NG911 cpe for angen rfp april 2014



Download 311.96 Kb.
Page2/5
Date02.02.2017
Size311.96 Kb.
#16390
1   2   3   4   5

Requirements Compliance

25.1 Vendors shall respond as either COMPLY, NOT COMPLY or Exception to the items below. In addition, vendors are required to provide detailed responses immediately following each

requirement.

25.2 If a vendor takes EXCEPTION to a particular item, they shall provide an alternative

recommendation for how they intend to meet the requirement. If a vendor’s proposal does not

fully meet any requirement, there must be a section labeled “exceptions to requirements.” In this

section, every requirement that the proposal does not fully meet must be revealed and a proposed

solution shall be offered.

25.3 Provision for an “exception to requirements” section is not to be construed as a willingness to

accept proposals, which do not meet all requirements. It is recognized that a potential vendor

may be able to provide a solution that exceeds the functionality desired, in a manner that has not

been considered by the Districts. It is strongly recommended that all submitted proposals meet

all requirements identified in this RFP.

25.4 New network system features in the RFP are specified as requirements as they represent an

essential feature to providing 911 services. Required features are represented by the use of the

words: “must”, “requirement” or “required”.

25.5 Some features may be listed as desirable. These features are desirable but not required. They

are represented by the words: “desired” or “desirable”. Desirables will be considered when

evaluating proposals, but only after requirements are addressed.

25.6 It is the intent of this RFP to procure an IP-enabled ANGEN compliant 911 controller, including

hardware, software, networks, and components, to support all current VoIP, wireless and wireline 911calls. It must be scalable to support future ANGEN911 IP features and requirements.

25.7 Requirements as listed in this RFP section are not all-inclusive but are meant to provide a

granular index of network requirements for the ANGEN network. Other sections provide

requirements relating to project items that are not necessarily network technologically related.

25.8 Vendors responding to this RFP are required to provide detailed responses immediately

following each requirement.


  1. Next Generation Compatibility

This document provides the minimum requirements that the proposal will need to address when offering

the ANI/ALI controller, workstation options for NG911 functionality and compatibility. It is not the

intent of this document to provide details that would focus a vendor’s solutions toward one particular

technology. The vendor must provide their individual solution(s) and products configured in a manner

that utilizes the latest NENA and Association of Public Safety Communications Officials (APCO)

NG911 recommendations. The selected vendor will be responsible to interface with the ANGEN 911

network as it is implemented and evolves. The selected vendor will be required to provide a letter

stating their acceptance with this requirement.



  1. Network Requirements

27.1 The ANGEN board will provide a secure IP network over the Alabama Supercomputer Authority

(ASA) network to deliver Emergency 911 call delivery to the PSAP locations.

27.2 The vendor guaranties and is responsible for all IP network connections between the 2 hosted

controllers to the ANGEN network. The ASA network provides connectivity between the PSAP locations and the 2 ANGEN servers.

27.3 The vendor shall provide a geo diverse redundant hosted ANGEN compliant ANI/ALI controller

equipment and CPE PSAP equipment.

27.4 This secure IP network (ANGEN-ASA) will be configured with additional bandwidth to support

MIS functions and Mapping interconnections.

27.5 The vendor shall provide detailed bandwidth requirements to operate the system. The bandwidth

requirements may be separated by application being transported. Example would be, 911 VOIP

call delivery has priority over MIS traffic.

27.6 The vendor shall provide a detailed network diagram showing connections for each component

proposed.

27.7 Administration lines will be considered on a per PSAP basis. A price must be included for a local interface to PSTN phone service for those ECDS who desire to use the solution for public phone service.

27.8 Administration lines are integral to any failover configuration and shall remain locally survivable

at each PSAP location in the event of a system outage. The vendor proposed design shall

provide this capability in their solution. A drawing shall be included in the description.

27.9 IP connections between the 2 hosted controller locations will be an ESInet partition on the

NGEN-ASA network.

27.10 The ASA network being provided will include all routers, firewalls and network monitoring. An RJ­45 Ethernet interface will be provided to the ANI/ALI controller vendor. IP routing addressing

information will be provided.

