Bids (IFB) provides to those interested in submitting bids for the subject procurement (Bidders) sufficient information to enable them to prepare and submit bids for the Office of Administration's consideration on behalf of the Commonwealth of Pennsylvania, Pennsylvania State Police, (Commonwealth) to satisfy a need for service, maintenance and support of the Pennsylvania Statewide Radio Network (PA-STARNet) communications network (Project).

I-2. Issuing Office:The Office of Administration (Issuing Office) has issued this IFB on behalf of the Pennsylvania State Police. The sole point of contact in the Commonwealth for this IFB is Joe Millovich ([email protected]), 613 North St., Finance Building – Rm. 506, Harrisburg, PA 17120, the Issuing Officer for this IFB. Please refer all inquiries to the Issuing Officer.

The Issuing Officer is the sole point of contact concerning this IFB. Any violation of this condition may be cause for the Issuing Office to reject the offending Bidder’s bid. If the Issuing Office later discovers that the Bidder has engaged in any violations of this condition, the Issuing Office may reject the offending Bidder’s bid or rescind its contract award. A Bidder must not distribute any part of its bid beyond the Issuing Office. Any Bidder who shares information contained in its bid with other Commonwealth personnel and/or competing Bidder personnel may be cause for the Issuing Office to reject the offending Bidder’s bid.

I-3. Method of Award:Awards will be made by lot to responsive and responsible Bidders (Contractors) that meet the requirements described in Part II. The Commonwealth may award one, multiple, or all lots to a Contractor. The lots for this IFB are defined below:

Lot 1, Network Operations Center (NOC) Staffing.Lot 2, Return to Depot Repair and Technical Assistance Center Services.Lot 3, Land Mobile Radio (LMR) Components.Lot 4, Digital Microwave Network and Site Equipment.

Any contract(s) resulting from this IFB will not be an exclusive contract. The Commonwealth will not cancel existing contracts and reserves the right to enter into new contracts which are similar in scope.

I-4. Bid Submission:

A. Bids must be submitted electronically via the PASupplierPortal website on or before the due date specified in the Calendar of Events. Any bid submitted to the Issuing

Page 4 of 50

Page 5:  · Web viewThis Invitation for Bids (IFB) provides to those interested in submitting bids for the subject procurement (Bidders) sufficient information to enable them to prepare and

Office in hardcopy format will be rejected. The following documentation must be submitted as part of the bid:

Appendix B, Cost Matrix & Rate Card Appendix C, Lobbying Certification Form Appendix O, Resume Template Appendix P, Technician Overview Organizational Chart

Failure to submit the documentation listed above will result in the bid being rejected. The submission of any documentation other than what is listed above may result in the bid being rejected.

I-5. Bidder Eligibility:Bidders must meet the minimum qualifications below in order to be eligible to submit a bid for this IFB. Bidders may bid on multiple lots.

A. Lot 1, Network Operations Center (NOC) Staffing:

The Contractor must have ten (10) years of experience in operating central control systems, including 24x7 operations centers, for large scale public safety communication systems at the city, county, or state level.

B. Lot 2, Return to Depot Repair and Technical Assistance Center Services:

The Contractor must have a minimum of ten (10) years of experience in Return to Depot maintenance for public safety radio customers including subscriber radios, fixed network equipment (infrastructure), and ancillary devices.

The Contractor must have a minimum of ten (10) years of experience in providing technical assistance services for statewide radio system fixed network equipment including configuration management, configuration change management and implementation including, but not limited to: configuration changes associated with addition of new sites and adjacency lists configuration changes; software updates; software update migration planning; software update implementation; troubleshooting; and service restoration.

C. Lot 3, Land Mobile Radio (LMR) Components:

The Contractor must have ten (10) years of experience in maintaining large scale Land Mobile Radio (LMR) systems at the city, county, or state level.

D. Lot 4, Digital Microwave Network and Site Equipment:

The Contractor must have ten (10) years of experience in maintaining large scale microwave communication systems at the city, county, or state level.

Page 5 of 50

Page 6:  · Web viewThis Invitation for Bids (IFB) provides to those interested in submitting bids for the subject procurement (Bidders) sufficient information to enable them to prepare and

I-6. Term:

Any contract resulting from this IFB will commence on the effective date, as defined in Appendix A, IT Terms and Conditions, and will end in three (3) years, with two (2) optional renewal years. Renewals may be executed in single or multiple year terms.

I-7. Terms and Conditions:The terms and conditions of Appendix A, IT Terms and Conditions, shall govern any Contract resulting from this IFB. The terms and conditions of this IFB are not negotiable. The Issuing Office will reject any bid that is conditioned on the negotiation of the terms and conditions set out in Appendix A, IT Terms and Conditions or to other provisions of the IFB.

I-8. Pre-bid Conference:The Issuing Office will hold a pre-bid conference as specified in the Calendar of Events. The purpose of this conference is to provide opportunity for clarification of the IFB. Bidders should forward all questions to the Issuing Office in accordance with Part I-5 to ensure adequate time for analysis before the Issuing Office provides an answer. Bidders may also ask questions at the conference. In view of the limited facilities available for the conference, Bidders should limit their representation to two (2) individuals per Bidder. The pre-bid conference is for information only. Any answers furnished during the conference will not be official until they have been verified, in writing, by the Issuing Office. All questions and written answers will be posted on the eMarketplace website as an addendum to, and must become part of, this IFB. Attendance at the Pre-bid Conference is mandatory.

I-9. Questions and Answers:If a Bidder has any questions regarding this IFB, the Bidder must submit the questions by email (with the subject line "IFB 6100033482 Question") to the email address specified in the Calendar of Events. If the Bidder has questions, they must be submitted via email no later than the date and time specified in the Calendar of Events. The Bidder must not attempt to contact the Issuing Officer by any other means. The Issuing Officer will post the answers to the eMarketplace website. A Bidder who submits a question after the deadline date for receipt of questions indicated on the Calendar of Events assumes the risk that its bid will not be responsive or competitive because the Commonwealth is not able to respond before the bid receipt date or in sufficient time for the Bidder to prepare a responsive or competitive bid. When submitted after the deadline date for receipt of questions indicated on the Calendar of Events, the Issuing Officer may respond to questions of an administrative nature by directing the questioning Bidder to specific provisions in the IFB. To the extent that the Issuing Office decides to respond to a non-administrative question after the deadline date for receipt of questions indicated on the Calendar of Events, the answer will be provided to all Bidders through an addendum.

All questions and responses as posted on the eMarketplace website are considered as an addendum to, and part of, this IFB. Each Bidder must be responsible to monitor the eMarketplace website for new or revised IFB information. The Issuing Office must not

Page 6 of 50

Page 7:  · Web viewThis Invitation for Bids (IFB) provides to those interested in submitting bids for the subject procurement (Bidders) sufficient information to enable them to prepare and

be bound by any verbal information nor must it be bound by any written information that is not either contained within the IFB or formally issued as an addendum by the Issuing Office. The Issuing Office does not consider questions to be a protest of the specifications or of the solicitation.

I-10. Addenda to IFB:If the Issuing Office deems it necessary to revise any part of this IFB before the due date, the Issuing Office will post an addendum to the eMarketplace website. Answers to the questions asked during the questions and answer period will also be posted to the eMarketplace website as an addendum to the IFB.

I-11. Electronic Version of IFB:This IFB is being made available by electronic means. The Bidder acknowledges and accepts full responsibility to insure that no changes are made to the IFB. In the event of a conflict between a version of the IFB in the Bidder's possession and the Issuing Office's version of the IFB, the Issuing Office's version must govern.

I-12. Response Date:A Bidder’s electronic bid must be submitted via the PASupplierPortal website on or before the due date specified in the Calendar of Events. Any bid submitted to the Issuing Office in hardcopy format will be rejected.

I-13. Incurring Costs:The Issuing Office is not liable for any costs the Bidder incurs in preparation and submission of its bid, in participating in the IFB process or in anticipation of award of a contract or purchase order.

I-14. Restriction of Contact:From the issue date of this IFB until the Issuing Office selects a bid for award, the Issuing Officer is the sole point of contact concerning this IFB. Any violation of this condition may be cause for the Issuing Office to reject the offending bidders bid. If the Issuing Office later discovers that the bidder has engaged in any violations of this condition, the Issuing Office may reject the offending bidders bid or rescind its contract award. Bidders must agree not to distribute any part of their bids beyond the Issuing Office. Any bidder who shares information contained in its bid with other Commonwealth personnel and/or competing bidder personnel may be disqualified.

I-15. Confidential Information:The Commonwealth is not requesting, and does not require, confidential proprietary information or trade secrets to be included as part of bids for this IFB. Accordingly, Bidders should not label bid submissions as confidential or proprietary or trade secret protected. Bid submissions, including submissions presented within ten (10) days of award, that display such labeling will be rejected.

I-16. Prime Contractor Responsibilities:

Page 7 of 50

Page 8:  · Web viewThis Invitation for Bids (IFB) provides to those interested in submitting bids for the subject procurement (Bidders) sufficient information to enable them to prepare and

The Contractor will be required to assume responsibility for all services offered in its bid whether provided by the Contractor or by subcontract. The Contractor will be the sole point of contact with regard to contractual and purchase order matters.

I-17. Resources:The Contractor must provide all services, supplies, facilities, and other support necessary to complete the identified work.

I-18. Contract Management Team:The Contractor must provide staff which are proficient in skill to perform the services described in Part II.

The Contractor must provide an organization chart of the staff which will be assigned to this contract.

For key personnel, including but not limited to NOC Technicians, NOC Supervisor, and UAS Coordinator, complete Appendix O, Resume Template to demonstrate their experience and education in the role they will perform on this contract.

I-19. Information Technology Policies (ITP): This IFB is subject to the Information Technology Policies ("ITP") issued by the Office of Administration, Office for Information Technology ("OA-OIT"). ITP’s may be found at http://www.portal.state.pa.us/portal/server.pt?open=512&objID=416&PageID=210791&mode=2

All bids must be submitted on the basis that all ITPs are applicable to this procurement. It is the responsibility of the Bidder to read and be familiar with the ITPs. Notwithstanding the foregoing, if the Bidder believes that any ITP is not applicable to this procurement, it must list all such ITPs in its bid, and explain why it believes the ITP is not applicable. The Issuing Office may, in its sole discretion, accept or reject any request that an ITP not be considered to be applicable to the procurement. The Bidder’s failure to list an ITP will result in its waiving its right to do so later, unless the Issuing Office, in its sole discretion, determines that it would be in the best interest of the Commonwealth to waive the pertinent ITP.

