19
Page 1 of 19 SOLICITATION CONFERENCE AGENDA REQUEST FOR PROPOSAL (RFP) #10347 ELECTRONIC MONITORING AND ALCOHOL MONITORING SERVICES Wednesday, February 10, 2016 @ 10:00 a.m. EST Florida Department of Juvenile Justice Knight Building 2737 Centerview Drive Tallahassee, Florida 32399-3100 For Conference Attendance by Telephone Call #1-888-670-3525 and enter Participant Code 2120740109# when directed Request for Proposals (RFP): The Department is seeking a Respondent to provide active Global Positioning Satellite Electronic Monitoring (GPS/EM) services as specified in Attachment I, Technical Specifications/Scope of Service, of this RFP. All services shall be available statewide, twenty-four (24) hours a day, seven (7) days a week (including holidays) and shall be considered inclusive of all technology systems, associated equipment, accessories, installation, training, monitoring, alarm notification (as specified by the Department) reporting, maintenance and any other applicable industry support services. Any technology, system and equipment proposed shall be currently available and shall meet or exceed the minimum specifications detailed herein. GPS/EM Tracking units shall be provided by a Respondent who is the Original Equipment Manufacturer (OEM). In addition, Respondent shall also provide Alcohol Monitoring (AM) services to include monitoring bracelets. AM services and equipment will not be considered during proposal evaluation. 1. Introductions Viccie A. Borders, Procurement Manager 2. Opportunity for Any Questions/Discussion from Prospective Respondents All verbal questions discussed during the Solicitation Conference must be submitted in writing for an official Department response. Additional questions for submission after this conference is concluded must be submitted in writing to the Procurement Manager identified in the table below by 5:00 p.m. EST on Monday, February 15, 2016. 3. Review of Calendar Deadlines (All listed times are local time (Eastern Daylight/Standard Time) in Tallahassee, Florida) Monday, February 15, 2016 C.O.B. Final date and time deadline written questions will be accepted Deadline for Submission of Intent to Submit a Proposal / Bid (Attachment N) Send to [email protected] Friday, February 26, 2016 C.O.B. Anticipated date that answers to written questions will be posted on the web site MyFlorida.com web site http://www.myflorida.com/apps/vbs/vbs_www.main_menu

SOLICITATION CONFERENCE AGENDA REQUEST FOR …...All verbal questions discussed during the Solicitation Conference must be submitted in writing for an official Department response

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1: SOLICITATION CONFERENCE AGENDA REQUEST FOR …...All verbal questions discussed during the Solicitation Conference must be submitted in writing for an official Department response

Page 1 of 19

SOLICITATION CONFERENCE AGENDA

REQUEST FOR PROPOSAL (RFP) #10347 ELECTRONIC MONITORING AND ALCOHOL MONITORING SERVICES

Wednesday, February 10, 2016 @ 10:00 a.m. EST

Florida Department of Juvenile Justice

Knight Building 2737 Centerview Drive

Tallahassee, Florida 32399-3100

For Conference Attendance by Telephone Call #1-888-670-3525 and enter Participant Code 2120740109# when directed

Request for Proposals (RFP): The Department is seeking a Respondent to provide active Global Positioning Satellite Electronic Monitoring (GPS/EM) services as specified in Attachment I, Technical Specifications/Scope of Service, of this RFP. All services shall be available statewide, twenty-four (24) hours a day, seven (7) days a week (including holidays) and shall be considered inclusive of all technology systems, associated equipment, accessories, installation, training, monitoring, alarm notification (as specified by the Department) reporting, maintenance and any other applicable industry support services. Any technology, system and equipment proposed shall be currently available and shall meet or exceed the minimum specifications detailed herein. GPS/EM Tracking units shall be provided by a Respondent who is the Original Equipment Manufacturer (OEM). In addition, Respondent shall also provide Alcohol Monitoring (AM) services to include monitoring bracelets. AM services and equipment will not be considered during proposal evaluation.

1. Introductions Viccie A. Borders, Procurement Manager

2. Opportunity for Any Questions/Discussion from Prospective Respondents

All verbal questions discussed during the Solicitation Conference must be submitted in writing for an official Department response. Additional questions for submission after this conference is concluded must be submitted in writing to the Procurement Manager identified in the table below by 5:00 p.m. EST on Monday, February 15, 2016.

