Attachment 1.3 - RFP System Requirements

New York State Law Enforcement Management System

Bidder’s Name:Click here to enter text.

Section 1.3

RMS RFP

System

Requirements

Attachment 1.3 System Requirements

Instructions:

  • The following requirements are mandatory (M) requirements. If a Bidder is unable to provide a feature identified as mandatory the proposal will not be further considered.
  • For each requirement contained within this document a response is required even if the response is indicating the functionality is not offered
  • For requirement T1,T2,T3 check the appropriate box:
  • Offered – this requirement is currently available
  • Not Offered – the feature is neither currently available nor can it be integrated through customization.
  • Where indicated, responses to certain requirements shall include a comprehensive narrative to explain the solution proposed by the Bidder. If additional space is needed Bidder shall clearly label their response with the requirement identifier.
  • NYS reserves the right to allow the Bidder to correct obvious errors of omission.

Rqmt No. / Requirement Type: Technology General Mandatory Requirements / Bidder Responses
Req Status / Offered / Not Offered
T1 / M / The proposed solution shall support a high availability configuration of hardware and software / ☐ / ☐ /
T2 / M / The proposed solution shall support multiple law enforcement agencies in a single multi-tenant environment / ☐ / ☐ /
T3 / M / New York State Law Enforcement Agencies conduct critical law enforcement operations 24 hours a day, seven days a week. The NYS LEAs are supported by an Agency Call Center that will receive and vet all issues prior to logging with the vendor for response.Support response times are expected within the specified timeframes 24 hours a day, seven days a week.
NYS requires the following response windows for issues reported to the Prime Contractor:
  1. A maximum 1/2 hour initial response is necessary for all application downtime issues.
  2. A maximum 4 hour initial response is necessary for all other issues.
By indicating that this is offered, the Bidder certifies that these requirements shall be met. / ☐ / ☐ /
Requirement: Mandatory Proposed Solution Architecture
Req.
No. / Req.
Status / Mandatory Requirement Description
T4 / M / The Bidder shall provide a detailed description of its’ overall architectural solution in its proposal including, but not limited to, the following:
  • Approach to handling multiple law enforcement agencies / tenants including how the proposed solution ensures data integrity within a specific law enforcement agency;
  • Depiction of hardware and software layers, storage, interfaces to external systems and communications topology, understanding that the New York State Information Technology Services (NYS ITS) will host the computing platforms;
  • Approach to supporting mobile computing capabilities (e.g., in an officer’s automobile) including off-line computing and automated re-synchronization when system is available;
  • Approach to reporting including, but not limited to, Ad hoc, advanced report authoring, and export of data.
  • Approach to support accessibility for reporting, analysis and data warehousing.
  • Approach to supporting a highly available application;
  • Approach to ensuring the scalability of the application as the number of law enforcement agencies using the proposed solution increase over time;
  • Approach to supporting a permanent RMS training environment in the NYS technical environment that is available 24/7/365 on the most recent production version of the Contractor’s solution
  • Approach to adding new browser support to the solution throughout the term of the contract; note that browsers no longer supported by the industry will not need to be supported by the Contractor; and
  • Approach to supporting disaster recovery.
The bidder’s response shall describe in detail, with scenarios, how its proposed solution supports high availability. High availability is defined as all features/functions and the database of the proposed solution is available for use to all users (notwithstanding individual workstation/network issues) as defined in the performance requirements of this RFP. Downtime includes scheduled and unscheduled availability of the proposed solution.
NYS ITS will be responsible for providing the site, environmental support, data/voice communications as well as all of the hardware as specified in the winning bidder’s proposed solution. NYS ITS will provide highly available systems at the primary Data Center with optional disaster recovery at a secondary site.
The Bidder shall specify all hardware and software required to implement its solution (including, but not limited to, its’ proposed application solution, interfaces, production, test and training environment, and solution for high availability. NYS will compute the cost to acquire, install and test the hardware and software needed to operate the bidder’s solution based on the identification of the items on the OGS contract and will add this cost to the bidder’s financial proposal submitted to determine the total cost of ownership of the proposed solution. The technical proposal shall include the peripheral hardware required to operate the bidder’s solution; the cost of peripheral hardware, however, will not be included in the total cost of ownership calculation.
Hardware and software specifications and attributes to support the Bidder’s solution when all three (3) phases of implementation are complete shall be submitted utilizing the formats defined in Table 1(see below) and shall conform to NYS Information Technology Services (ITS) requirements, as follows:
a) Proposed Operating System shall be one of the following:
  • IBM POWER AIX
  • Red Hat Enterprise Linux
  • Microsoft Windows Server
b) Proposed Database (RDBMS) shall be one of the following:
  • Oracle
  • MS SQL
  • DB2
  • Other – if fully managed and supported by bidder*
c) Proposed Web Servers shall be one of the following:
  • Apache
  • Microsoft IIS
  • IBM HTTP
  • RedHat HTTP
  • Other – if fully managed and supported by bidder*
d) Proposed Application Servers shall be one of the following:
  • J2EE
  • WebSphere Application Server
  • JBOSS
  • Oracle WebLogic
  • .NET - - Microsoft IIS
  • Other – if fully managed and supported by bidder*
e)Proposed Solution shall operate with the NYS ITS Authentication and Authorization Services
This service is based on LDAP and supports SAML and Netegrity SiteMinder to access the NYS Statewide LDAP Directory.
f)If Mainframe Services are proposed, the solution must be supported by either z/OS or z/Linux
g)Proposed solution shall be able to run effectively within a virtual server environment running on an approved operating system (see above).
* NYS will consider alternatives as long as the alternative proposed is fully managed and supported as part of the day to day operation of the Records Management System. Implementation and operation must not require specialized staff, specialized training or skills AND all NYS data contained within must be fully accessible by State resources.
In addition, the Bidder shall fill out Table 1 for each of its three (3) largest customers, based on the number of users, as defined in Attachment 16 and submit them with its proposal. This information will be used to validate the configuration proposed for NYS, and NYS reserves the right to contact each of these users to verify the configuration information provided in its proposal.
A description of the approach to high availability shall be provided with the bidder’s proposal and shall include, but not be limited to, the following:
  • How the architecture proposed by the bidder will meet the application performance requirements
  • Redundancy, and single points of failure
  • Fault tolerance
  • Pending capacity alerts
  • Session/load balancing, (if applicable)
  • Mirrored data
  • Backup, restore and recovery plans for all data, including any impact on production, throughput and response times
  • Testing plan for the high availability solution
  • Any additional high availability features that the proposed solution includes which would allow New York State continued system availability when components of the system are unavailable