27.11 The vendor shall provide coordination with ASA connections to the controllers.

27.12 Additional equipment beyond the IP connectivity being provided by ASA will be the selected

vendor’s responsibility. Examples would be any gateway required to convert the IP information into another format for Fire Walls / Session Boarder Controllers / CAD / Mapping / Voice Recorder connections or analog voice connections at each PSAP location.

27.13 The vendor shall be required to accept incoming emergency 9-1-1 calls on the ANGEN-ASA

network using the TCP protocol. UDP will not be acceptable. Emergency Services networks using the ANGEN specifications.

27.14 CAMA Trunks serving each PSAP will have to be relocated to each proposed host site. The vendor is required to document how they handle this relocation and all costs to each District for the relocation of the CAMA Trunks.

27.15 ALI Circuits serving each PSAP will have to be relocated to each proposed host site. The vendor is required to document how they handle this relocation and all costs to each District for the relocation of the ALI Circuits. Due to the proposal hosted configuration of this RFP, it is expected that the number of ALI circuits be reduced.



  1. ANI/ALI Controller/Host Requirements

28.1 Each ANI/ALI controller service, time synchronization system, MIS, and other support

components shall be housed in a facility somewhere within the State of Alabama (for example

Huntsville, Montgomery). This facility shall be a hardened facility that is able to withstand

flooding and other weather-related problems. The facilities shall be secure, with secure access

and security cameras monitoring entrances, exits and other key areas. Access reports and video

surveillance records shall be available and archived for one year.

28.2 The host center shall allow 24/7 access to service personnel and be supported by emergency

generator back-up electrical power, as well as UPS back-up power.

28.3 Temperature and humidity monitoring shall occur.

28.4 Fire alarms, fire suppression and AC power monitoring shall occur.

28.5 There shall be 2 hosted facilities for the ANI/ALI controller equipment. The hosted facilities

shall be geographically diverse. In the event of a problem at one host center, the other host

center shall be capable of supporting at least 100% of the 911 traffic to the PSAP’s. Network

entrance facilities providing connectivity to the host facility shall be supported via diverse

telephone entrance facilities.

28.6 The vendor shall describe the host facility’s including any features not listed above. Vendors

shall include an AutoCad (or equivalent) drawing of the hosted facility. Vendor will include the

proposed CPE solution to the remote PSAP’S.

28.7 ANI / ALI controllers and associated devices require replacement at each PSAP location within the

Districts. While designing solutions, vendors responding to the ANI / ALI controller requirements of

this RFP shall reply to this section and address all of the technical requests outlined in this section.

Vendors are encouraged to offer alternate suggestions that address the Districts requirements.

28.8 The ANI / ALI controllers shall use VoIP switching technology. The system shall be capable of

supporting online monitoring, system administration and maintenance positions, either locally or

remotely through a standard switched telephone line or Virtual Private Network (VPN) IP solution.

28.9 The Controllers, Workstations, MIS/CAD/Voice recording ports, and other servers connected to

network are required to utilize a NENA recommended timing source. The proposal shall quote a

NENA recommended timing source.

28.10 Spares for the Controllers shall be locally stocked. Vendor shall provide an inventory list of

recommended spare equipment and proposed location of such equipment.

28.11 The vendor shall have insurance to cover the equipment from loss – property and casualty especially

loss to lighting and flood. The vendor shall attach a certificate of insurance to this proposal.



  1. CPE- System Monitor

The CPE system shall be equipped with a monitoring capability located at the provider’s equipment location. The system shall be capable of providing information in a type of display format that supports monitoring of all voltages, and system alarms of the communication equipment. Upon a failure condition, the system monitor shall display an alarm message. Major or critical and user-defined alarms shall alert PSAP and support personnel from any of the PSAP locations via SMTP, SMS and /or email.

  1. CPE – Recommended Standards

All equipment proposed shall comply, where applicable, with industry standards such as NEC, United Laboratories (UL) approval, ISO, OSI, IEEE, ANSI, EIA, TIA, (including ANSI / EIA / TIA-568 Commercial Building Telecommunications Wiring Standards), ANGEN-ASA standards etc. Proposed equipment shall be compatible with NENA/APCO standards and standard telephony protocol(s), where applicable.