3. Review of Calendar Deadlines (All listed times are local time (Eastern Daylight/Standard Time) in

Tallahassee, Florida)

Monday, February 15, 2016

C.O.B. Final date and time deadline written questions will be accepted Deadline for Submission of Intent to Submit a Proposal / Bid (Attachment N)

Send to [email protected]

Friday, February 26, 2016

C.O.B. Anticipated date that answers to written questions will be posted on the web site

MyFlorida.com web site http://www.myflorida.com/apps/vbs/vbs_www.main_menu

Page 2: SOLICITATION CONFERENCE AGENDA REQUEST FOR …...All verbal questions discussed during the Solicitation Conference must be submitted in writing for an official Department response

Page 2 of 19

Monday, March 7, 2016

10:00 AM EST

Technical Assistance Conference Call (To be held before proposals due)

Bureau of Procurement and Contract Administration Knight Building, DJJ Headquarters 2737 Centerview Drive Lobby (for directions) Tallahassee, FL 32399-3100 or telephone 1-888-670-3525 and enter code 2120740109# A recording of the Conference Call will be available at: http://www.djj.state.fl.us/partners/contracting/conference-calls within forty-eight (48) hours after the call has concluded.

Wednesday, March 9, 2016

2:00 PM EST

Written Proposals Are Due and Opened

Attention: Viccie A. Borders Department of Juvenile Justice Bureau of Procurement and Contract Administration 2737 Centerview Drive, Suite 1102 Tallahassee, FL 32399-3100

4. Closing Statements

Nothing discussed during the solicitation conference will augment or change the specifications of the RFP. Any Department changes to the specifications and the Department’s formal answers to all questions will be posted in the form of an addendum to the RFP document on the MyFlorida.com website at http://www.myflorida.com/apps/vbs/vbs_www.main_menu. Prospective Respondents should monitor the site for each particular RFP.

NOTICE TO ALL ATTENDEES: The Department will accept oral questions during the solicitation conference and will make a reasonable effort to provide answers at that time. Impromptu questions will be permitted and spontaneous answers provided; however, the Department will issue a written answer ONLY to questions subsequently submitted in writing. Any information communicated through oral communication shall not be binding on the Department and shall not be relied upon by any prospective Respondent. Respondents to this solicitation or persons acting on their behalf may not contact, between the release of this solicitation and the end of the seventy-two (72) hour period following the agency posting the notice of intended award, excluding Saturdays, Sundays, and state holidays, any employee or officer of the executive or legislative branch concerning any aspect of this solicitation, except in writing to the Procurement Manager or as provided in the procurement documents. Violation of this provision may be grounds for rejecting a response. Any person with a qualified disability shall not be denied equal access and effective communication regarding any proposal/proposal documents or the attendance at any related meeting or proposal/proposal opening. If accommodations are needed because of a disability, please contact me, Viccie A. Borders at (850) 717-2604 at least two (2) business days prior to the meeting.

Page 3: SOLICITATION CONFERENCE AGENDA REQUEST FOR …...All verbal questions discussed during the Solicitation Conference must be submitted in writing for an official Department response

Page 3 of 19

Initial Questions Received This document is provided for discussion purposes at the Solicitation Conference.

(Questions are presented in exact manner received.)

CJIS GROUP LLC – RECEIVED 01/25/2016

Question #1 Through what source of funding has/will monies be secured to fund this contract?

Answer #1

Question #2 Does the Department have an idea the upfront cost of the contract, or will equipment costs be taken from the commission paid to the agency?

Answer #2

Question #3 What is the current commission rate to the agency for the GPS monitoring system?

Answer #3

Question #4 Does the Department have AM services in place? If so, who is the vendor and how long has that contract been in place? Current commission rate to the agency?

Answer #4

Question #5 How many devices for each solution does the Department expect to acquire?

Answer #5

DELTEK – RECEIVED 01/25/2016

Question #6 What are the renewal options available?

Answer #6

Question #7 What is the intended contract value of the project?

Answer #7

SENTINEL – RECEIVED 02/02/2016

Question #8 May we please have a listing of the companies who have submitted questions thus far included with the answers to questions from the pre- proposal conference?