I-20. Background Checks:

A. The Contractor(s) must, at its expense, arrange for a background check for each of its employees, as well as for the employees of its subcontractors, who will have access to Commonwealth services locations, either through onsite or remote access. Background checks will not be conducted by the Commonwealth but rather will be conducted by Contractor or its subcontractors according to Contractor policy and practice and consistent with ITP-SEC009. The background check must be conducted prior to initial access by Contractor staff and annually thereafter or at a longer interval if required by applicable law.

Page 8 of 50

Page 9:  · Web viewThis Invitation for Bids (IFB) provides to those interested in submitting bids for the subject procurement (Bidders) sufficient information to enable them to prepare and

B. Before the Commonwealth will permit Contractor staff access to Commonwealth facilities, the Contractor must provide written confirmation to PSP that the background check has been conducted. If, at any time, it is discovered that Contractor employee has a criminal record that includes a felony or misdemeanor involving terroristic threats, violence, use of a lethal weapon, or breach of trust/fiduciary responsibility; or which raises concerns about building, system, or personal security, or is otherwise job-related, the Contractor must notify the Commonwealth contracting officer immediately, must not assign that employee to any Commonwealth facilities, must remove any access privileges already given to the employee, and must not permit that employee remote access to Commonwealth facilities or systems, unless PSP consents, in writing, prior to the access being provided. PSP may withhold its consent at its sole discretion. Failure of the Contractor to comply with the terms of this paragraph may result in default of the Contractor under its contract with the Commonwealth.

C. The Commonwealth specifically reserves to conduct background checks over and above that described herein.

I-21. Protest Procedures:

A. Who May File the Protest:Any Bidder or prospective Bidder who is aggrieved in connection with the IFB or award of the contract solicitation or award of a contract may file a protest. Protests relating to cancellation of invitations for bids and protests relating to the rejection of all bids are not permitted. A Bidder is a person that submits a bid in response to the IFB. A prospective Bidder is a person that has not submitted a bid in response to the IFB.

B. Time for Filing:

1. If a protest is submitted by a prospective Bidder, the protest must be filed before bid opening time or proposal receipt date.

2. If a protest is filed by a Bidder, the protest must be filed within seven days after the protesting Bidder knew or should have known of the facts giving rise to the protest except that in no event may a protect be filed later than seven (7) days after the date the contract or purchase order was awarded. Date of filing is the date of receipt of protest.

3. Untimely filed protests must be disregarded.

C. Form of Protest:

1. A protest must be in writing and filed with the agency head (or designee) of the purchasing agency.

Page 9 of 50

Page 10:  · Web viewThis Invitation for Bids (IFB) provides to those interested in submitting bids for the subject procurement (Bidders) sufficient information to enable them to prepare and

2. A protest must state all grounds upon which the protesting party asserts that the solicitation or award was improper. Issues not raised by the protesting party in the protest are deemed waived and may not be raised on appeal.

3. The protesting party may submit with the protest any documents or information deemed relevant.

D. Notice of Protest:If award has been made, the agency head (or designee) must notify the successful Bidder or contractor of the protest. If the protest is received before award and substantial issues are raised by the protest, all Bidders who appear to have a substantial and reasonable prospect of winning the award must be notified and may file their agreement/disagreement with the purchasing agency within three (3) days after receipt of notice of the protest.

E. Stay of Procurement:The head of the purchasing agency (or designee) must immediately decide, upon receipt of the protest, whether or not the solicitation or award must be stayed, or if the protest is timely received after the award, whether the performance of the contract should be suspended. The Issuing Office must not proceed further with the IFB or with the award of the contract, and must suspend performance under the contract if awarded, unless the agency head of the purchasing agency makes a written determination that the protest is clearly without merit or that award of the contract/purchase order without delay is necessary to protect the substantial interests of the Commonwealth.

F. Procedures:

1. Contracting Officer Response:Within fifteen (15) days of the receipt of a protest, the contracting officer may submit a written response to the head of the purchasing agency (or designee). The response may include any documents or information that the contracting officer deems relevant to the protest.

2. Protesting Party Reply:Within ten (10) days of the date of the contracting officer response, the protesting party may file a written reply.

3. Review:The head of the purchasing agency (or designee) must:

a. Review the protest and any response or reply.

b. Request and review any additional documents or information he deems necessary to render a decision.

Page 10 of 50

Page 11:  · Web viewThis Invitation for Bids (IFB) provides to those interested in submitting bids for the subject procurement (Bidders) sufficient information to enable them to prepare and

c. Give the protesting party and the contracting officer reasonable opportunity to review and address any additional documents or information requested by the agency head.

d. In his sole discretion, conduct a hearing.

e. Within sixty (60) days of the receipt of the protest, issue a written determination stating the reasons for the decision.

f. If additional time is required to investigate the protest, inform the protesting party of the additional time needed to render a determination and obtain the protesting party's consent.

4. "Clearly Without Merit" Determinations:If the head of the purchasing agency (or designee) determines, upon receipt, that the protest is clearly without merit and does not stay the procurement, the head of the purchasing agency (or designee) must immediately issue the decision as required by Section 8. Decisions.

G. Settlement:The Issuing Office has the authority to settle and resolve bid protests.

H. Decision:The head of the purchasing agency (or designee) must promptly, but in no event later than sixty (60) days from the filing of the protest, issue a written decision. The decision must:

1. State the reasons for the decision.

2. If the protest is denied, inform the protesting party of its right to file an appeal in Commonwealth Court within fifteen (15) days of the mailing date of the decision.

3. If it is determined that the solicitation or award was contrary to law, enter an appropriate order.

The agency head (or designee) must send a copy of the decision to the protesting party and any other person determined by the agency head (or designee) to be affected by the decision.

I-22. Bidding Reference Material:Bidding Process Reference GuideSupplier Response to a Solicitation - BrochureAttaching Follow-On Documents to your BidBidding Frequently Asked Questions (FAQ's)

Page 11 of 50

Page 12:  · Web viewThis Invitation for Bids (IFB) provides to those interested in submitting bids for the subject procurement (Bidders) sufficient information to enable them to prepare and

PART II

SPECIFICATIONS

II-1. Objectives:

A. General:The Commonwealth has a need to procure services relating to maintenance and support of the Pennsylvania Statewide Radio Network (PA-STARNet) communications network. These services include network operations and monitoring, preventative and corrective maintenance, and emergency maintenance activities at equipment sites throughout the Commonwealth.

B. Specific:

The Contract(s) resulting from this IFB requires the assembly, management and supervision of a specialized technical labor force capable of maintaining a complex communications system at a high level of service and availability utilizing a management structure that promotes and delivers cost efficiency, accountability and accurate cost predictability.

For the purposes of this IFB, the services have been divided into four (4) lots:

Lot 1, Network Operations Center (NOC) Staffing Lot 2, Return to Depot Repair and Technical Assistance Center Services Lot 3, Land Mobile Radio (LMR) Components Lot 4, Digital Microwave Network and Site Equipment

The objective of the four (4) lots is to maximize uptime and to minimize downtime and disruptions for the PA-STARNet system.

PA-STARNet is a complex, dynamic network composed of private, leased, and shared-private resources. The Contractor(s) must work with Commonwealth personnel, the PA-STARNet team and other contractors working with the Commonwealth. The Commonwealth shall be able to communicate directly with any of its personnel, whether they are Contractor’s staff or subcontractors, for the purpose of sharing information.

II-2. Nature and Scope of the Project:Public safety communications networks serve as primary tools to support first responders in saving lives and property. Current trends towards supporting both voice and data communications for public safety responders introduces additional network complexity. Complex IP networks coupled with demand for interoperability in disparate frequency bands and technologies creates a myriad of challenges for deployment, and as it applies here, maintenance. First responders expect minimal service interruptions under all circumstances and exhibit little patience for service impacting maintenance windows. It is

Page 12 of 50

Page 13:  · Web viewThis Invitation for Bids (IFB) provides to those interested in submitting bids for the subject procurement (Bidders) sufficient information to enable them to prepare and

critical to provide a cost conscientious vehicle for effective maintenance while carefully weighing operational considerations to support first responders in their mission to save lives and property in the safest manner possible.

The Statewide Radio Network Division (SRND) owns and operates a technically sophisticated communications system (PA-STARNet) comprised of a complex mix of interdependent technologies interlocked together into one orchestrated system. The system includes a digital microwave radio network, OpenSky 800 MHz radio system and supporting infrastructure. The confluence of the PA-STARNet system is located in Harrisburg, PA where system performance is monitored and controlled twenty-four (24) hours a day, seven (7) days a week, 365 days a year by a Network Operations Center (NOC). The Contractor(s) must maintain complete, reliable operation of the OpenSky, digital microwave/tower, DC plants, generators, HVAC, building/site and all related accessories and subsystems. Uninterrupted service is required twenty-four (24) hours a day, seven (7) days a week, 365 days a year. This level of service requires both regularly scheduled preventative maintenance of all equipment and around the clock availability of troubleshooting and corrective repair teams to handle all service problems, interruptions and emergencies.

II-3. Services:

A. Lot 1, Network Operations Center (NOC) Staffing:The Contractor must maximize uptime and minimize downtime and disruptions for the PA- STARNet system through responsive and effective observations, decisions, and actions in the NOC.

1. Requirements:

a. In accordance with applicable Commonwealth policies and procedures, the Contractor’s staff must use equipment, provided by the Commonwealth, to monitor, operate, and maintain the PA-STARNet system, which includes 765 cell sites, 262 high profile sites, approximately 25,000 end user devices, and other assets and facilities. Provide technical services, such as patching, using third-party products, consoles, and interoperability equipment.

b. All aspects of the maintenance of the NOC as an operating entity are the responsibility of the Contractor, with the exception of facilities related maintenance, which is the responsibility of the entity that owns the building in which the NOC operates.

c. The NOC functions are performed at 8001 Bretz Drive, Harrisburg, PA. In the case of events that would warrant relocation for continued system support, the Contractor, at no additional cost to the Commonwealth, must report to alternate sites. Servers are located at 1 Technology Park, Harrisburg, PA, and

Page 13 of 50

Page 14:  · Web viewThis Invitation for Bids (IFB) provides to those interested in submitting bids for the subject procurement (Bidders) sufficient information to enable them to prepare and

back equipment is located at the Area Transportation Authority (ATA), Johnsonburg, PA.

2. Responsibilities:

a. Unless otherwise directed by the Commonwealth, the primary responsibility of the Contractor’s staff is to monitor and maintain the infrastructure of the PA-STARNet system. The extent of any additional network services performed on any given day must be dictated by the operational needs of running the NOC and fulfilling the primary responsibility. The Commonwealth will work closely with the Contractor to evaluate the time required to perform any additional network services, to set priorities, and to provide guidelines for completing the services in order to minimize impact on the NOC.

b. Contractor Staff Responsibilities:

1) Monitor screens looking for changes in status which is indicated by a color coded system.

2) Dispatch appropriate technical support.

