Request for Quote s1

Tags

Request for Quote

Number T17-RFQ-035

for

Central Office T1 Circuit(s)

Puyallup, Washington

for the

State of Washington

Released by

Washington State
Consolidated Technology Services

Office of Legal Services
1500 Jefferson St. S.E.
P.O. Box 41501
Olympia, Washington 98504-1501

Released on: December 2, 2016

A. ADMINISTRATIVE

1.  Purpose

Consolidated Technology Services (CTS), through its Office of Legal Services is issuing this RFQ for the purchase of a Public Switched Telephone Network PRI T1 for a term of 3 years plus 4 optional one year extensions. Conversion to PRI T1, from a Vendor’s SIP network (via an interface device), is an acceptable alternative if it presents CTS a fully functional PRI T1 equivalent.

·  CTS Telephony Services wishes to initially procure one (1) ISDN Public Switched Telephone Network (PSTN) T1s to potentially provide two-way PSTN access for a PBX.

·  The T1 is to be installed into the PBX room located at CTS/DSHS, CA PBX, 1402 E Main St, Puyallup, WA.

·  This is a new site. The entrance cable has been installed.

·  The resulting contract may be used to purchase up to two (2) additional T1s at the same price in the Puyallup service area to increase capacity or to meet other requirements.

2.  RFQ Contact

All communication must be directed to the Primary Contact below, the failure to do so may result in immediate disqualification. Please address all inquiries and responses by fax or email to:

Primary Contact

Diane Vernon

Contracts Specialist
tel: (360) 407-8770
email:

Backup Contact

Michael Callahan

Contracts Attorney
tel: (360) 407-8765
email:

3.  Authority

The Department of Enterprise Services (DES) has authority over goods and services under RCW 39.26 and sets processes for procuring information technology based on the policies and standards set by the Technology Services Board. Chapter 43.41A of the Revised Code of Washington (RCW) as amended establishes the Washington State Technology Services Board (TSB). While the TSB does not purchase for agencies, it establishes policies and standards addressing how the manner in which state agencies may acquire information technology equipment, software, and services.

RCW 39.26.100(2) provides CTS with an exemption from the Department of Enterprise Services procurement rules and requirements. Specifically, the competitive procurement rules stated by Department of Enterprise Services do not apply to CTS it is contracting for the following:

·  Services and activities that are necessary to establish, operate, or manage the state data center, including architecture, design, engineering, installation, and operation of the facility, that are approved by the technology services board or

·  The acquisition of proprietary software for or part of the provision of services offered by the consolidated technology services agency.

·  The acquisition of information technology services necessary for or part of the provision of services offered by the consolidated technology services agency.

This procurement is within the exemption and is performed consistent with CTS’ internal Exempt Procurement Policy. This RFQ is issued in good faith but it does not guarantee an award of contract, nor does it represent any commitment to purchase whatsoever. CTS reserves the right to cancel this RFQ at any time. CTS shall not be liable for any costs incurred by a Vendor in preparation of a proposal submitted in response to this RFQ.

4.  Timeline

December 2, 2016 / RFQ issued
December 7, 2016 / Questions from Vendors Due, 4:00 p.m. Olympia
December 8, 2016 / Answers posted by CTS
December 13, 2016 / Bid Responses Due, 3:00 p.m. Olympia
December 14, 2016 / Announcement of Apparently Successful Vendor(s)
December 16, 2016 / Vendor Debrief
December 27, 2016 / Protest Period ends
January 3, 2017 / Execute Contract

This tTimeline is subject to change by CTS. Late proposals will not be accepted and shall automatically be disqualified from further consideration.

Vendors must include a Cost Model, completed pursuant to the instructions of this RFQ, as well a link to the applicable Tariff or terms.

Failure to complete to any portions of the Cost Model, or taking exceptions to the Mandatory Requirements may result in rejection of the proposal as non-responsive.

Submission of a Response to CTS indicates that the Vendor has read, understands and will comply with EACH of the Mandatory requirements listed in the Service Requirement Section.