Answer #8

Question #9 May we please have a listing of all companies participating in the pre- proposal conference included with the answers to questions from the pre-proposal conference?

Answer #9

Question #10 Certain areas of the RFP call out “shall”, “must” or “MANDATORY REQUIREMENTS” while others call out “should” and “may” A. How will FL DJJ evaluate proposals that do not meet

“shall” or “must” requirements or “MANDATORY REQUIREMENTS” - Will these proposals be rejected in entirety and not evaluated or will they merely be scored down in the evaluation criteria?

B. Certain areas of the RFP call our vendor specific methodology with foraccomplishing a monitoring/tracking objective and do so with a “shall” or “must” or “MANDATORY REQUIREMENTS” – Will FL DJJ accept and evaluate proposals that offer alternative methodology for accomplishing “shall” or “must” requirements?

Answer #10

Question #11 RFP Attachment B, IV. GENERAL INFORMATION, A. Calendar of Events A. Will FL DJJ also answer questions in writing that are addressed at the Solicitation Conference? B. Will FL DJJ please extend the date “Written Proposals Are Due and Opened” to allow a

minimum of two (2) weeks from “Anticipated date that answers to written questions will be posted on the web site”?

C. Is the proposal opening public (may vendors attend?)

1. Will proposing vendor’s names be available at the opening? 2. Is this information accessible via web site or via phone after opening in lieu of attending

the opening? 3. When do vendor price proposals become public record? 4. When do vendor technical proposals become public record?

D. Will FL DJJ conduct Respondent presentations as part of this evaluation? 1. Will Respondent presentations occur with: All proposers? A group of proposer finalists?

Only with the proposed awardee? 2. Approximately when in the “Calendar of Events” and what date are Respondent

presentations anticipated to occur? 3. Specifically how will Respondent presentations factor into the evaluation criteria and

specifically how many evaluation points will be attributed to Respondent presentations

Page 4: SOLICITATION CONFERENCE AGENDA REQUEST FOR …...All verbal questions discussed during the Solicitation Conference must be submitted in writing for an official Department response

Page 4 of 19

Answer #11

Question #12 Exhibit 7 calls out ”GPS Electronic Monitoring Field Testing”

A. Will “Field Testing” occur with: All proposers? A group of proposer finalists? Only with the proposed awardee?

B. Will “Field Testing” be required of the incumbent contractor if the incumbent contractor is the “successful Respondent”? If NOT, why not?

C. Approximately when in the “Calendar of Events” and what date is “Field Testing” anticipated to occur?

D. Specifically how will “Field Testing” factor into the evaluation criteria and specifically how many evaluation points will be attributed to “Field Testing”?

E. To allow proper time for preparation/travel arrangements and shipping of necessary equipment, will FL DJJ please provide at least two (2) weeks advance written notice of the need for “Field Testing”?

F. Will actual offenders/participants or only FL DJJ officers/staff/users participate in “Field Testing”? G. Acknowledging that each proposer’s methodology is different, will FL DJJ please provide

ample time (3 hours) for advance proposer training of FL DJJ staff who will participate in “Field Testing”?

Answer #12

Question #13 Will FL DJJ notify all Respondents that an agency decision has been made and, if so, by what method other than “ELECTRONIC POSTING OF NOTICE OF AGENCY DECISION” will this notification occur Email? Fax? Phone? Other?

Answer #13

Question #14 Are Best and Final Offers anticipated to occur on this RFP?

A. If so, will Best and Final Offers occur with: All proposers? A group of proposer finalists? Only with the proposed awardee?

B. Approximately when in the RFP schedule and what date are Best and Final Offers anticipated to occur

Answer #14

Question #15 RFP page 1 calls out (underlines added for emphasis) “…All services shall be available statewide, twenty-four (24) hours a day, seven (7) days a week (including holidays) and shall be considered inclusive of all technology systems, associated equipment, accessories, installation, training…” Who is responsible for “installation” of GPS and alcohol monitoring equipment on juveniles (FL DJJ officers or Contractor staff)?