3) Enter each system incident into the network database, currently ServiceNow, within ten (10) minutes of the incident detection by the PA-STARNet system or an alert verbally given to the Contractor’s staff by the Commonwealth. Any delay will be considered a minor infraction, as defined in Appendix D, Service Level Agreements.

In the event of multiple alarms or alerts occurring in quick succession and all are associated with a single event, the Contractor’s staff must meet the ten (10) minute requirement for the first three (3) alarms/alerts, and must make an effort to enter the remaining alarms/alerts as soon as possible.

4) Log arrival and departure using communications such as cell phone or radio.

5) Review reports looking for abnormalities that will result in technical dispatch or system upgrade.

6) Accept, acknowledge, and respond appropriately (e.g., coordinating repairs) to all inquiries or notices of deficiencies at sites.

7) Coordinate access to shelters by managing key distribution.

Page 14 of 50

Page 15:  · Web viewThis Invitation for Bids (IFB) provides to those interested in submitting bids for the subject procurement (Bidders) sufficient information to enable them to prepare and

8) Adhere to staffing requirements as described in section II-3.A.3 Contractor Staff, utilize assigned ID cards and the building security reader, which records the time of entry for each individual who visits the site.

c. Unified Administration Server (UAS) Support: The Contractor’s staff shall provide higher level UAS administrative services and expert fleet map data entry to ensure all fleet map requests are entered correctly and efficiently into the UAS.

d. IP/ESN Assignment Support: PA-STARNet designs and maintains the IP address scheme of PA-STARNet, and has allocated blocks of IP addresses for subscriber devices (devices subscribed to operate on the PA-STARNet) in each of the seven (7) radio regions. The Contractor’s staff must provide IP address assignments for new radios being added to the system from the ranges allocated by PA-STARNet.

e. Over-the-Air Download (OAD) and Over-the-Air Configuration (OAC) Support: The Contractor's staff shall provide OAD and OAC for subscriber devices. The Contractor’s staff shall perform updates to Subscriber Update software which is currently owned by the Commonwealth. Updates may include, but not be limited to, application of security patches, version updates, and/or configuration modifications over-theair, when requested by the Commonwealth.

1) For OAD/OAC service from the NOC, the Contractor’s staff shall:

a) Provide configuration file name, or a specific version of software to download.

b) Provide a list of radio IP/ESN's to be serviced.

c) Provide instruction to the Commonwealth that a radio must be stationary in an area of known good coverage for the duration of the OAD/OAC (i.e. radio has solid antenna icon).

d) Coordinate a time and location with the Commonwealth for the OAD or OAC changes and provide contact information to the NOC supervisor.

e) Provide feedback to the Commonwealth on which units were serviced.

f. Service Aware Manager (SAM):

Page 15 of 50

Page 16:  · Web viewThis Invitation for Bids (IFB) provides to those interested in submitting bids for the subject procurement (Bidders) sufficient information to enable them to prepare and

The Contractor’s staff must use an AlcatelLucent (“Alcatel”) 5620 platform offering element, network and service management for advanced Layer 2 and Layer 3 network solutions and services based on converged IP, Ethernet, and MPLS. The list of duties includes, but is not limited to:

1) Discover, configure and activate replacement cards and nodes to a managed state.

2) Create new paths, tunnels, and services. Example: providing immediate bandwidth and appropriate service for an emergency video feed.

3) Run custom scripts if needed for specific repeated configuration and maintenance commands.

4) Monitor traffic engineering parameters for MPLS routing performance and recovery.

5) Use 5620 operations, administration and maintenance (OAM) tools to isolate and correlate network faults, i.e., monitor services and resources using performance monitoring statistics, alarms, diagnostic, and troubleshooting tools.

6) Process accounting statistics for billing records and traffic analysis.

7) Perform security access management, i.e., create and authenticate users and level of access.

8) Perform database backup and restoration.

g. 800 MHz Communication System: The Contractor’s staff shall monitor infrastructure, which includes, but is not limited to:

1) Next Generation Master (NGM/TSM8000) for Alcatel system.

2) Network Management Console (NMC) for Harris Corporation (“Harris”) system.

3) SAM for Multiprotocol/Label Switching (MPLS).

4) NMC for subscriber registration.

a) Network Management System Reports system.

Page 16 of 50

Page 17:  · Web viewThis Invitation for Bids (IFB) provides to those interested in submitting bids for the subject procurement (Bidders) sufficient information to enable them to prepare and

b) ServiceNow for documented activities, which includes, but is not limited to, site access details, site directions, site contacts, and site work entries.

5) Service Portal for Broadband Middle Mile (BBMM).

6) Next Generation 911.

h. Dispatch for Equipment Repair: The Contractor’s staff shall comply with PA-STARNet-defined systems and procedures for identifying and recording failures, and for qualifying failures as major or minor, as defined in Lots C and D below. The Contractor’s staff shall dispatch technicians for repair of equipment and facilities, which includes, but is not limited to:

1) Harris Equipment

2) HVAC Equipment

3) Alcatel Equipment:a) Transmitterb) Receiverc) Commond) Analog Voltagese) Controls

4) Tower Lights:a) Beacon Dayb) Beacon Nightc) Side Markerd) Photo Cell

5) Environmental Alarms:a) Door Contactb) Surge Arrestorc) Utility Power Faild) High Temperaturee) Low Temperaturef) Smoke Detectorg) Humidityh) HVACi) Dehydrator (Waveguide Pressure)

6) Generator Alarms:a) Runningb) Failure

Page 17 of 50

Page 18:  · Web viewThis Invitation for Bids (IFB) provides to those interested in submitting bids for the subject procurement (Bidders) sufficient information to enable them to prepare and

c) Over - Crank Shutdownd) Over - Speed Shutdowne) High Temperaturef) Low Coolantg) Low Oil Pressureh) Low Fuel

7) DC/AC Power Alarms:a) DC Power Plant Majorb) DC High Voltagec) DC Low Voltaged) DC Breaker Tripe) DC Power Plant Minorf) Battery Fuse Alarmg) Battery String Imbalanceh) Commercial Power Failurei) Surge Arrestor Failure

8) Shelter/Compound Maintenance:a) Tower Repairsb) Shelter/Building - Roof, Floors, Electricalc) Vegetation Controld) Tree Trimming

i. Telco Circuits: The Contractor’s staff shall coordinate with Telco providers to repair Telco circuit outages and to plan and install new Telco circuits. The Contractor’s staff shall coordinate with other Commonwealth contractors to provide site access to Telco field technicians.

j. Customer Communications: The Contractor’s staff shall inform the Commonwealth of scheduled and unscheduled outages, and must do so using PA Alerts, site outage maps, and an outage scheduler.

k. System Enhancements: The Contractor’s staff must coordinate with the Commonwealth on special projects, which includes, but is not limited to:

1) System Upgrades

2) Adjacencies

3) Configurations

4) Re-banding

Page 18 of 50

Page 19:  · Web viewThis Invitation for Bids (IFB) provides to those interested in submitting bids for the subject procurement (Bidders) sufficient information to enable them to prepare and

5) Cell on Wheels (COW) Deployments

l. Coordination of changes to subscriber devices: The NOC is not designed or staffed to operate as a radio service help desk, but under certain conditions, the Contractor’s staff must provide limited telephone support for installation or reconfiguration of subscriber devices. This may include both UAS work and/or related OAC or OAD tasks. Because these operations could be performed in real time without review by the Commonwealth, there is a potential risk for compromising fleet map integrity and/or radio functionality; the Commonwealth and the Contractor will carefully consider the use of the Contractor’s staff for telephone support on an agency-by-agency basis.

m. System training: The supervisor of the Contractor’s staff shall train all of the Contractor’s staff to be effective users of the PA-STARNet system, monitoring and reporting software, which includes, but is not limited to UAS, NMS, and NGM.

n. The Contractor’s staff must monitor security devices such as firewalls or VPN concentrators attached to the PA-STARNet system, using a security management platform, currently Checkpoint Smartcenter. In addition to monitoring for alarms, the Contractor’s staff shall perform triage of alarm conditions and make minor ruleset changes, in coordination with the Commonwealth or other contracted security experts.

o. The Contractor shall monitor the network up to the demarcation point. When a network demarcation point is not clearly identified by ownership, contract, or agreement, the Commonwealth reserves the right to make a reasonable determination of where the network demarcation point is, for purposes of determining maintenance responsibility.

3. Contractor Staff:The Contractor must maintain staff according to the schedule listed below. In the event that one (1) person is not available to start their shift on time, a replacement must be provided. Failure to do so for more than ten (10) minutes and up to one (1) hour is a minor infraction. Failure to do so for more than one (1) hour is a major infraction. Every additional time this minor infraction occurs in any calendar month is a major infraction as defined in Appendix D, Service Level Agreements.

a. The Contractor must staff the NOC as follows:

Role ScheduleNOC Supervisor standard work week, Mon-Fri 8am-5pmNOC Technicians two (2) per shift, at all times, 24x7x365

Page 19 of 50

Page 20:  · Web viewThis Invitation for Bids (IFB) provides to those interested in submitting bids for the subject procurement (Bidders) sufficient information to enable them to prepare and

UAS Coordinator standard work week, Mon-Fri 8am-5pm

b. Additional positions and support may be required under special circumstances (i.e., disasters, threats, etc.). Additional support will be paid in accordance with the applicable labor rates within Appendix B, Cost Matrix & Rate Card.

4. Contractor Staff Duties and Qualifications:

a. NOC Supervisor:The NOC Supervisor shall provide technical leadership and shall oversee the NOC Technicians who provide 7x24x365 support in diagnosing operational issues with the PA-STARNet system and its MPLS Backhaul Network, utilizing a multitude of tools and techniques to identify and isolate system related issues. The NOC Supervisor is responsible for managing the daily operations of the Contractor’s staff to ensure that all alerts and events received are handled promptly and professionally, assigned appropriately, and that all issues are resolved and/or escalated. The NOC Supervisor shall work closely with the Commonwealth’s NOC Supervisor on strategic initiatives, planning, process improvements, and leading through change. The NOC Supervisor shall also guide and support development activities of the Contractor’s Staff.