5.  Vendor Questions

Vendor questions must be submitted in writing (e-mail acceptable) to the Primary Contact above no later than 4:00 p.m. on the closing date stated in Section 2 for submitting Questions and Answers. An official written CTS response will be provided for Vendor questions received by this deadline released as an amendment to the RFQ. Written responses to Vendor questions will be posted on the CTS web site at: www.cts.wa.gov. Only written responses posted to the CTS web site will be considered official and binding.

6.  Response

Vendor’s responses shall include the following documents in electronic version sent by email to the RFQ Coordinator:

1) A copy of the completed Cost Model and

2) A link to the applicable Tariff, or a copy of the applicable Terms.

CTS shall not be responsible for any email delay or problems with email that Vendor may experience while attempting to respond electronically.

7.  (M) Terms

Services shall be provided under the terms of the approved Tariff. Please provide a link to your filed tariff. If a tariff is not available, please provide a copy of your contract terms.

8.  Apparently Successful Vendor Announcement

The Vendor that has the lowest Total Vendor Cost will be awarded the contract.

9.  Award Notification

All responding Vendors will be notified in writing of the award decision via e-mail notification.

10.  Vendor Complaints Regarding Requirements and Specifications

Vendors will be given the opportunity and are expected to raise any questions, exceptions, or additions they have concerning RFQ requirements early in the process. Vendors may submit specific complaints in writing to the Procurement Coordinator, if Vendor believes requirements exist that unduly constrain competition. The complaint must be made in writing to the Procurement Coordinator before the Response due date, unless otherwise stated by CTS. The complaint must state how the requirement unduly constrains competition and provide the relevant facts, circumstances and documentation. The solicitation process may continue.

Process

If the complaint cannot be satisfied or settled by mutual agreement, the Chief Legal Services Officer, or its designee, will issue a determination within 5 business days. Exempt Purchases under $100,000 shall solely have the Chief Legal Services Officer review and no appeal is available.

On Exempt Purchases over $100,000, Vendors may appeal the Chief Legal Service Officer’s determination by submitting an appeal in writing to the Director. An appeal shall be filed no later than 5 business days after Chief Legal Service Officer’s decision. Decisions made by the Director or designee are final.

In the event the Chief Legal Service Officer has a conflict, the protest or appeal will be managed by a CTS designated senior level manager who is not involved with the business that is the subject matter of the protest appeal.

11.  Protests

Vendors who have submitted a Response to this solicitation and have had a debriefing conference may make protests. Upon completion of the debriefing conference, a Vendor is allowed five (5) Business Days to file a formal protest of the solicitation with the RFQ Coordinator. Further information regarding the grounds for, filing and resolution of protests is contained in Appendix 2, Protest Procedures.

B. MANDATORY SERVICE REQUIREMENTS

The proposed services must meet the following mandatory specifications. All requirements contained in this RFQ are mandatory, representing a minimum standard that must be met by Vendor.

Submission of a Response to CTS indicates that the Vendor has read, understands and will comply with EACH of the Mandatory requirements listed in the Service Requirement Section.

The failure to comply with any Mandatory requirements during the performance of a subsequently awarded contract may lead to immediate termination of the contract for breach and non-compliance.

1.  The T1 must support direct inward dial (DID) functionality. The initial installation calls for one (1) T1 however, the contract may be used to purchase up to two (2) additional T1s at the same price.

2.  The T1must be capable of being configured as Primary Rate Interface (PRI) NI 2, with B8ZS/ESF Line coding. The DS0 Channels (Trunks) must be configured as two trunk groups with a primary trunk group of DS0s for two-way traffic and a secondary trunk group of DS0s for E911.

3.  If the provided PRI is converted from SIP using a data network device, it must support the same level of functionality as a PRI T1.

4.  The PRI must be presented to CTS as a RJ48C jack wired to support a straight-through/patch cable connection. An ASV provided ‘pigtail jack’ to support the requirement is acceptable (e.g. A ‘pigtail jack’ must be provided to convert an Adtran 908e, with a RJ48C wired for a crossover cable, to a RJ48C wired to support a straight-through/patch cable connection).

5.  The provider of this service must have the capability of supporting the transmission of ANI information to the local Public Safety Answering Position (PSAP) for the purpose of sending for E911 station identification purposes on the PRI facility being purchased.