Answer #15

Question #16 RFP pages 1 & 10 call out “In addition, the successful Respondent shall also provide Alcohol Monitoring (AM) services to include monitoring bracelets (as balance of line). If the successful Respondent is not the OEM of AM bracelets, subcontracting for that equipment is authorized. AM services and equipment will not be considered during proposal evaluation.” Additionally, RFP page 15 calls out: “D. It is MANDATORY that the Respondent complete, sign and submit Attachment J – A

completed & signed copy of the Attachment J – Price Sheet #1 with the per diem price for active GPS EM monitoring, as balance of line (not included in award) a price for alcohol monitoring units and services (daily rate) and slide scale rates for the GPS Active Units should the Department order more than two-hundred fifty (250) active units.

E. It is MANDATORY that the Respondent complete, sign and submit Attachment J – A completed & signed copy of the Attachment J – Price Sheet #2 with prices to be charged for lost, stolen or damaged GPS EM equipment and for Alcohol Monitoring equipment.” Additionally, RFP page 22 calls out “5. Estimated Quantities…c. Provide a description of the Respondent’s understanding of the Department’s Alcohol Monitoring service needs and how the specific need for alcohol monitoring units for youth is balance of line to the main service being procured here and that services units shall be based upon request of the Circuits.” Additionally, page 56 calls out “3. Alcohol Monitoring Bracelet: A court-mandated “bracelet” worn on the ankle, which provides an approximation of the wearer’s blood-alcohol level based on the concentration of alcohol in the wearer’s perspiration.”

Additionally, page 58 calls out “7) for AM units, the Provider’s system or subcontracted system shall be capable of providing an approximation of the wearer’s blood-alcohol level based on the concentration of alcohol in the wearer’s perspiration.” Additionally, ATTACHMENT I calls out (underline added for emphasis): “GLOBAL POSITIONING

Page 5: SOLICITATION CONFERENCE AGENDA REQUEST FOR …...All verbal questions discussed during the Solicitation Conference must be submitted in writing for an official Department response

Page 5 of 19

SATELLITE ELECTRONIC MONITORING SERVICES TECHNICAL SPECIFICATIONS/SCOPE OF SERVICES

I. GENERAL DESCRIPTION

A. General Description of Services

1. General Description: The Respondent shall deliver Active Global Positioning Satellite Electronic Monitoring (GPS/EM) services on a statewide basis, as specified in this Attachment I, Scope of Services/Technical Requirements. The Department requires Active GPS/EM

Monitoring. Active GPS/EM services shall be provided on a per diem basis per activated unit in

service (installed on a youth and monitoring/tracking youth). All equipment and systems shall remain the property of the Respondent with the Respondent being responsible for any and all system and equipment upgrades, maintenance and repair/replacement, at Respondent’s costs, based on a requested allowance. (See Section III, B., 7., Lost, Stolen, Damaged Equipment Allowance). In addition, the Respondent shall deliver Alcohol Monitoring (AM) units which shall provide an approximation of the wearer’s blood-alcohol level based on the concentration of alcohol in the wearer’s perspiration and communicate such to the monitoring center as specified herein.”

A. Will FL DJJ please provide a detailed description of FL DJJ’s “understanding of the Department’s Alcohol Monitoring service needs and how the specific need for alcohol monitoring units for youth is balance of line to the main service being procured here and that services units shall be based upon request of the Circuits”?

B. Are juveniles placed on alcohol monitoring also placed on GPS at the same time?

C. How will FL DJJ treat proposals that do not include alcohol monitoring - Will these proposals be rejected in entirety and not evaluated or will they merely be scored down in the evaluation criteria?

D. As presently written, the RFP requirements for alcohol monitoring specify only one methodology/approach – only via “bracelet worn on the ankle” and “concentration of alcohol in the wearer’s perspiration”: i. To enable competition and FL DJJ’s evaluated of multiple proven alcohol monitoring

technologies, will FL DJJ equally evaluate proposals for alcohol monitoring that utilize alternate proven accurate methodologies other than a “bracelet worn on the ankle” and “concentration of alcohol in the wearer’s perspiration”?

ii. If not, upon the basis that “AM services and equipment will not be considered during proposal evaluation”, specifically how will FL DJJ treat proposals that include alcohol monitoring that utilizes alternate proven accurate methodologies other than a “bracelet worn on the ankle” and “concentration of alcohol in the wearer’s perspiration”?