1) NOC Supervisor – Job Functions:

a) Manages the daily operation of the NOC. This includes oversight of all NOC personnel and monitoring systems on assigned shifts.

b) Oversees service monitoring and event management processes to ensure they are performed according to the Commonwealth approved documented NOC procedures. All NOC procedures are documented and communicated to the Contractor’s staff.

c) Ensures that all systems within the NOC are monitored and any issues are logged, tracked, and resolved to the satisfaction of the Commonwealth.

d) Manages, oversees, and monitors workload to ensure resources are appropriately allocated. Understands the functions and workload of the team.

e) Plans, organizes, and assigns work to the Contractor’s staff.

f) Works closely with the Commonwealth in identifying and implementing process improvements initiatives.

g) Works closely with the Commonwealth on the development and implementation of standards, processes, and systems delivering high

Page 20 of 50

Page 21:  · Web viewThis Invitation for Bids (IFB) provides to those interested in submitting bids for the subject procurement (Bidders) sufficient information to enable them to prepare and

quality customer service. Key criteria are service levels, responsiveness, cost effectiveness, and standardization.

h) Works closely with the Commonwealth on the coordination of outage events and on outage communications to users.

i) Interacts with field teams to restore service and/or identify and correct core problems.

j) Develops processes to monitor trends based on tickets, system monitoring, and events.

k) Oversees the incident/problem management processes for the NOC.

l) Manages and communicates major events or outages.

m) Works with the Commonwealth and the Contractor’s staff to ensure that all issues are escalated and resolved in a timely manner.

n) Collaborates with other support teams regarding problem diagnosis and resolution.

o) Oversees the Contractor’s staff in determining root causes of significant incidents, drives any identified NOC action items to resolution, and provides post mortem reports when applicable.

p) Ensures that escalations of impairments and outage to appropriate individuals, teams, and organizations are conducted in a timely manner to ensure efficient resolution and to minimize customer impact.

q) Hires, trains, and develops the Contractor’s staff.

r) Analyzes the Contractor’s staff through various statistical and reporting methodologies. Identifies training needs for individuals and team.

Oversight of Contractor’s NOC staff ensuring delivery of NOC services as required by this IFB.

s) Monitors performance of Contractor’s NOC staff and resolves any performance issues.

t) Manages processes and services for quality and efficiency.

u) Leads process and quality improvement activities.

v) Provides plans to reduce site down time.

Page 21 of 50

Page 22:  · Web viewThis Invitation for Bids (IFB) provides to those interested in submitting bids for the subject procurement (Bidders) sufficient information to enable them to prepare and

w) Provides training support through day-to-day interaction, cross-training, on-call assistance, and team meetings.

x) Monitors and reinforces departmental procedures, policies, and guidelines.

y) Coordinates and assists in developing and documenting NOC policies, processes, procedures, and training.

z) Coordinates resources and communications between field services, customer support, engineering, and other support groups to resolve issues.

aa) Develops and builds positive relationships and partnerships with customers, vendors, departments, peers, support teams, and NOC employees to ensure a high level of personal and team understanding of the NOC business operations and service expectations.

bb) Manages contractor and customer relationships to ensure service levels are measured and tracked accordingly.

cc) Coordinates and collaborates with other internal departments and vendors to schedule maintenance, equipment installations, equipment decommissions, new site development, and other activities that affect the PA-STARNet system.

dd) Works with the Commonwealth’s NOC Supervisor to develop and implement the strategic direction, objectives, and initiatives for the department.

ee) Conducts, participates, and leads projects and meetings.

ff) Performs and provides statistical reporting, trending, and analysis and provides input on the departmental budget.

gg) Leads by example and projects a positive attitude while being a team player and accepts change in a productive manner.

hh) Manages activities and provides support during disaster recovery.

2) NOC Supervisor - Qualifications and Skills:

a) Minimum of an associate’s degree in a technical field.

Page 22 of 50

Page 23:  · Web viewThis Invitation for Bids (IFB) provides to those interested in submitting bids for the subject procurement (Bidders) sufficient information to enable them to prepare and

b) At least twelve (12) years management experience in a network operations center or associated technical environment.

c) At least eight (8) years of experience in a land mobile radio environment.

d) At least ten (10) years of professional, technical, or customer support experience in a professional environment.

e) Working knowledge of Microsoft Windows operating systems and Microsoft Office.

f) Working knowledge of LMR Monitoring Systems (TSM8000, 5620 SAM, and OpenSky CNM/RNM).

g) Working knowledge of LMR Technologies (OpenSky, P25, and Conventional), general RF Subsystems (antennas, monitors, duplexers, combiners, splitters, power amps, base stations), DC power supplies, TCP/IP, Cisco routers and switches, Solaris & Windows Servers, wireless TDM/Ethernet microwave radio networks, Alcatel MPLS routers and switches, Telco (copper T1 & 56K, Smart Jacks, and multiplexers), alternative power systems (Generator, Solar, and Wind), towers and shelters (HVACs, generators, grounding, security).

h) Working knowledge of ticketing/record keeping systems such as Service Now.

i) Analytical, problem solving and technical troubleshooting skills.

j) Ability to create and document procedures, policies, and training material.

k) Ability to train technicians to troubleshoot complex systems and problems.

l) Ability to lift and carry up to thirty (30) pounds.

m) Fluent in spoken and written English.

b. UAS Coordinator:The UAS is used to create and manage databases for the OpenSky system. The diagram below depicts databases relevant to the radio equipment and maintained by the UAS Coordinator. These databases are propagated automatically between the UAS and the VNICs. The VNICs ,in turn, provision this information to the radios, through Over-the-air-Provisioning, the last step of the radio startup process.

Page 23 of 50

Page 24:  · Web viewThis Invitation for Bids (IFB) provides to those interested in submitting bids for the subject procurement (Bidders) sufficient information to enable them to prepare and

Talkgroup Property ClassDatabase•Hang Timer•Talkback Timer•Call Start Site Criteria•Call Continue Site Criteria•Call Continue AOC Criteria•Call Setup Timer

Talkgroup Priority ClassDatabase•Ruthless Priority•Non Ruthless Priority•Intra Region Priorities•Inter Region Priorities•Queuing Priority

Talkgroup Database•Name•ID•SPNI•Intra-region Flag•Talkgroup Property•Talkgroup Priority

Profile Database•Name•Emergency Behavior•Emergency Mask•Default Emergency•Supervisor Mask•Talkgroup List

Personality Database•Scan Priority•Global Profile Flag•SPNI•WASI•Speed Dial List•Profile List•Default Profile

User Database•User ID•User Alias•Password•Selective Call Privilege•PSTN Privilege•Emergency Alert Server•Personality Class

3) UAS Coordinator - Job Functions:

a) Creates user accounts and sets parameters including coverage, properties, priorities, and policies.

b) Creates regions and sites.

c) Allocates resources to agencies, including agency-level policies, talk groups, user IDs, and IP address ranges.

d) Provisions resources to agencies, including talk groups, user privileges, profiles, personalities, and subscriber units.

e) Configures a P25 trunked system, including mixed mode, RF sites, talk groups, voice end user configurations, site type configurations, and talk group and RF site type combinations.

f) Configures the UAS for BEON operation, as well as VCE and ISSI Gateway.

g) Manages regions, coverages, and administrative classes, including scopes, privileges, user accounts, and system settings.

h) Manages regions and assign sites to regions, including adding sites, downloading and storing site data, and establishing site adjacency.

Page 24 of 50

Page 25:  · Web viewThis Invitation for Bids (IFB) provides to those interested in submitting bids for the subject procurement (Bidders) sufficient information to enable them to prepare and

i) Creates talk group properties, priorities, and settings for mixed P25-OpenSky systems.

j) Enables and assigns OpenSky MDIS Broadcast, including adding and deleting broadcast IP addresses, adding a region, deleting an HDD from a region, adding region home coverage, deleting region home coverage, assigning serving coverage, and removing serving coverage.

k) Uses system utilities to report on logins, database actions, and message totals.

l) Creates ISSI gateways and foreign sites, including creating ISSI end user properties, creating adjacent foreign sites and ISSI site adjacencies, creating foreign talk group ranges, creating foreign talk groups, and creating foreign end users.

m) At the regional level, assigns agencies, sets agency policies, and allocates: talk groups and user ID ranges, IP address ranges, talk group property and priority ID ranges, end user property ID ranges, PSAP ID ranges, maximum talk groups, coverage ID ranges, and key ID ranges.

n) At the agency level, manages: agency talk groups, user privileges, GWB profiles, agency profiles personalities; and, creates: voice end users, subscriber units, and PSAPS.

o) Projects a positive attitude while being a team player and accepts change in a productive manner.

p) Additional functions include, but are not limited to: provisions clients and sets the protocol timer.

4) UAS Coordinator - Qualifications and Skills:

a) Minimum of an associate’s degree in an information technology field.

b) At least five (5) years as a database administrator.

c) Experience in the analysis of data and development of data models in overall support of data administration.

d) Working knowledge of large-scale communication systems and the software that controls them.

e) Working knowledge of LMR systems that use fleet maps and talk groups.

Page 25 of 50

Page 26:  · Web viewThis Invitation for Bids (IFB) provides to those interested in submitting bids for the subject procurement (Bidders) sufficient information to enable them to prepare and

f) Skilled in the use of Microsoft Windows and Microsoft Office.

g) Skilled in verbal and written communications.

h) Fluent in spoken and written English.

c. NOC Technicians:NOC Technicians are primarily responsible for monitoring the infrastructure of a statewide radio system consisting of point-to-point microwave radios, 800 MHz LMR base stations, routers, switches, Solaris servers, DC power plants, and various environmental systems.

1) NOC Technicians – Job Functions:

a) Monitors the PA-STARNet system via several different network monitoring systems.

b) Provide incident and service management via Remedy and ServiceNow, site access logging, remote diagnostics, and repair of infrastructure equipment.

c) Analyzes and remotely troubleshoots any failures and dispatches the appropriate personnel when needed.

d) Works shifts, twenty-four (24) hours a day, seven (7) day a week, 365 days a year, including weekends and holidays as needed.

e) Fluent in spoken and written English.

2) NOC Technicians – Qualifications and Skills:

a) Minimum of an associate’s degree in a technical field.

b) At least two (2) years of experience in communications network operations center or associated technical environment.

c) Understanding of radio communications, computer networking, basic electronics, and basic electrical technologies including power supplies.

d) Skilled in the use of Microsoft Windows and Microsoft Office.

e) Good customer relation skills.

f) Preferred additional skills: MPLS, Telco (T1 & 56K), wireless technologies (LMR & LTE), Remedy and ServiceNow.

Page 26 of 50

Page 27:  · Web viewThis Invitation for Bids (IFB) provides to those interested in submitting bids for the subject procurement (Bidders) sufficient information to enable them to prepare and

5. Reporting:The Contractor must document system performance with periodic scheduled reports, which included, but is not limited to:

Report ScheduleShift Reports, including situational awareness data and tracking twice dailyRadio Repair and Return weeklyUAS Move, Add, Change Activity weeklyCalls by Type monthlyCalls by Agency monthlySite Usage monthlyData Users monthlySite Utilization monthlyVoice Users per site monthlySite Originated Calls monthlyInfrastructure SLA Compliance Report monthlyNetwork Availability monthlyNetwork Capacity monthlyPreventive Maintenance actions monthly

The Contractor must accommodate updates and adjustments to this schedule of reports.