6.  The application must support a minimum of 150 dedicated DID numbers. The existing numbers may need to be ported to the ASV’s network. Additional numbers may be requested from ASV’s available numbers for the identified service area. The Billing Telephone Number (BTN) assigned to the T1 by the ASV’s BTN must not be a number within the DID range.

7.  Vendor must support the following call restriction features:

a.  Outgoing restriction (restrict a facility from dialing toll, international [011], 900 and 976 services)

b.  Collect calling restriction (prevents users from accepting collect calls)

c.  Third party billing restriction (prevent a user from billing a toll or chargeable operator assisted call to a number on the service).

8.  Vendor must support the following CallerID settings:

a.  Send the CallerID number to vendor; Vendor passes this number to the PSTN.

b.  No CallerID number sent to vendor; Vendor will not send anything.

c.  No CallerID number sent to vendor; Vendor will send a predefined ‘pseudo’ number.

9.  Vendor must support 4 through 10 digit format for incoming DID calls.

10.  Vendor must support 7 and 10 digit format for out-dialing.

11.  Vendor’s network must support Fax and Modem calling.

12.  Delivery of all services is requested to be within 30 calendar days of award of RFQ. In the event that no vendors are able to meet this requirement, consideration will be given to extending the delivery requirement based on the results received from the responses to the RFQ.

13.  Termination Liability (TLA): In the event that the State must terminate service due to unforeseen circumstances, termination liability will not exceed the cost of one month’s service at the affected locations for each remaining full year on the contract.

14.  This RFQ shall be incorporated into the final Contract and in the event of a conflict, shall take precedence over the terms of the awarded Contract.

15.  Service Level

a.  CTS expect service to operate with a reliability of 99.95% with the exception of maintenance windows which must be authorized by CTS.

b.  Vendor must have a service desk that allows CTS to report service problems 24/7.

c.  Vendor must be able to respond to service affecting issues with a 2 hour response time 24 x 7.

16.  The Initial Term shall be three years. CTS reserves the right to enter into 3 optional one year extensions after the expiration of the Initial Term.

17.  The Vendor will configure the T1(s) to send LD calls to a CTS identified Presubscribed Interexchange Carrier Code (PICC).

18.  Vendor must support domestic (intra/interstate) and international LD calling.

19.  Unlimited local calling must be included in the monthly rate.

C. Cost Model Completion

Vendors must return the Cost Model in Appendix 1 with the areas highlighted in yellow completed. All costs associated with the services described in this RFQ must be detailed in Vendor's response. Vendor must list its proposed costs for the circuit, installation and any equipment or other charges as indicated in the cost model.

All of the costs included in the vendor response will be totaled, including but not limited to, recurring charges over the life of the agreement, non-recurring charges as required to set up the service and any special fees included in the evaluation model. The vendor presenting the lowest total cost for the service specified will be awarded the bid. Vendor changes made to the Cost Model will result in disqualification.

Total cost is arrived by multiplying the amount per month by 36 months and add the non-reoccurring costs as set forth more fully below.

The line items on the Cost Model are defined as follows:

1.  DID Capable DS1/PRI T1: This means a T1 circuit that connects to a carrier facility capable of providing direct inward dialing functionality to and from the Public Switched Telephone Network (PSTN)

2.  DID Numbers: shall mean Direct Inward dial numbers.

3.  Number Porting: shall mean the ability to move a range of DID numbers from an existing carrier to another carrier.

4.  Outgoing restriction: shall mean the ability to restrict a T1 facility from dialing toll, international, 900 and 976 services.

5.  Third party billing restriction: Shall mean the ability to prevent a user from billing a toll or chargeable operator assisted call to a number on the service.

6.  Collect calling restriction: Shall mean a function that prevents users from accepting collect calls

7.  E911 Database/ALI capability (for ISDN T1s only): Shall mean a function that provides location data to the Public Safety Answering Position.

8.  Calling name Delivery (For ISDN T1s only): Shall mean a function that delivers the name of the calling party.

9.  Credit for free Long distance minutes (Intrastate & Interstate) per T1 (1 cent per minute reduced from evaluation per month) See Section D, Paragraph 5 below.

10.  Identify per minute rates of long distance usage that exceed the included quantity of free long distance.