TECHNICAL PROPOSAL PACKET SP-21-0038 REDACTED
Technical Proposal Packet REDACTED Solicitation No. SP-21-0038
PROPOSED SUBCONTRACTORS FORM
• Do not include additional information relating to subcontractors on this form or as an attachment to this
form.
o Prospective Contractor shall complete and submit the Proposed Subcontractors Form included inthe Technical Proposal Packet.
o Additional subcontractor information may be required or requested in following sections of this RFPSolicitation or in the Information for Evaluation section provided in the Technical Proposal Packet.Do not attach any additional information to the Proposed Subcontractors Form.
o The utilization of any proposed subcontractor is subject to approval by the State agency.
PROSPECTIVE CONTRACTOR PROPOSES TO USE THE FOLLOWING SUBCONTRACTOR(S) TO PROVIDE SERVICES.
Type or Print the following information
Subcontractor's Company Name Street Address City, State, ZIP
□ PROSPECTIVE CONTRACTOR DOES NOT PROPOSE TO USE
SUBCONTRACTORS TO PERFORM SERVICES.
Technical Proposal Packet REDACTED Solicitation No. SP-21-0038
INFORMATION FOR EVALUATION - EXPERIENCE
Level of Experience:
Documented Performance:
Level of Experience:
Documented Performance:
Level of Experience:
Documented Performance:
Experience I 1
Technical Proposal Packet REDACTED Solicitation No. SP-21-0038
Level of Experience:
Documented Performance:
Level of Experience:
Documented Performance:
Level of Experience:
Documented Performance:
Experience I 2
Technical Proposal Packet REDACTED Solicitation No. SP-21-0038
INFORMATION FOR EVALUATION -SOLUTION
Prospective Contractor Minimum Qualifications [RFP 2.3]
- -1 systems and services
We are licensed to do business in the State of Arkansas and achieved Competitive Local Exchange Carrier (CLEC) status in 2016.
Minimum System Requirements [RFP 2.4]
Regarding Requirement 2.4. This ESlnet and NGCS ro osal to the State of Arkansas and its 911 Board rovides a ractical a roach to fulfill the State's NG9-1-1 vision
•
Our solution allows the State to obtain ESlnet and NGCS services, including necessary hardware at PSAPs, while supporting all Voice over Internet Protocol (VoIP), wireless, and wireline 9-1-1 calls being answered in any Arkansas PSAP. Our proposal offers the highest degree of resilienc , reliabili , and redundanc to ensure service availabilit in kee in with indust standards and best practices
. Our practical approach provI es e a 11 o suppo u ure ec no ogy, ea ures, app Ica ions, an requirements without sacrificing the immediate goal of migrating the PSAPs to a next generation core.
Our NG9-1-1 solution is built upon the National Emergency Number Association (NENA) i3 standard, the Association of Public-Safety Communications Officials (APCO), Alliance for Telecommunications Industry Solutions (ATIS), 3rd Generation Partnership Project (3GPP) and other relevant standards. Our NG9-1-1 solution fulfills the promise of NENA i3 by transformin the le ac 9-1-1 environment into an IP-based routin latform with enhanced call control and survivabili
I
I
Solution 11
Technical Proposal Packet REDACTED Solicitation No. SP-21-0038
Figure 1. Solution Diagram
NG9-1-1 Service Elements
The following services cover security, deployment, project management, staging, provisioning, installation, onsite testing, cutover support, training, and operational sustainment.
Solution 13
Technical Proposal Packet REDACTED Solicitation No. SP-21-0038
Regarding Requirement 2.4.B. Our solution interconnects all PSAPs that subscribe to the service, regardless of whether the CPE is next generation-capable (that is, IP) or legacy. We regularly test multiple vendors' CPE with our NGCS via our interoperability testing (IOT) lab to ensure compatibility. For legacy PSAPs, we support multiple CPE types, including Request for Assistance Interface (RFAI) and ESlnet Interface Module (EIM) call handling, which covers support for all major call handling platforms.
constantly tests various call handling products against our NG9-1-1 solution to ensure compatibility.
Solution 14
Technical Proposal Packet REDACTED
• • • •
I
I
I
Solicitation No. SP-21-0038
m e o oogy
ensuring the NG9-1-1 service is
Regarding Requirement 2.4.K. We safel traffic throughout the State.
Solution 15
Technical Proposal Packet REDACTED Solicitation No. SP-21-0038
Regarding Requirement 2.4.L. We fully support the receipt, routing, and delivery of 9-1-1 calls and all traffic from OSPs via the ESlnet to any PSAP throughout Arkansas and across borders to neighboring states.