B. Lot 2, Return to Deport Repair and Technical Assistance Center Services:The Contractor must perform Return to Depot repair services for subscriber radios and fixed network equipment associated with the PA-STARNet system, as well as provide technical assistance services for fixed network equipment.

1. Requirements:

a. The Contractor must provide the Commonwealth with timely bulletins pertaining to new software releases, identify new features and capabilities that pertain to the existing implementation configuration and advise of any potential hardware or additional software that may be required.

b. The Contractor must obtain approval from the Commonwealth prior to installing any software upgrades, revisions, or configuration changes.

c. The Contractor must have the necessary legal rights, licenses to third party software, and any other tools required to perform maintenance and services on the equipment specified in Appendix E, Equipment List. The Commonwealth may add or remove equipment at any time.

2. Responsibilities:

Page 27 of 50

Page 28:  · Web viewThis Invitation for Bids (IFB) provides to those interested in submitting bids for the subject procurement (Bidders) sufficient information to enable them to prepare and

a. The Contractor must cover the radio equipment, specified in Appendix E, Equipment List and Appendix F, Subscriber Equipment List, under a return to depot repair program:

1) Harris OpenSky subscriber radio equipment registered in the Unified Administration Server user database (UAS), including gateways and gateway cards.

2) Harris M7100 and P7100 model radios purchased by the Commonwealth.

3) Harris XG100 unity radios.

4) 4.9 MHz microwave radios.

5) ISM 2.4 MHz radios.

6) OpenSky base station radios and microcell boxes.

7) MASTR V base station radios.

8) Routers, Ethernet switches, servers, and client work stations operating as fundamental elements of OpenSky system.

b. The Contractor must provide a seven (7) business day repair/replace turnaround time, excluding transit time, to and from the repair depot for subscriber radios. The Contractor must ship the subscriber radio equipment to the repair depot, at no additional cost to the Commonwealth. The Contractor is responsible for shipment of repaired/replaced subscriber radio equipment back to the Commonwealth. All repaired subscriber radio equipment must be returned with the latest version of software accepted by the Commonwealth for use on the PA-STARNet system and must have any corrective actions or recommendations implemented per the latest published manufacturers technical service memos.

c. The Contractor must provide access to manufacturer’s premium Tech-Link web site available for use by the Commonwealth’s for:

1) Important Product Notifications

2) Technical Manual Library

3) Technical Service Memos

4) Feature Encryption

5) Quick Reference Guides

Page 28 of 50

Page 29:  · Web viewThis Invitation for Bids (IFB) provides to those interested in submitting bids for the subject procurement (Bidders) sufficient information to enable them to prepare and

6) Product End of Life Information

7) Software Revision Information

8) FX Feature Summary

9) File Downloads

10) Stolen Radio Database

11) Technical Training Toolbox

12) Radio Features List

13) Radio Personality Manager (RPM) subscriber radio programming software updates

d. The Contractor must provide technical assistance services for fixed network equipment as follows:

1) Technical assistance on fixed network equipment and overarching systems as a whole.

2) Twenty-four (24) hour assistance, seven (7) days a week, including holidays.

3) Guaranteed callback within two (2) hours.

4) On-site support when requested, within twelve (12) hours, seven (7) days a week including Commonwealth holidays. Onsite support must be performed at the rates submitted by the Contractor in Appendix B, Cost Matrix & Rate Card.

3. Optional Services:The Commonwealth, at its sole discretion, may request the Contractor provide a system software upgrade subscription.

4. Contractor Staff Responsibilities:

a. The Contractor’s staff must be proficient in skill to satisfactorily perform the services to meet all routine and emergency requirements.

b. Additional technical assistance services for fixed network equipment may be required under special circumstances (i.e., disasters, threats, etc.).

Page 29 of 50

Page 30:  · Web viewThis Invitation for Bids (IFB) provides to those interested in submitting bids for the subject procurement (Bidders) sufficient information to enable them to prepare and

5. Reporting:

a. The Contractor must provide a monthly report which includes, but is not limited to:

1) Detailed breakdown of all depot repair activities for Harris OpenSky subscriber radio equipment, gateways, and gateway cards including agency of origin, problem found, and corrective action performed.

2) Detailed breakdown of all depot repair activities for Harris M7100 and P7100 model radio subscriber equipment.

3) Detailed breakdown of all depot repair activities for Harris XG100 unity radios.

4) Detailed breakdown of all depot repair activities for 4.9 MHz microwave radios.

5) Detailed breakdown of all depot repair activities for ISM 2.4 MHz radios.

6) Detailed breakdown of all depot repair activities for OpenSky base station radios and microcell boxes.

7) Detailed breakdown of all depot repair activities for routers, Ethernet switches, servers, and client work stations operating as fundamental elements of the PA-STARNet system.

8) Detailed breakdown of all technical assistance activities on fixed network equipment and overarching systems as a whole.

9) Detailed breakdown of all twenty-four (24) hour assistance call logs including dates and times of calls, description of subject matter, resolution, and time of closeout.

10) Detailed breakdown of all on-site support activities, detailed description of subject matter, and closeout.

11) Detailed breakdown of all other activities such as but not limited to quotes, concurrences, correspondence, etc.

12) Detailed breakdown of all approved expenditures not covered.

C. Lot 3, Land Mobil Radio (LMR) Components:The Contractor must maximize uptime and minimize downtime and disruptions for the PA-STARNet system through responsive and effective maintenance of the site

Page 30 of 50

Page 31:  · Web viewThis Invitation for Bids (IFB) provides to those interested in submitting bids for the subject procurement (Bidders) sufficient information to enable them to prepare and

based LMR components of the PA-STARNet system as described in Appendix G, LMR Site Equipment Overview.

The PA-STARNet system is composed of both LMR high profile sites and cell sites for primary voice and mobile data services, Appendix H, Site List. Voice and data switches known as Regional Operations Centers (ROCs) are located at seven (7) geographically diverse locations across the Commonwealth. Two (2) NOCs are also located at geographically diverse locations serving as firewall protected, redundant access points to the network. The LMR network is a wireless VOIP multicast trunking radio system that employs 2-slot/4-slot TDMA architecture in the 800 MHz band.

1. Requirements:

a. The Contractor must have the necessary legal rights, licenses to third-party software, and any other tools required to perform maintenance and services on the equipment specified in Appendix E, Equipment List. The Commonwealth may add or remove equipment at any time.

b. Additional secondary radio equipment to be maintained includes:

1) VHF interoperability overlay operating on the National Emergency Police Frequency.

2) Redundant VHF overlay to provide the Commonwealth with backup communications capabilities and interoperability augmentation.

3) Integrated VHF community repeaters for park and forestry operations including wild land firefighting.

4) UHF interoperability overlay comprised of repeaters operating on national mutual aid frequencies.

5) 700 MHz P25 trunking network overlay.

6) 800 MHz interoperability overlay comprised of repeaters operating on national mutual aid frequencies.

7) 6GHz Aviation video systems.

c. All secondary equipment is made available on the LMR primary network via interoperability gateway connections. Additional interoperability gateway connections include:

1) State of New Jersey

Page 31 of 50

Page 32:  · Web viewThis Invitation for Bids (IFB) provides to those interested in submitting bids for the subject procurement (Bidders) sufficient information to enable them to prepare and

2) Dauphin County

3) Westmoreland County

4) Lebanon County

5) Cumberland County

6) First Energy

7) City of Philadelphia

d. To execute an effective maintenance program, the specific detailed equipment information below will require consideration. All non-LMR stations and repeaters are MASTR IIIs, except 700 MHz trunking which is MASTR V based.

e. Two (2) NOCs are located at geographically diverse locations in a primary and alternate configuration. The primary location is in Harrisburg, PA, and the alternate is in Johnsonburg, Pennsylvania. Both locations host redundant NOC servers. The NOC servers concatenate information from each of the seven (7) ROCs for reporting and administration of the network as a whole. Both locations also house UAS servers responsible for provisioning the voice (VNIC) and data (MDIS) applications running on each ROC platform. Redundant firewalls at each location act as network access gateways in conjunction with agency interoperability routers connected to transport medium such as leased T1 circuits.

f. Seven (7) voice and data network switching centers or ROCs are located across the Commonwealth and serve as voice and data switches for the radio network. Each ROC is composed of redundant, hot-standby voice and data switching equipment. Each ROC location also houses a P25 Regional Site Manager (RSM) responsible for provisioning P25 sites via the UAS and hardware to support LMR-to-P25 transcoding. ROCs are located in Dauphin, Chester, Huntingdon, Lycoming, Venango, Westmoreland, and Luzerne counties.

g. The system includes LMR high-profile sites. The number of LMR channels utilized at high-profile sites ranges from a minimum of one (1) to a maximum of seven (7) per site. The system also includes cell sites.

h. ISM radios (unlicensed 2.4 GHz) for backhaul are deployed throughout the network and also serve as tactical connectivity for Cell-On-Wheels (COW) deployments.

Page 32 of 50

Page 33:  · Web viewThis Invitation for Bids (IFB) provides to those interested in submitting bids for the subject procurement (Bidders) sufficient information to enable them to prepare and

i. Radios utilizing the 4.9 GHz band are deployed throughout the network for backhaul and interoperability connections.

j. 900 MHz band radios are used to provide backhaul throughout the network.

k. The system includes VHF base stations on NEPF.

l. VHF repeater sites are used to provide the Commonwealth with backup communications capabilities and interoperability augmentation.

m. Integrated VHF community repeater sites are used for park and forestry operations including wild land firefighting (Harris/Zetron tone panels).

n. The system includes UHF repeater sites on mutual aid channels (typical two (2) repeaters per site).

o. The system uses 700 MHz P25 trunking (three (3) repeaters per site, one (1) control channel, two (2) traffic channels).

p. The system includes mutual aid repeater sites operating in the 800 MHz band.

q. The system includes GWB DVU interoperability gateways.

r. The system includes UAC interoperability gateways (Westmoreland).

s. The system includes PSAPs (dispatch consoles including Maestro, Zetron, and VIP).