E. Specifically why is it that (underlines added for emphasis) “AM services and equipment will not be considered during proposal evaluation” and “D. It is MANDATORY that the Respondent complete, sign and submit Attachment J – A completed & signed copy of the Attachment J – Price Sheet #1…as balance of line (not included in award) a price for alcohol monitoring units and services (daily rate)” however, conversely, “It is MANDATORY that the Respondent complete, sign and submit Attachment J – A completed & signed copy of the Attachment J – Price Sheet #2 with prices to be charged for lost, stolen or damaged GPS EM equipment and for Alcohol Monitoring equipment” that are indeed factored into the total price scored for Attachment J – Price Sheet #2?

Answer #16

Page 6: SOLICITATION CONFERENCE AGENDA REQUEST FOR …...All verbal questions discussed during the Solicitation Conference must be submitted in writing for an official Department response

Page 6 of 19

Question #17

RFP page 1 opening and page 10, II. SOLICITATION TYPE call out “GPS/EM Tracking units shall be provided by a Respondent who is the Original Equipment Manufacturer (OEM).” “If the successful Respondent is not the OEM of AM bracelets, subcontracting for that equipment is authorized.” Additionally, Page 18 calls out: “XVII. SUBCONTRACTING The prospective Respondent shall not subcontract, assign, or transfer any of the services sought under this RFP, without the prior written consent of the Department.” Additionally, RFP page 20, item C. Certificate of Experience/Mandatory Statements - Volume 1, Tab 2 calls out (underlines added for emphasis) “It is MANDATORY that the Respondent sign, and submit in Volume 1, under Tab 2, Attachment C, “Certification of Experience/Mandatory Statements” that includes the following four (4) statements:… 4. A statement certifying that the Respondent’s technical specifications and service delivery meet or exceed the minimum requirements in Attachment I and that the Respondent is the Original Equipment Manufacturer (OEM) of the tracking unit equipment and that the Respondent’s proposed system, equipment and technology is of the latest technology and all tracking units are NEW (unused) and are in proper working order, clean and free from defects of features affecting appearance, serviceability, or the safety of the youth in normal intended use..” Additionally, RFP page 21 calls out “3. Experience…d. Indicate whether GPS/EM monitoring services are directly provided by the Respondent or any part of the service/equipment is subcontracted and if yes, what specific components of services (system, equipment and monitoring center, staff).”

Answer #17

Page 7: SOLICITATION CONFERENCE AGENDA REQUEST FOR …...All verbal questions discussed during the Solicitation Conference must be submitted in writing for an official Department response

Page 7 of 19

Question #18

Additionally, RFP page 22 calls out (underlines added for emphasis) “6. Technical Specifications/Services to be Provided a. Provide a description of how the GPS/EM service meets or exceeds the requirements in Attachment I, Section III. For GPS/EM for juvenile youth throughout the State of Florida. Please consider: if the proposed service is inclusive of all technology, equipment, systems, related support, data storage and includes a fully staffed (twenty-four (24) hours a day) monitoring center. If all components of GPS service required as described; if components are directly provided or if parts or components are subcontracted; if the on going system and equipment updating and maintenance requirements; and if these components are within the control of the Respondent.” Additionally, Attachment C CERTIFICATION OF EXPERIENCE/MANDATORY STATEMENT (TO BE COMPLETED BY RESPONDENT) RFP #10347 calls out (underlines added for emphasis): “4. I, , certify that the Respondent know as is proposing equipment, systems and service delivery that will meet or exceed the minimum requirements and technical specifications in Attachment I and that the Respondent is the Original Equipment Manufacturer (OEM) of the tracking unit equipment… “ Additionally, Attachment O calls out “Category 8: General Equipment Requirements… Attachment B, Section XX, F., 9.; Attachment I, Section III., B.,1. … Provide a detailed description of the Respondent’s tracking unit equipment (one (1) or two (2) piece unit) specifications that meets or exceeds all requirements, specifically:…b. provide OEM’s specifications and literature on all equipment proposed for GPS/EM;”