Provide a comprehensive description of how the proposed solution satisfies the requirement including technical specifications, capabilities, features, considerations, constraints, and limitations. Reference additional pages, if necessary. Indicate if the solution is offered or not offered  / Offered / Not Offered
Click here to enter text. /
Requirement: Mandatory Application Performance
Req.
No. / Req.
Status / Requirement Description
T5 / M / The Bidder shall provide the performance characteristics that shall be measureable and enforceable throughout the term of the contract of its proposed solution including, but not limited to, the following:
  • Response time for EACH function;
  • Impact to business operations during report generation / search requests
  • Limiting downtime to 0.25 percent per month, with no single downtime exceeding 60 minutes. Downtime is defined as the unavailability of any function in the proposed solution
  • Support of data and transaction volumes as defined in Appendix E
  • Scalability of the proposed solution, including how to scale the solution as conditions change
The Bidder’s response shall include a description of how each performance characteristic will be measured throughout the term of the contract and how, prior to implementation, the Bidder would complete a performance test(s) to validate for NYS that the proposed solution meets the proposed performance characteristics.
Provide a comprehensive description of how the proposed solution satisfies the requirement including technical specifications, capabilities, features, considerations, constraints, and limitations. Reference additional pages, if necessary. Indicate if the solution is offered or not offered  / Offered / Not Offered
Click here to enter text. /
Requirement: Mandatory Security / Authentication
Req.
No. / Req.
Status / Requirement Description
T6 / M / The Bidder shall provide a detailed description of its approach to security and authentication. The response shall include, but not be limited to, the following components:
  • Approach to directory services;
  • Approach to remote and mobile security;
  • Approach to managing roles, especially as it relates to connecting roles to specific functions, and data to be accessed
  • Approach to compartmentalization of agency owned data based on individual law enforcement agency rules
  • Approach to managing individual user access within the context of the current NYS environment (see below)
  • Approach to logging access and modifications to data including access from mobile devices and equipment in their cars;
  • Approach to the detection of inappropriate access of information
The current statewide directory service is based on LDAP and is accessible using a web service. This statewide directory service is currently undergoing a transformation to an Enterprise Identity and Access Management system which will be based upon the Federal Identity, Credential and Access Management(FICAM) Roadmap and Implementation Guidance, Version 2.0.
Provide a comprehensive description of how the proposed solution satisfies the requirement including technical specifications, capabilities, features, considerations, constraints, and limitations. Reference additional pages, if necessary. Indicate if the solution is offered or not offered  / Offered / Not Offered
Click here to enter text. /
Requirement: Mandatory Interoperability
Req.
No. / Req.
Status / Mandatory Requirement Description
T7 / M / The technical requirements for interoperability shall address issues of connectivity among systems, data and file exchange, and other communication related scenarios. The Bidder shall propose a solution that supports interoperability using open standards where available. The Bidder’s response to this requirement shall address, at a minimum, the following:
• Any limitations to interoperability in their solution.
• Strategy for achieving interoperability with the Bidder’s proposed system.
• Explanation of how the Bidder is looking ahead and supporting any research efforts to address interoperability challenges that are not presently realized amongst RMSs and components.
• Detailed model or diagram of the proposed solution’s system architecture, noting whether each component or service utilizes an open standard or not. If it supports an open standard, list the supported open standards. If the component or service does not support an open standard, explain why it does not. If nothing is noted, NYS will assume that the system and services are NOT fully open and interoperable. For each component and service, identify if third party commercial software will be utilized and identify the particular product.
• At a minimum, the Bidder’s response shall identify where open standards are and are not used in the following aspects of the system: security, software, and messaging.
Describe the proposed solution as it pertains to interoperability and open standards, as outlined above.
Provide a comprehensive description of how the proposed solution satisfies the requirement including technical specifications, capabilities, features, considerations, constraints, and limitations. Reference additional pages, if necessary. Indicate if the solution is offered or not offered  / Offered / Not Offered
Click here to enter text. /