2. Responsibilities:

a. The Contractor must maintain the PA-STARNet LMR equipment and must maintain associated site equipment listed in Appendix E, Equipment List.

b. The Contractor must become acquainted with all system locations, site accessibility, buildings, towers, and generators, Appendix I, Base Sites with 800 MHz Capability, Appendix J, Cell Sites with 800 MHz Capabilities, and Appendix K, Geographical Areas to be Maintained.

c. The Contractor is responsible for total system performance. Although the system drawings and equipment details are essentially complete, the omission of any such data herein does not relieve Contractor of responsibility for their portion of total system performance. The Contractor is responsible for all site red line drawing updates as changes are made to PA-STARNet system infrastructure. Updated red line drawings must be provided to the Commonwealth no later than thirty (30) days after changes have been completed. The Contractor will be responsible for all site As-Built drawings

Page 33 of 50

Page 34:  · Web viewThis Invitation for Bids (IFB) provides to those interested in submitting bids for the subject procurement (Bidders) sufficient information to enable them to prepare and

updates as requested by the Commonwealth. Updated As-Built drawings must be provided to the Commonwealth no later than thirty (30) days after redline drawings have been accepted by the Commonwealth.

d. All system maintenance, repairs, or network modifications must be performed without disruption of communication services of the PA-STARNet system. In the event that disruption of service is required to make repairs or modifications necessary to guarantee the reliability of the PA-STARNet system, the Contractor must make every effort to keep the downtime to a minimum and provide the Commonwealth with a complete MOP (method of procedure) describing the interruption. All disruptions of service must be approved and scheduled by the Commonwealth.

e. When a network demarcation point is not clearly identified by ownership, contract, or agreement, the Commonwealth reserves the right to make a reasonable determination of where the network demarcation point is, for purposes of determining maintenance responsibility.

f. The Contractor’s staff must install all parts, electrical/electronic components, subassemblies, subsystems, cablings, cable assemblies, and like materials, and furnish all test equipment and spare parts not provided by the Commonwealth.

g. The Contractor must provide all necessary equipment including, but not limited to, bucket trucks, cranes, or high lifts needed to make all repairs, at no additional cost to the Commonwealth.

h. For preventive maintenance, corrective maintenance that requires the need to climb a tower, the Contractor shall assume the financial responsibility for the climb during the hours of 8:00 a.m. and 5:00 p.m. Monday thru Friday.

i. For corrective maintenance that requires the need to climb a tower that does not occur during the hours of 8:00 a.m. and 5:00 p.m. Monday thru Friday the Commonwealth will assume the financial responsibility, except for travel time that exceeds two (2) hours, for the climb based on the current rate card provided by the Contractor.

3. Parts Inventory:

a. The Contractor must maintain reserve stock of electronic/electrical and mechanical components, subsystems, cabling, cable assemblies, and specific radio spares to maintain the PA-STARNet LMR 800 MHz radio network.

b. Spare parts will be provided by the Commonwealth and replaced as needed. All additional parts required for making repairs, not available in inventory, must be purchased by the Contractor, with prior approval by the Commonwealth, at a cost plus a maximum of fifteen (15) percent.

Page 34 of 50

Page 35:  · Web viewThis Invitation for Bids (IFB) provides to those interested in submitting bids for the subject procurement (Bidders) sufficient information to enable them to prepare and

c. The Contractor is responsible for the coordination, repair, and replacement of all parts.

d. The Contractor must provide a climate controlled location, capable of storing all PA-STARNet spare parts and surplus equipment, which must be located within twenty-five (25) miles of Harrisburg, PA.

4. Contractor Staff Travel and Transportation:

a. The Contractor must provide staff with vehicles, such as snow cats, snow mobiles, and four-wheel drive trucks, to perform services across the entire PA-STARNet system. The Contractor must be capable of accessing sites twenty-four (24) hours a day, seven (7) days a week, 365 days a year.

1) Vehicles must be in good operating condition and be adequately equipped with replacement parts and with all test instruments, meters, analyzers, computers, and tools necessary to perform the tasks.

b. Vehicles must be equipped with Harris LMR 800 MHz radios. The radio equipment will be provided by the Commonwealth. Upon expiration/termination of the Contract, the radio equipment must be returned to the Commonwealth in operating condition.

c. After the normal business hours of 8:00 a.m. to 5:00 p.m. Monday thru Friday, billable travel time must not exceed a total of four (4) hours per day.

5. Preventive Maintenance:Preventive maintenance includes the requirements described in Appendix L, Preventive Maintenance Plan.

a. The Contractor must perform periodic inspections of equipment to ensure it is operational and within the OEM’s specifications.

b. The Contractor must note any defects in the equipment, its operation or function and must make all necessary repairs if possible. If the Contractor is unable to make repairs during the preventive maintenance inspection, the Contractor must notify the Commonwealth to schedule a repair time under corrective maintenance.

c. The Contractor must also note any defects to other equipment or facilities and report them to the Commonwealth.

d. The Commonwealth reserves the right to conduct its own inspections in order to verify the Contractor’s inspections.

Page 35 of 50

Page 36:  · Web viewThis Invitation for Bids (IFB) provides to those interested in submitting bids for the subject procurement (Bidders) sufficient information to enable them to prepare and

6. Corrective Maintenance:The Contract must perform corrective maintenance. These modifications, upgrades, and repairs are necessary to guarantee that the PA-STARNet system meets or exceeds public safety radio system expectations.

a. The Contractor must complete on-site corrective maintenance for all requests. The Contractor, at its own expense, if any, must secure access to the Commonwealth’s ticket tracking applications, currently ServiceNow, to receive notifications, display, modify, and respond to service request tickets. ServiceNow will serve as the official tracking system for repairs and SLA infractions. The time of report for all service requests will begin when the Commonwealth enters the ServiceNow ticket. Requests will be reported to the Contractor via ServiceNow, email, phone or radio. ServiceNow will serve as the tracking system for repairs and SLA infractions. The time of report for all requests will begin when the Commonwealth enters the ServiceNow ticket. The Contractor must be capable of receiving requests twenty-four (24) hours a day, seven (7) days a week, 365 days a year. The Contractor must provide the Commonwealth with a dedicated phone number for notifications.

b. Corrective maintenance issues required to keep the PA-STARNet system fully operational but not included in the standard Staffing Duties and Responsibilities section of this IFB will be the sole responsibility of the Contractor. The Contractor must coordinate, manage, finance, and inspect all third-party repairs. These repairs must be billed to the Commonwealth at a cost plus a maximum of fifteen (15) percent. The Contractor must provide the Commonwealth with copies of all third-party invoices. Repairs that exceed five thousand dollars ($5000.00) must be approved by the Commonwealth. All third-party subcontractors must be approved by the Commonwealth.

c. The Contractor must perform additional maintenance services when requested by the Commonwealth. Labor cost for additional maintenance services must be performed at the rate as quoted by the Contractor on the rate card. Parts for the additional services must be billed to the Commonwealth at cost plus a maximum of fifteen (15) percent. The Contractor must provide quotes for additional maintenance services within thirty (30) days of the receipt request.

d. The Contractor will be requested to perform additional site modifications, upgrades, and repairs to cell-site access roads. These site modifications, upgrades and repairs are necessary to guarantees that the PA-STARNet Network meets or exceeds Public Safety Radio System expectations. Labor cost for additional maintenance services must be performed at the rate as quoted by the Contractor on the rate card. Parts for the additional services must be billed to the Commonwealth at cost plus a maximum of fifteen (15) percent. The timeline to submit quotes for additional modifications, upgrades and repairs must not exceed thirty (30) days.

Page 36 of 50

Page 37:  · Web viewThis Invitation for Bids (IFB) provides to those interested in submitting bids for the subject procurement (Bidders) sufficient information to enable them to prepare and

7. Major Failures:

a. A major failure is defined as any failure that results in a loss of voice or data services, a complete channel outage, or a reduction of system capacity that is not immediately restored by a hot-standby or fault tolerant equipment. The Contractor must deliver and install temporary generators to sites experiencing prolonged disruptions of power. Major Failures include, but are not limited to:

1) Tower Top Amp alarm secondary2) VWSR alarm3) VNIC alarm4) MDIS alarm5) HPA alarm6) Cell Site: DC Rectifier Fail alarm7) Cell Site: HPA alarm8) Cell Site: VWSR alarm9) Cell Site: VNIC alarm10) Cell Site: MDIS alarm

b. The Contractor must respond to major failures with on-site support within two (2) hours and a repair time of four (4) hours (six (6) hours total restoral time) from time of notification by the NOC, twenty-four (24) hours a day, seven (7) days a week, 365 days a year. The failure must be corrected within six (6) hours from time of notification by the Commonwealth.

c. If a repair is dependent on a tower crew’s ability to climb and they are unable to climb due to unsafe conditions, as determined by the tower crew, then the Contractor must immediately notify the Commonwealth. Once the unsafe conditions have cleared and it has been deemed safe to climb, as determined by the tower crew, the Contractor must resume repairs and have the system fully restored within four (4) hours.

8. Minor Failures:

a. A minor failure is defined as any failure that triggers an alarm of any nature, other than a major failure, as described above. Minor failures include, but are not limited to:

1) Base Site: Tower Top Amp Primary alarm2) Base Site: Check Sum alarm3) Base Site: Heart beat alarm4) Cell Site: Tower Light Alarms5) Cell Site: Commercial Power Failure6) Cell Site: Door Contact Alarm

Page 37 of 50

Page 38:  · Web viewThis Invitation for Bids (IFB) provides to those interested in submitting bids for the subject procurement (Bidders) sufficient information to enable them to prepare and

b. Any equipment failure that generates an alarm of any nature other than major failure, as defined above, will be deemed a minor failure. All minor failures have a response time within the next business day (eight (8) hours) Monday through Friday, (excluding Commonwealth holidays) and repair within twenty-four (24) hours after the expiration of the one business day response time, for a total of sixteen (16) business day hours.

9. Contractor Staff:

a. The Contractor must provide regional staff, specified below, which must be dedicated full-time employees. The Contractor must provide coverage in these regions twenty-four (24) hours a day, seven (7) days a week, 365 days a year. If a regional technician is unavailable to perform services, the Contractor must provide a backup technician at no additional driving/travel cost to the Commonwealth.

Region #1 One (1) RF Communications Field TechnicianRegion #2 One (1) RF Communications Field TechnicianRegion #3 One (1) RF Communications Field TechnicianRegion #4 One (1) RF Communications Field TechnicianRegion #5 One (1) RF Communications Field TechnicianRegion #6 One (1) RF Communications Field TechnicianRegion #7 One (1) RF Communications Field Technician

One (1) Senior RF Communications Field TechnicianOne (1) Maintenance Contract Manager

b. The staff listed above shall be the minimum complement dedicated, each on a full-time basis, to this Contract.