Additionally, ATTACHMENT D - EVALUATION CRITERIA calls out (underlines added for emphasis) “EVALUATION CRITERIA THIS RFP CONTAINS MANDATORY REQUIREMENTS THAT ARE SPECIFIED IN ATTACHMENT B, SECTION V. FAILURE TO MEET THESE REQUIREMENTS WILL RESULT IN A PROPOSAL NOT BEING EVALUATED AND REJECTED AS NON-RESPONSIVE. NO POINTS WILL BE AWARDED FOR MEETING MANDATORY REQUIREMENTS. ALL EVALUATION AND REVIEW OF THE RESPONDENT’S PROPOSAL WILL BE BASED SOLELY ON VOLUMES 1 and 2, UNLESS OTHERWISE NOTED IN THIS RFP.” Additionally, Attachment O calls out” INFORMATION ONLY BALANCE OF LINE…ALCOHOL MONITORING SERVICES (For Information Purposes only)… INFORMATION ONLY BALANCE OF LINE…Identify, if AM services are to be provided directly by Respondent of subcontracted. If subcontracted, identify the name of the Subcontractor, Equipment Name, if applicable, and Contact for ordering equipment and troubleshooting AM units. Note: The Provider is still 100% responsible for the AM services.”

Answer #18

Page 8: SOLICITATION CONFERENCE AGENDA REQUEST FOR …...All verbal questions discussed during the Solicitation Conference must be submitted in writing for an official Department response

Page 8 of 19

Question #19

Additionally, ATTACHMENT P EVALUATION QUESTIONS/CONSIDERATIONS STATEWIDE GLOBAL POSITIONING SATELLITE ELECTRONIC MONITORING AND ALCOHOL MONITORING SERVICES CATEGORY #2: Experience…Consideration 2.4 calls out (underlines added for emphasis): “To what extent did past experience and provision of services including all service components; i.e., the system, the tracking unit equipment and the operation of a twenty- four (24) hour/seven (7) days a week monitoring center meet or exceed requirements of the RFP and was past experience self-operated or subcontracted? (Weighted: 6 Max Pts: 30)” and “CATEGORY #5: Technical Specifications/Services to be Provided Consideration 5.1: To what extent does the service proposed meet or exceed the requirements in Attachment I, Section III for GPS/EM for juvenile youth throughout the State of Florida. Consider: If the proposed service is inclusive of all technology, equipment, systems, related support, data storage and includes a fully staffed, (twenty-four (24) hours a day) monitoring center. If all components of GPS service required as described and if components are directly provided or if parts or components are subcontracted and if the on going system and equipment updating and maintenance requirements and if these components are within the control of the Respondent. (Weighted: 10 Max Pts: 50)” and “B. Technical Specifications/Services to be Provided… 2. For all GPS/EM and AM services, the Respondent shall provide, at their own expense, all systems and equipment (software and hardware) required for the service delivery, regardless of the actual number of units including but not limited to:…e. all technical specifications and service requirements shall meet or exceed the minimum requirements outlined herein. All equipment and systems furnished shall be the Original Equipment Manufacturer (OEM) new, unused equipment,

and standard products of the Respondent identified, shall be in proper working order, clean and free

from defects or features affecting appearance, serviceability, or the safety of the youth in normal intended use. No deviations from the minimum specifications. If the successful Respondent is not the OEM o of AM bracelets, subcontracting for that equipment is authorized” and “D. Service Definitions…11. Subcontract: An agreement entered into by the Respondent with any other person or organization that agrees to perform any performance obligation for the Respondent specifically related to securing or fulfilling the Respondent’s obligations to the Department under the terms of the Contract resulting from this RFP. Subcontracting for any direct GPS/EM services, including equipment, system, monitoring etc. is not authorized under the Contract without prior written permission from the Contract Manager. Subcontract for AM units and service is authorized, pursuant to the terms and conditions of subcontracting outlined in this RFP.” Additionally, ATTACHMENT P EVALUATION QUESTIONS/CONSIDERATIONS STATEWIDE GLOBAL POSITIONING SATELLITE ELECTRONIC MONITORING AND ALCOHOL MONITORING SERVICES calls out (underlines added for emphasis) “CATEGORY #8: General Equipment Requirements: Consideration 8.1: To what extent does the Respondent’s monitoring/tracking unit equipment meet or exceed the requirements of the RFP? Does the description contain the name of the product, does it show the Respondent as the Original Equipment Manufacturer (OEM)? Does the Respondent describe all specifications in literature and provide the required licensing? (Weighted: 8 Max Pts: 40)”