Table 1. Standard Reports
Solution 16
Technical Proposal Packet REDACTED
Contractor Requirements [RFP 2.5]
Regarding Requirement 2.5.A. As de lo in the NG9-1-1 network.
Solicitation No. SP-21-0038
Solution 17
Technical Proposal Packet REDACTED Solicitation No. SP-21-0038
Regarding Requirement 2.5.C. We will furnish and install all required equipment and cabling as part of our NG9-1-1 service.
Regarding Requirement 2.5.F. We recognize and understand our responsibility to the State and the people of Arkansas. Our NG9-1-1 service is a full o erational monitored and maintained s stem for the duration of the contract.
Figure 3. Network Security Operations Center
Solution 18
Technical Proposal Packet REDACTED Solicitation No. SP-21-0038
Geographic Information System (GIS) Data Provisioning [RFP 2.6]
Regarding Requirement 2.6.A. We full su ort the direction that the Arkansas 911 Board is takin data into the s stem.
Regarding Requirement 2.6.B. We will work with the Arkansas GIS Office's infrastructure and data maintenance programs to provision the data in the NG9-1-1 s stem. We are committed to workin towards a final GIS solution as outlined b the Board.
Solution 19
Technical Proposal Packet REDACTED
Phased Approach [RFP 2. 7]
Implementation [RFP 2.8]
Regarding Requirement 2.8.A-C. We will com lete our 36-month timeline
Project Management [RFP 2.9]
Regarding Requirement 2.9.A. the PMO services outlined in o r
Figure 4. Sample Gantt Chart
Solicitation No. SP-21-0038
Solution I 10
Technical Proposal Packet REDACTED Solicitation No. SP-21-0038
Regarding Requirement 2.9.B. We agree to support/perform the key tasks regarding this project as outlined in the requirement.
Regarding Requirement 2.9.C.1-5. We have read, understand, and will comply with all 2.9.C. requirements.
We will create and maintain an Arkansas-specific project plan in both electronic and paper forms including the outlined tasks. We will submit the Ian to the State Pro·ect Mana er for a roval within the allotted 30 business da s from contract
Quarterly or as needed, the PMO will deliver a presentation to the plan stakeholders, sharing open issues, risks, progress, and other pertinent details at that time and on a recurring basis.
We understand the importance of quarterly business reviews (QBRs) and that decisions regarding continuation of the project are directly impacted by these presentations and will address the QBR accordingly.
Our delivery approach adheres to the meeting and reporting requirements outlined, including weekly meetings, the status of current tasks, and any changes to the project work breakdown structure.
Our PMO uses the tools and processes listed in Table 2, includin · · ·
hare information with the Board and other stakeholders.
■
Project Phase
I
Table 2. Tools and Processes
Highlighted Tool/Process Benefits
Solution I 11
Technical Proposal Packet REDACTED
Project Phase
Highlighted Tool/Process
I
••
I
I
I
I
I
I
I
I I
I
I
I
Solicitation No. SP-21-0038
Benefits
Solution I 12
Technical Proposal Packet REDACTED Solicitation No. SP-21-0038
Acceptance Testing [RFP 2.10]
Figure 5. Generic ATP Table of Contents: Sample Test Cases
We will customize this ATP for the Arkansas system, share a copy within 90 days of contract award, and execute it within the methodology provided as part of requirement 2.10. We have noted the failure levels and will comply with the procedures as outlined, including those for final acceptance.
Training [RFP 2.11]
Regarding Requirement 2.11.A-C. We will meet the training requirements as outlined and collaborate with the State of Arkansas to produce a final training plan no later than thirty (30) days from contract award per your requirement. Training includes formal training materials for call takers, administrators, and State training instructors; a train-the-trainer plan for call takers and administrators; and training sessions lead by us that include facilities and scheduling of attendees.
Staffing and Key Personnel [RFP 2.12]
Regarding Requirement 2.12.A-H. We will provide a proposed Staffing Plan, if requested, prior to contract award. The staffing plan will adhere to the out · · · · · · · · ·
. a provision in our Staffing Plan to address the vacancies of the project manager or other key personnel as outlined.