10. Contractor Staff Duties, Responsibilities, and Qualifications: a. RF Communications Field Technicians:

The Contractor’s RF communications Field Technicians are responsible for making all necessary radio, network equipment, and subsystem repairs required to keep the PA-STARNet LMR system fully operational. The RF Communications Field Technicians shall be first responders for all major and minor failures. Field technicians are responsible for performing all scheduled preventive maintenance. During the hours of 8:00 a.m. and 5:00 p.m. Monday thru Friday, RF Communications Field Technicians must be available to perform system repairs and system enhancements at no additional cost to the Commonwealth. The qualifications for the Contractor’s RF Communications Field Technicians include, but are not limited to:

1) At least two (2) years radio service experience working on RF, LMR 800 MHz radios systems or equivalent, 700 MHz, UHF and VHF

Page 38 of 50

Page 39:  · Web viewThis Invitation for Bids (IFB) provides to those interested in submitting bids for the subject procurement (Bidders) sufficient information to enable them to prepare and

2) OSHA Occupational Safety and Health Training

3) A valid driver’s license

4) Test equipment required to be with RF Communications Field Technicians includes, but is not limited to:

a) Communications Service Monitor

b) Digital Volt Meter

c) T-Berd test set, DSO, DS1, DS3, and OC3

d) Watt Meter

e) Laptop Computer with Software required for Network System

b. Senior RF Communications Field Technician:The Senior RF Communications Field Technician has all the duties, responsibilities, and test equipment of the RF Communications Field Technicians, listed above. In addition, the Senior RF Communications Field Technician must coordinate tasking for all RF Communications Field Technicians and provide advanced technical support to the RF Communications Field Technicians when needed. The qualifications for the Contractor’s Senior RF Communications Field Technician include, but are not limited to:

1) At least two (2) years radio service experience working on RF, LMR 800 MHz radios systems or equivalent, 700 MHz, UHF and VHF

2) Ten (10) years of technical experience in large public safety radio systems

3) OSHA Occupational Safety and Health Training

4) A valid driver’s license

c. Maintenance Contract Manager:The Maintenance Contract Manager will be the main point of contact for all maintenance contract issues and must coordinate all planning for the Contractor and all reporting to the Commonwealth. The qualifications for the Contractor’s Maintenance Contract Manager include, but are not limited to:

1) At least ten (10) years of experience in the maintenance and management of large-scale microwave radio systems

2) A valid driver’s license

Page 39 of 50

Page 40:  · Web viewThis Invitation for Bids (IFB) provides to those interested in submitting bids for the subject procurement (Bidders) sufficient information to enable them to prepare and

11. Reporting:

a. Preventative Maintenance Report:Preventive maintenance reports must be provided monthly to the Commonwealth, no later than the second week of each month, reflecting the prior month’s performance. Preventive maintenance reports must include, but are not limited to:

1) PA LMR - RF Maintenance

2) Cell Sites

3) Total site preventive maintenance performed under Lot 3, by category

4) Total sites completed within interval, 30 days +/- from the last preventive maintenance performed

5) Issues/Exceptions, by category

6) Actions taken to resolve issues/exceptions

b. Inventory Report:Inventory reports must be provided quarterly to the Commonwealth with a detailed inventory of spare parts.

c. Additional reports may be added by the Commonwealth at any time.

D. Lot 4, Digital Microwave Network and Site Equipment:The Contractor must maintain the PA-STARNet digital microwave radio network as well as other site equipment as listed in Appendix M, STARNet Infrastructure.

The PA-STARNet digital microwave radio network provides the transmission backbone through which all of the existing radio, voice and data services are interconnected and distributed throughout the entire PA-STARNet network. The backbone has approximately 281 microwave hops consisting of a combination of Alcatel MDR 8000 TDM, MDR 8000, 9500 Ethernet digital radios, and Alcatel IP/MPLS Network equipment.

The PA-STARNet digital microwave network is augmented by an IP/MPLS network deployed on Alcatel-Lucent 7750, 7710, 7705, 7210, and 6850 routers and switches. These devices are located at high profile OpenSky sites, the seven (7) OpenSky switching stations, aka ROCs, and at the two (2) OpenSky NOCs. The Alcatel-Lucent service routers utilize MPLS technology to provide resilient routing of traffic throughout the PA-STARNet network, delivering several VPRN, VPLS and EPIPE

Page 40 of 50

Page 41:  · Web viewThis Invitation for Bids (IFB) provides to those interested in submitting bids for the subject procurement (Bidders) sufficient information to enable them to prepare and

services with H-QOS across the entire network. This system is managed by redundant 5620 SAM servers at each of the OpenSky NOC locations.

Multi-vendor management, GIS, and security systems (includes server and SAN infrastructure, firewall hardware, management applications, and GIS applications) are deployed at the NOC locations in support of, or as associated applications to, this MPLS network.

Other site equipment includes microwave antennas, antenna covers, feed horns, waveguide, coax, dehydrator systems, RTU alarm systems, equipment shelters, radio towers, tower lighting and controllers, generators, transfer switches, commercial power fail relays, AC power distribution systems, propane tanks, fuel monitors, DC battery plants, rectifiers, HVAC units, thermostat controls, surge suppression units, exhaust fans, site fences, gates, fire extinguisher recharging, and site compound vegetation control.

1. Responsibilities:

a. The Contractor must maintain the PA-STARNet digital microwave radio network equipment and the associated site equipment listed in Appendix E, Equipment List.

b. The Contractor must have the necessary legal rights, licenses to third party software, and any other tools required to perform maintenance and services on the equipment specified in Appendix E, Equipment List. The Commonwealth may add or remove equipment at any time.

c. The Contractor must become acquainted with all the system locations, site accessibility, buildings, towers, and generators as described in Appendix K, Geographical Areas to be Maintained and Appendix H, Site List.

d. The Contractor is responsible for total system performance. System drawings and equipment details are essentially complete, the omission of any such data herein does not relieve Contractor of responsibility for their portion of total system performance. The Contractor is responsible for all site red line drawing updates as changes are made to PA-STARNet system infrastructure. Updated red line drawings must be provided to the Commonwealth no later than thirty (30) days after changes have been completed. The Contractor will be responsible for all site As-Built drawings updates as requested by the Commonwealth. Updated As-Built drawings must be provided to the Commonwealth no later than thirty (30) days after changes have been accepted by the Commonwealth.

e. All system maintenance, repairs or network modifications must be performed without disruption of service to the PA-STARNet system. In the event that disruption of service is required to make repairs or modifications necessary to

Page 41 of 50

Page 42:  · Web viewThis Invitation for Bids (IFB) provides to those interested in submitting bids for the subject procurement (Bidders) sufficient information to enable them to prepare and

guarantee the reliability of PA-STARNet system; the Contractor must make every effort to keep the downtime to a minimum and provide the Commonwealth with a complete MOP (method of procedure) describing the interruption. All disruptions of service must be approved and scheduled by the Commonwealth.

f. When a network demarcation point is not clearly identified by ownership, contract, or agreement, the Commonwealth reserves the right to make a reasonable determination of where the network demarcation point is, for purposes of determining maintenance responsibility.

2. Parts Inventory:

a. The Contractor must maintain reserve stock of electrical and mechanical components, subsystems, cabling, cable assemblies, and specific radio spares to maintain the PA-STARNet microwave radio network.

b. Spare parts will be provided by the Commonwealth and replaced as needed. All additional parts required for making repairs, not available in inventory, must be purchased by the Contractor, with prior approval by the Commonwealth, at a cost plus a maximum of a fifteen (15) percent.

c. The Contractor is responsible for the coordination, repair, and replacement of all parts.

d. The Contractor must provide a climate controlled location, capable of storing all PA-STARNet spare parts and surplus equipment, which must be location within twenty-five (25) miles of Harrisburg, PA.

e. The Contractor must install all parts, electrical/electronic components, subassemblies, subsystems, cablings, cable assemblies, and like materials, provide test equipment and spare parts which are not provided by the Commonwealth.

3. Contractor Staff Travel and Transportation:

a. The Contractor must provide staff with vehicles, such as snow cats, snow mobiles, and four-wheel drive trucks, to perform services across the entire PA-STARNet communications system. The Contractor must be capable of accessing sites twenty-four (24) hours a day, seven (7) days a week, 365 days a year.

1) Vehicles must be in good operating condition and be adequately equipped with replacement parts and with all test instruments, meters, analyzers, computers, and tools necessary to perform the tasks.

Page 42 of 50

Page 43:  · Web viewThis Invitation for Bids (IFB) provides to those interested in submitting bids for the subject procurement (Bidders) sufficient information to enable them to prepare and

b. Vehicles must be equipped with Harris LMR 800 MHz radios. The radio equipment will be provided by the Commonwealth. Upon expiration/termination of the Contract, the radio equipment must be returned to the Commonwealth in operating condition.

c. After the normal business hours of 8:00 a.m. to 5:00 p.m. Monday thru Friday, billable travel time must not exceed a total of four (4) hours per day.

4. Preventive Maintenance:Preventive maintenance includes the requirements described in Appendix L, Preventive Maintenance Plan.

a. The Contractor must perform periodic inspections of equipment to ensure it is operational within the OEM’s specifications.

b. The Contractor must inspect towers in accordance with Appendix N, Tower Inspection Schedule.

c. The Contractor must note any defects in the equipment, its operation or function and must make all necessary repairs if possible. If the Contractor is unable to make repairs during the preventive maintenance inspection, the Contractor must notify the Commonwealth to schedule a repair time under corrective maintenance.

d. The Contractor must also note any defects to other equipment or facilities and report them to the Commonwealth.

e. The Commonwealth reserves the right to conduct its own inspections to verify the Contractor’s inspections.

5. Corrective Maintenance:The Contract must perform corrective maintenance. These modifications, upgrades, and repairs are necessary to guarantee that the PA-STARNet network meets or exceeds public safety radio system expectations.

a. The Contractor must complete on-site corrective maintenance for all requests. The Contractor, at its own expense, if any, must secure access to the Commonwealth’s ticket tracking applications, currently ServiceNow, to receive notifications, display, modify, and respond to service request tickets. ServiceNow will serve as the official tracking system for repairs and SLA infractions. The time of report for all service requests will begin when the Commonwealth enters the ServiceNow ticket. Requests will be reported to the Contractor via ServiceNow, email, phone or radio. ServiceNow will serve as the tracking system for repairs and SLA infractions. The time of report for all requests will begin when the Commonwealth enters the ServiceNow ticket. The Contractor must be capable of receiving requests twenty-four (24) hours a

Page 43 of 50

Page 44:  · Web viewThis Invitation for Bids (IFB) provides to those interested in submitting bids for the subject procurement (Bidders) sufficient information to enable them to prepare and

day, seven (7) days a week, 365 days a year. The Contractor must provide the Commonwealth with a dedicated phone number for notifications.

b. Corrective maintenance issues required to keep the PA-STARNet system fully operational but not included in the standard Staffing Duties and Responsibilities section of this IFB will be the sole responsibility of the Contractor. The Contractor must coordinate, manage, finance, and inspect all third-party repairs. These repairs must be billed to the Commonwealth at a cost plus a maximum of fifteen (15) percent. The Contractor must provide the Commonwealth with copies of all third-party invoices. Repairs that exceed five thousand dollars ($5000.00) must be approved by the Commonwealth. All third-party subcontractors must be approved by the Commonwealth.

c. The Contractor must perform additional maintenance services when requested by the Commonwealth. Labor cost for additional maintenance services must be performed at the rate as quoted by the Contractor on the rate card. Parts for the additional services must be billed to the Commonwealth at cost plus a maximum of fifteen (15) percent. The Contractor must provide quotes for additional maintenance services within thirty (30) days of the receipt of the request.

d. The Contractor must perform additional site modifications, upgrades, and repairs to site access roads, if requested by the Commonwealth. These site modifications, upgrades and repairs are necessary to guarantees that the PA-STARNet Network meets or exceeds Public Safety Radio System expectations. Labor cost for additional maintenance services must be performed at the rate as quoted by the Contractor on the rate card. Parts for the additional services must be billed to the Commonwealth at cost plus a maximum of fifteen (15) percent. The timeline to submit quotes for additional modifications, upgrades and repairs must not exceed thirty (30) days.