Table 1: Hardware and Software Specifications – As per instructions in requirement T4 above please complete the below table. When completed, fill out Attachment 13 for the financial evaluation of the architecture.

In addition, the Bidder shall fill out this tablefor each of its three (3) largest customers, based on the number of users, as defined in Attachment 16 and submit them with its proposal. Provide the customer name here with each of the three (3) submissions.

OGS contracts should be the source for all hardware and software quotes. However, if the hardware or software required is not currently available through an OGS contract, a justification for the hardware or software selection must accompany the quote.

Page 1 of 11

RFP 22798

Attachment 1.3 - RFP System Requirements

New York State Law Enforcement Management System

Servers

Function / Operating System Required / Third-Party Applications Required / Number of Core Processors / Memory / Local Storage / Quote No. *

Software

Software Function (e.g., O/S, DBMS) / Software Name / Software Provider / Quote No. *

Storage

Function / Type of Storage / Controller(s) / Amount of Storage (in TB) / RAID Level / Access Speed / Quote No. *

Communications

Function / Port Speed / Number of Ports / Special Security Requirements
(if required) / Quote No. *

Client (including car computer)

Function / Operating System / Third-Party Applications / Number of Core Processors / Memory / Network Access Requirements / Quote No. *

Peripherals(e.g., scanners, printers, digital signature capture devices)

Type of Peripheral / Function / Manufacturer / Model / Quantity / Quote No. *

* Each quote number in this table must have a corresponding entry in Attachment 13. Actual financial information should only be entered into Attachment 13.

Page 1 of 11

RFP 22798