  1. Workstation Requirements

Vendors shall provide in detail minimum specifications (including Hardware and Software) for workstations that will be needed to attach to the host equipment. Workstation hardware will be equipped with 2 Flat Screen Monitors and voice answering hardware. One screen will display 911 calls and one screen will display the map. Screens will not be required for just telephone positions.


  1. Stakeholder Lease or Purchase PSAP Workstation Equipment

Each of the Districts will be responsible for the lease of the remote on-site PSAP workstation equipment respectively. The proposed solution is required to be priced at the component level, all equipment necessary to connect the ANI/ALI controller to the PSAP. It is requested to quote “Portable Workstation(s)”. The requirement for “Portable Workstation(s)”- this hardware/software solution shall allow a District to connect from another location and/or at the PSAP during special events to ANI/ALI controller using telephone lines or IP VPN connections.


  1. Monthly Recurring Costs

Any monthly recurring costs for each stakeholder that are not included in the equipment pricing are to be detailed in the pricing document for each stakeholder.


  1. Manufacturer Upgrade Clause to NG911

The vendor shall include all hardware and software upgrades in the specified maintenance pricing. The ANI/ALI controller will initially be installed with CAMA interfaces to the existing selective routers but be transitioned at a later date to the NG911 over ANGEN-ASA. This proposal shall include all pricing to support the connections to the new system as well as transition costs. This will include all labor, software, hardware and services. The Districts shall not pay additional upgrade costs including labor outside of the specified maintenance pricing.


  1. Manufacturer Support Requirements

Proposed ANI/ALI equipment manufacturer is required to meet or exceed 5 years of manufacturer support. It is a requirement that a letter signed by a manufacture company official be included in this proposal. Non-ANI/ALI controller system manufactured equipment such as PC’s Microsoft Operating Systems (OS), monitors, miscellaneous equipment, etc, are required to be supported by the vendor for 5 years or greater. It is a requirement that this specification be acknowledged in a letter included in this proposal from an authorized representative, of the proposing manufacturer.

  1. Warranty and Maintenance

A minimum of a one-year warranty period is required for all hardware, software, and ancillary equipment provided by the successful vendor. The one-year period will commence upon final acceptance of the system. The vendor must provide maintenance for all hardware, software upgrades, and other critical component maintenance on the entire system for a period of 5 years. The proposal should also include a 5 year maintenance plan to maintain the operation of the ANI/ALI controller, and its components. The proposal shall be for 24x7 on all equipment & software. The proposal should include any discounts for all Districts.


  1. ANI/ALI Controller Service

The proposed systems and services that are inherently upgradeable will be given preference over ones that cannot easily be upgraded. This flexibility will allow the system to stay in useful service longer. PC-based systems shall use an open, Windows – based architecture. If a proposed system is proprietary, the vendor shall show good reason for their advantage.


  1. General Requirements

38.1 System shall be reliable with no single points of failure. The ANI/ALI controller equipment

shall interface to the existing mapping applications or be upgraded to the vendors mapping

system at no cost to the District. Any proposer provided mapping system must be upgradable for

future map additions. The Districts mapping vendors are listed in the table below:




Agency Name

Existing Mapping

Butler County, AL ECD

GeoCom

Chilton County, AL ECD

GeoCom

City of Daleville, AL ECD

LAS

City of Enterprise, AL ECD

LAS

Coffee County, AL ECD

LAS

Covington County, AL ECD

MapInfo

Crenshaw County, AL ECD

LAS

Dale County, AL ECD

Microdata

Geneva County, AL ECD

LAS

Henry County, AL ECD

LAS

Henry County, AL ECD

LAS

Houston County, City of Dothan, AL ECD

Looking Glass


38.2 System shall interface to the existing CAD systems and be upgradeable for future systems. The

Districts CAD systems are listed in the table below:



Agency Name

Existing CAD

Butler County, AL ECD

Montgomery Technology CAD  MTC

Chilton County, AL ECD

 Southern Software

City of Daleville, AL ECD

SUNGUARD

City of Enterprise, AL ECD

Computer Information Systems CIS

Coffee County, AL ECD

LAS

Covington County, AL ECD

GLOBAL

Crenshaw County, AL ECD

LAS

Dale County, AL ECD

GENERAL DATABASE VOLICTY NDM

Geneva County, AL ECD

LAS

Henry County, AL ECD

LAS

Henry County, AL ECD

GENERAL DATABASE VOLICTY NDM

Houston County/Dothan, AL ECD

HTE PUBLIC SAFTEY / SUNGUARD


38.3 The system shall interface to Voice Recorders or related devices using RS-232.

38.4 System installation shall be performed professionally, and extensive acceptance testing shall be

well documented.