Answer #19

Page 9: SOLICITATION CONFERENCE AGENDA REQUEST FOR …...All verbal questions discussed during the Solicitation Conference must be submitted in writing for an official Department response

Page 9 of 19

Question #20 Additionally, ATTACHMENT I GLOBAL POSITIONING SATELLITE ELECTRONIC MONITORING SERVICES TECHNICAL SPECIFICATIONS/SCOPE OF SERVICES…I. GENERAL DESCRIPTION calls out (underlines added for emphasis) “B. Technical Specifications/Services to be Provided…2. For all GPS/EM and AM services, the Respondent shall provide, at their own expense, all systems and equipment (software and hardware) required for the service delivery, regardless of the actual number of units including but not limited to:…e. all technical specifications and service requirements shall meet or exceed the minimum requirements outlined herein. All equipment and systems furnished shall be the Original Equipment Manufacturer (OEM) new, unused equipment, and standard products of the Respondent identified, shall be in proper working order, clean and free from defects or features affecting appearance, serviceability, or the safety of the youth in normal intended use. No deviations from the minimum specifications. If the successful Respondent is not the OEM of AM bracelets, subcontracting for that equipment is authorized.” Additionally, FL DJJ enables subcontracting in numerous mission critical applications, including but not limited to the State’s incumbent GPS tracking contractor since, who utilizes a subcontractor data center (reference the excerpt from the recent Pro Tech Monitoring, Inc. proposal to State of Louisiana (obtained via public records access and attached to these questions) that calls out “Pro Tech’s off-site, redundant and mirrored back-up facility in Jacksonville is owned and operated by Peak 10…Peak 10 is a leading independent data center operator and offers Pro Tech world class

and scalable data center hosting. Today, approximately half of the monitoring devices automatically

download their data to each of our Data Centers.” – PLEASE NOTE: 3M Electronic Monitoring, Inc. has since acquired “Pro Tech” yet 3M maintains this same monitoring center subcontractor to date as the incumbent contractor to both FL DJJ and FL DOC (see 2013 3M proposal excerpt obtained via public records access and attached to these questions). This demonstrates FL DJJ and FL DOC’s proven acceptance of incumbent contractor data center subcontracting and FL DJJ’s incumbent contractor being a non-OEM.

Additionally, please refer to the attached “DEPARTMENT OF JUVENILE JUSTICE NOTICE OF AGENCY DECISION ITN #P2099 Short List for GPS Electronic Monitoring” (copy attached to these questions). This document demonstrates that G4S Justice Services, LLC (proposing GPS equipment manufactured by Omnilink) was the highest scoring proposer in the initial evaluation phase of FL DJJ’s 2011 Invitation to Negotiate (ITN) #P2099 for GPS services (G4S Justice Services, LLC and ProTech Monitoring were two highest scoring proposers, then in April of 2012 Sentinel acquired G4S Justice Services, LLC and ProTech Monitoring has since been acquired and now known as 3M Electronic Monitoring (3M) - FL DJJ’s incumbent GPS contractor).

Answer #20

Question #21 Additionally, on FL DJJ RFI 10297 Addendum1 for these same GPS services (copy attached to these questions), FL DJJ responded to question #13 “a. Our preference would be Original Equipment Manufacturer (OEM). When there is an issue with equipment we want our Provider to be able to resolve the issue and believe that a Provider could do so expediently if they are the OEM.”

A. Per the aforementioned referenced RFP sections and supporting attachments, specifically why is FL DJJ willing to evaluate/NOT reject proposals from Respondents who subcontract alcohol monitoring equipment and Respondents who subcontract monitoring centers, monitoring center services and/or monitoring center staff yet, FL DJJ prohibits and will reject proposals from Respondents who are NOT the OEM and/or subcontract GPS equipment from an equipment manufacturer?

B. Acknowledging that all leading GPS providers utilize independent contract manufacturers to manufacture/build their GPS equipment, does FL DJJ concur with the webopedia definition of “Original Equipment Manufacturer (OEM)” (http://www.webopedia.com/TERM/O/OEM.html)? If NOT, specifically how does FL DJJ define “Original Equipment Manufacturer (OEM)”?