Solution I 13
Technical Proposal Packet REDACTED Solicitation No. SP-21-0038
Dispute Resolution and Escalation [RFP 2.13]
Regarding Requirement 2.13.A-B. We will submit a proposed Communication and Issue Resolution Plan durin discussions hase that describes how we work with the State
User and Technical Support [RFP 2.14]
Re uirement 2.14.A-H. We will rovide our User & Technical Su
Data Security [RFP 2.15]
Regarding Re ·
ment 2.15. -·
ovide a proposed Oat ·
Data Ownership [RFP 2.16]
Regarding Requirement 2.16. We recognize the State's right to ownership of data and/or records produced exclusively for the State through the service during the contract, and we will respect that right.
Disaster Recovery and Business Continuity [RFP 2.17]
Regarding Requirement 2.17.A-B. We will provide a proposed Disaster Recovery and Business Continuity Plan during the discussions phase and a final Disaster Recovery and Business Continuity Plan ninety (90) days prior to go live as required. We currently maintain disaster recovery and business continuity plans for all NG9-1-1 customers and will do so for the State as well. We will document relevant updates to the plans and provide them to the Board during the discussions phase.
Transition Services [RFP 2.18]
Regarding Requirement 2.18. We will work with the State to develop a mutually agreeable transI I0n p an
Solution I 14
Solicitation No. SP-21-0038 Technical Proposal Packet REDACTED
Performance Standards [RFP 2.19]
Regarding Requirement 2.19 A-H. We have read and understood that com onent of the service we are deliverin
Solution I 15
Technical Proposal Packet REDACTED Solicitation No. SP-21-0038
INFORMATION FOR EVALUATION - RISK
Risk Description:
Solution:
Documented
Performance:
Risk Description:
Solution:
Documented
Performance:
Risk Description:
Solution:
Risk 11
Technical Proposal Packet REDACTED
Documented Performance:
Risk Description:
Solution:
Documented
Performance:
Risk Description:
Solution:
Documented
Performance:
I
I
I
I
I
I
I
I
Solicitation No. SP-21-0038
Risk 12
Technical Proposal Packet REDACTED Solicitation No. SP-21-0038
INFORMATION FOR EVALUATION - RECOMMENDED OPTIONS
Item Claim:
How will this add value?
Documented Performance:
Cost Impact (%):
Item Claim:
How will this add value?
I
I I
I
I Documented Performance:
I
Cost Impact (%):
Item Claim:
How will this add value?
Documented Performance:
Cost Impact (%):
Schedule Impact (%): -
Schedule Impact (%): -
Schedule Impact (%): -
Recommended Options I 1
Technical Proposal Packet REDACTED Solicitation No. SP-21-0038
EXCEPTIONS FORM
Prospective Contractor shall document all exceptions related to requirements in the RFP Solicitation and terms in the "Standard Services Contract" and "Solicitation Terms and Conditions" located on the OSP website. See Section 1. 9 and 1. 10 of the RFP Solicitation.
Contractor will work cooperatively with the State to negotiate mutually agreed upon contractual provisions required for compliance with the RFP and Contractor's response to it. Contractor agrees to negotiate the terms of the definitive contract in good faith and is confident that the parties will be able to negotiate a definitive contract containing terms and conditions that are mutually acceptable. In furtherance of this, Contractor respectfully notes the following for consideration by the State:
REFERENCE ITEM (SECTION,
I
I
# PAGE, PARAGRAPH)
DESCRIPTION PROPOSED LANGUAGE
Exceptions I 1
Technical Proposal Packet REDACTED
REFERENCE ITEM (SECTION,
I
I
I
# PAGE, PARAGRAPH)
Solicitation No. SP-21-0038
DESCRIPTION PROPOSED LANGUAGE
Exceptions I 2
Technical Proposal Packet REDACTED Solicitation No. SP-21-0038
EQUAL OPPORTUNITY POLICY Non-Discrimination and Anti-Harassment The Company is committed to fostering a work environment in which all individuals are treated with respect and dignity. Each individual should be permitted to work in a businesslike atmosphere that promotes equal employment opportunities and prohibits discriminatory practices, including harassment. Therefore, the Company expects that all relationships among persons in the workplace will be businesslike and free of unlawful bias, prejudice and harassment. It is the Company’s policy to promote equal employment opportunities without discrimination or harassment on the basis of race, color, national origin, religion, sex, age, disability, or any other status protected by law. The Company prohibits and will not tolerate any such discrimination or harassment. To promote full compliance with this policy, from time to time, employees of the Company may be required to attend training. Each employee is required to read, understand and comply with the nondiscrimination and anti-harassment policies.
(Page 13 of Standards of Business Conduct, published August 2020)