6. Major Failures:

a. A major failure is defines as any failure that results in a loss of voice of data services, a complete channel outage or reduction of system capacity that is not immediately restored by a hot standby or fault tolerant equipment. The Contractor must deliver and install temporary generators to sites experiencing prolonged disruptions of power. Major failures include, but are not limited to:

1) Any equipment failure that generates a major alarm

2) DC Power Plant Major Fail: The failure of two or more DC rectifiers.

3) DC High Voltage: The NOC has determined that the condition is affecting radio operation.

Page 44 of 50

Page 45:  · Web viewThis Invitation for Bids (IFB) provides to those interested in submitting bids for the subject procurement (Bidders) sufficient information to enable them to prepare and

4) DC Low Voltage: The NOC has determined that the condition is affecting radio operation.

5) DC Breaker Trip: The NOC has determined that the condition is affecting radio operation.

6) Commercial Power Major Failure: Generator fails to start in the event of a commercial power failure. The Commonwealth has determined that a possible long term outage exits. In the event of a catastrophic generator failure during a prolonged power outage a portable generator capable of carrying the site AC load must be provided within twenty-four (24) hours.

7) HVAC Major Failure: Only after the Commonwealth has determined that a high or low temperature condition is affecting radio operations.

8) Alcatel Microwave MDR8000 TDM and Ethernet radio Failure: Path failure caused by loss of primary and secondary transmitters, receivers, or related subsystems.

b. The Contractor must respond to major failures with on-site support within two (2) hours and a repair time of four (4) hours (six (6) hours total restoral time) from time of notification by the NOC, twenty-four (24) hours a day, seven (7) days a week, 365 days a year. The failure must be corrected within six (6) hours from time of notification by the Commonwealth.

c. If a repair is dependent on a tower crew’s ability to climb and they are unable to climb due to unsafe conditions, as determined by the tower crew, then the Contractor must immediately notify the Commonwealth. Once the unsafe conditions have cleared and it has been deemed safe to climb, as determined by the tower crew, the Contractor must resume repairs and have the system fully restored within four (4) hours.

7. Minor Failures:

a. A minor failure is defined as any failure that triggers an alarm of any nature, other than a major failure, as described above. Minor failures include, but are not limited to:

1) Door Contact Alarm

2) High/Low Temperature Alarm, if not service affecting

3) Humidity Alarm

4) Surge Arrestor Alarm

Page 45 of 50

Page 46:  · Web viewThis Invitation for Bids (IFB) provides to those interested in submitting bids for the subject procurement (Bidders) sufficient information to enable them to prepare and

5) Utility Power Failure-generator is carrying site load

6) HVAC #1 or #2 Compressor Fail Alarm, if not service affecting

7) Tower Light Alarms

8) Generator fails to start during scheduled weekly test

9) DC Power Plant Minor Fail Alarm- indicates one (1) DC rectifier fail

10) Dehydrator Low Pressure Alarm

c. Any equipment failure that generates an alarm of any nature other than major failure, as defined above, will be deemed a minor failure. All minor failures have a response time within the next business day (eight (8) hours) Monday through Friday, (excluding Commonwealth holidays) and repair within twenty-four (24) hours after the expiration of the one business day response time, for a total of sixteen (16) business day hours.

8. Contractor Staff:

a. The Contractor must provide regional staff, specified below, which must be dedicated full-time employees. The Contractor must provide coverage in these regions twenty-four (24) hours a day, seven (7) days a week, 365 days a year. If a regional technician is unavailable to perform services, the Contractor must provide a backup technician at no additional driving/travel cost to the Commonwealth.

Region #1 One (1) Microwave Communications Field TechnicianRegion #2 One (1) Microwave Communications Field TechnicianRegion #3 One (1) Microwave Communications Field TechnicianRegion #4 One (1) Microwave Communications Field TechnicianRegion #5 One (1) Microwave Communications Field TechnicianRegion #6 One (1) Microwave Communications Field TechnicianRegion #7 One (1) Microwave Communications Field Technician

One (1) Microwave Communications Senior Field TechnicianOne (1) Network TechnicianOne (1) Maintenance Contract ManagerThree (3) Tower Riggers (Tower Crew)

b. The staff listed above shall be the minimum complement dedicated each on a full-time basis, to this Contract.

9. Contractor Staff Duties, Responsibilities, and Qualifications:

a. Microwave Communications Field Technicians:

Page 46 of 50

Page 47:  · Web viewThis Invitation for Bids (IFB) provides to those interested in submitting bids for the subject procurement (Bidders) sufficient information to enable them to prepare and

The Contractor’s Microwave Communications Field Technicians are responsible for making all necessary radio, network equipment and sub-system repairs required to keep the PA-STARNet system fully operational. Microwave Communications Field Technicians shall be first responders for all major and minor failures. Microwave Communications Field Technicians are responsible for performing all scheduled preventative maintenance, described in Appendix L, Preventive Maintenance Plan. During the hours of 8:00 a.m. and 5:00 p.m. Monday thru Friday, Microwave Communications Field Technicians must be available to perform system repairs and system enhancements at no additional cost to the Commonwealth. The qualifications for the Contractor’s Microwave Communications Field Technicians include, but are not limited to:

1) Two (2) years of experience with Alcatel-Lucent MDR 8000 and MDR 9500 Level 3

2) OSHA Occupational Safety and Health Training

3) A valid driver’s license

4) Test equipment required to be with Microwave Communications Field Technicians includes, but is not limited to:

a) Power Meter

b) Power Sensors, Low, Medium and High

c) Frequency Counter

d) RF Frequency Counter

e) Digital Volt Meter

f) T-Berd test set, DSO, DS1, DS3, and OC3

g) RFC2544 Ethernet Test Set

h) Fixed Attenuator

i) Variable Attenuators

j) Step Attenuators

k) Laptop Computer with Software required for Network System

b. Microwave Communications Senior Field Technician:

Page 47 of 50

Page 48:  · Web viewThis Invitation for Bids (IFB) provides to those interested in submitting bids for the subject procurement (Bidders) sufficient information to enable them to prepare and

The Contractor’s Microwave Communications Senior Field Technician has all the duties, responsibilities, and test equipment of the Microwave Communications Field Technician, listed above. In addition, the Microwave Communications Senior Field Technician must coordinate tasks and provide advanced technical support to the Microwave Communications Field Technicians when needed. The qualifications for the Contractor’s Microwave Communications Senior Field Technician include, but are not limited to:

1) Two (2) years of experience with Alcatel-Lucent MDR 9500 Level 3

2) MDR 8000 Level 4

3) Ten (10) years of experience in large scale microwave radio systems

4) OSHA Occupational Safety and Health Training

5) A valid driver’s license

c. Network Technician:The Contractor’s Network Technician is responsible for supporting the Commonwealth’s PA-STARNet network engineering staff. The Network Technician’s primary work location will be at 8001 Bretz Drive, Harrisburg, PA, with occasional travel. The Network Technician is responsible for network maintenance and management support, under direction of senior PA-STARNet network engineering staff. This includes, but is not limited to: logical network provisioning tasks, physical network equipment changes, documentation, management systems maintenance, and network troubleshooting and ad-hoc reporting beyond typical NOC capabilities. The qualifications for the Contractor’s Network Technician include, but are not limited to:

1) An Associate’s degree in Computer Network Technology or related IT discipline

2) Two (2) years of experience with Alcatel-Lucent IP network equipment and Alcatel-Lucent NRS (Network Routing Specialist) certification

3) Experience with virtualization, network security, and server administration

4) A valid driver’s license

d. Maintenance Contract Manager:The Contractor’s Maintenance Contract Manager will be the main point of contact for all maintenance contract issues and must coordinate all tasks for the Contractor and reporting to the Commonwealth. The qualifications for the Contractor’s Maintenance Contract Manager include, but are not limited to:

Page 48 of 50

Page 49:  · Web viewThis Invitation for Bids (IFB) provides to those interested in submitting bids for the subject procurement (Bidders) sufficient information to enable them to prepare and

1) A combination of ten (10) years of experience in the maintenance and management of large scale microwave radio systems

2) A valid driver’s license

e. Tower Riggers:The Contractor’s Tower Riggers are responsible for the maintenance and installation of all tower mounted equipment, which includes, but is not limited to antennas, antenna covers, feed horns, waveguide, coax, ice bridge air dehydrator systems, and tower lighting. During the hours of 8:00 a.m. and 5:00 p.m. Monday thru Friday, Tower Riggers must be available to perform system repairs and installations, and additional support at no additional cost to the Commonwealth. The qualifications for the Contractor’s Tower Riggers include, but are not limited to:

1) At least two (2) years of experience as a tower rigger

2) Current Com Train certification or equivalent

3) OSHA Occupational Safety and Health Training

4) CPR & First Aid Certification

5) A valid driver’s license

10. Reporting:

a. Preventative Maintenance Reports:Preventative maintenance reports must be provided monthly, to the Commonwealth, no later than the second week of each month, reflecting the prior month’s performance. Preventative maintenance includes, but is not limited to:

1) Total site Preventative Maintenance performed under Lot 4 by category.

2) Total sites completed within interval, 30 days +/- from the last Preventative Maintenance performed.

3) Issues/Exceptions by category

4) Actions taken to resolve issues/exceptions

5) Towers, listed by tower types

6) Equipment Shelters

Page 49 of 50

Page 50:  · Web viewThis Invitation for Bids (IFB) provides to those interested in submitting bids for the subject procurement (Bidders) sufficient information to enable them to prepare and

7) Emergency Generators

8) DC Power Plants

9) HVACs

10) Cell on Wheels (C0W)

11) Microwave equipment

b. Inventory Report:Inventory reports must be provided quarterly to the Commonwealth with a detailed inventory of spare parts.

c. Additional reports may be requested by the Commonwealth at any time.

II-4. Service Level Agreements (SLA):The Contractor must meet service level agreements as described in Appendix D, Service Level Agreements.

Page 50 of 50