38.5 Workstations shall be capable of interfacing and support a common headset or handset for

telephone and radio access.

38.6 Workstations shall be user profile configurable for custom incoming and outgoing volume

control.


38.7 The 911 and administrative call-alert tones shall be clearly distinguishable.

38.8 Individual PSAP user configurable statistical reporting for incoming and outgoing calls, 911

calls and administrative calls is required.

38.9 Wireless call-handling shall be advanced to limit the impact of wireless call storms on call

processing and future scalability.

38.10 ALI re-bid shall be automatic or manual depending on each Districts configuration, to assure

accurate wireless location information.

38.11 The system must support TDD function with pre-programmed messages.



38.12 The system must be supported, by a minimum two-hour on site response time with appropriately factory trained personnel to each controller location or each PSAP if the problem cannot be remotely corrected.

PSAP Installation

  1. Additional Terminations

Any PSAP termination point such as jacks, patch panels and cables will be labeled and identified by circuit number, position, port, etc.


  1. Common Labeling/Numbering Schemes

The proposer shall see that all equipment, wiring, and terminations are labeled in a fashion that relates to the common name for network connections rather than, or in addition to, proprietary or internal numbering schemes. Labeling schemes are required to be approved by the individual District staff during the installation process.


  1. Data Patch Panel

All workstations, ALI links, maintenance terminals, etc. shall be terminated on a vendor-provided data patch panel to allow for end user patch cord fault isolation.


  1. Dedicated Wiring

Vender shall be responsible to provide dedicated CAD / Mapping / Voice Recorder port jacks near the PSAP-owned CAD, mapping systems, logging recorder and third-party mapping equipment.


  1. Alarm Placement

All system alarms are required to be monitored in the call-taking / dispatch area of the communications center by the vendor and the PSAP.



  1. Answering Position Equipment

The proposed system will provide users the ability to perform required and routine telephony functions with a minimum impact and/or conflict with Computer Aided Dispatch (CAD) and/or radio operations and other associated equipment.

  1. Cables

All cables, including those to printers, modems, terminals, etc., will have connectors at both ends in order to facilitate movement of the equipment. Appropriate shielding is required.

  1. Console Equipment Cable Extensions

At a minimum, the user will be provided the capability to answer, release and transfer incoming calls with a single mouse-click. If the proposed solution requires new console equipment, since the installation of PCs can vary, it is a requirement to include, at a minimum, 10-foot video, keyboard, mouse and speaker extension cables for each PSAP workstation if needed, in this Proposal.

  1. Responsibility for Equipment

The vendor is required to assume complete responsibility for any tools, test equipment and/or other items that are the property of the vendor throughout the implementation phase of the contract. The purchaser, in essence being the Districts, assumes no responsibility for lost or damaged items that the vendor may leave on the premises for the system unless negligently lost or damaged by the purchaser.

  1. Site Clean-Up

Vendor is required to perform clean-up tasks after each phase of the upgrade or construction/installation. The condition of the premises where installation is taking place must, at the end of each day, be restored as nearly as possible to original condition. It is understood that some items will be left for the next day’s work; however, the condition of the site must be such that the operation of the existing communication/computer facilities at the site shall not be impaired by ongoing construction, and/or installation materials by ongoing construction, and/or installation materials left haphazardly throughout the premises. All trash will be removed, agency trash cans / dumpster will not be used unless agreed to by individual PSAP.




  1. Download 311.96 Kb.

    Share with your friends:
1   2   3   4   5




The database is protected by copyright ©ininet.org 2024
send message

    Main page