C. This aforementioned present RFP wording mandating the Respondent must be the OEM

Page 10: SOLICITATION CONFERENCE AGENDA REQUEST FOR …...All verbal questions discussed during the Solicitation Conference must be submitted in writing for an official Department response

Page 10 of 19

equipment manufacturer unnecessarily limits competition and may be highly prone to contention/protest. FL DJJ’s 2011 Invitation to Negotiate (ITN) #P2099 (2011) for GPS services scored highest in the initial evaluation phase, a non-OEM Respondent whose proposal included documentation confirming OEM support – This sets precedent for FL DJJ assessing high value to a non-OEM GPS Respondent who documents they have OEM

support. Additionally, FL DJJ’s intent as stated on FL DJJ RFI #10297 Addendum 1 (2015 –

attached) regarding OEM status is ”When there is an issue with equipment we want our Provider to be able to resolve the issue and believe that a Provider could do so expediently if they are the OEM.” These points acknowledged, to foster competition and mitigate potential contention/protest in RFP #10347, will FL DJJ please either confirm via reply that Respondents who are NOT the OEM will be evaluated so long as they document OEM support within their proposals and/or will FL DJJ amend these RFP #10347 requirements, as follows, and require all Respondents to submit a fully executed OEM Certificate (sample attached as used in other government procurements) attesting to OEM support thereby allowing the FL DJJ evaluation committee to evaluate and score proposals accordingly who document qualified OEM support?: Will FL DJJ please amend as follows: RFP page 1 opening and page 10, II. SOLICITATION TYPE call out “GPS/EM Tracking units shall be provided by a Respondent who is the Original Equipment Manufacturer (OEMor Respondents whose proposals include written authorization confirming OEM support for FL DJJ contract #10347. It is a mandatory requirement for all proposals to include a fully authorized Attachment R – OEM Certificate Form. If the successful Respondent is not the OEM of AM bracelets, subcontracting for that equipment is authorized.”

Answer #21

Question #22 RFP page 20, item C. Certificate of Experience/Mandatory Statements - Volume 1, Tab 2 calls out (underlines added for emphasis) “It is MANDATORY that the Respondent sign, and submit in Volume 1, under Tab 2, Attachment C, “Certification of Experience/Mandatory Statements” that includes the following four (4) statements:… 4. A statement certifying that the Respondent’s technical specifications and service delivery meet or exceed the minimum requirements in Attachment I and that the Respondent is the Original Equipment Manufacturer (OEM) of the tracking unit equipment or Respondents whose proposals include written authorization confirming OEM support for FL DJJ contract #10347, all proposals include a fully authorized Attachment R – OEM Certificate Form, and that the Respondent’s proposed system, equipment and technology is of the latest technology and all tracking units are NEW (unused) and are in proper working order, clean and free from defects of features affecting appearance, serviceability, or the safety of the youth in normal intended use..”

Answer #22

Question #23

RFP page 21 calls out “3. Experience…d. Indicate whether GPS/EM monitoring services are directly provided by the Respondent or any part of the service/equipment is subcontracted and if yes, what specific components of services (system, equipment and monitoring center, staff) and Respondents proposals shall include written authorization confirming OEM support for FL DJJ contract #10347. It is a mandatory requirement for all proposals to include a fully authorized Attachment R – OEM Certificate Form.”

Answer #23

Question #24 RFP page 22 calls out (underlines added for emphasis) “6. Technical Specifications/Services to be Provided a. Provide a description of how the GPS/EM service meets or exceeds the requirements in Attachment I, Section III. For GPS/EM for juvenile youth throughout the State of Florida. Please consider: if the proposed service is inclusive of all technology, equipment, systems, related support, data storage and includes a fully staffed (twenty-four (24) hours a day) monitoring center. If all components of GPS service required as described; if components are directly provided or if parts or components are subcontracted and Respondents whose proposals shall include written authorization confirming OEM support for FL DJJ contract #10347. It is a mandatory requirement for all proposals to include a fully authorized Attachment R – OEM Certificate Form.; if the ongoing system and equipment updating and maintenance requirements; and if these components are within the control of the Respondent.”

Answer #24

Question #25 Attachment C CERTIFICATION OF EXPERIENCE/MANDATORY STATEMENT (TO BE COMPLETED BY RESPONDENT) RFP #10347 calls out (underlines added for emphasis): “4. I, , certify that the Respondent know as

Page 11: SOLICITATION CONFERENCE AGENDA REQUEST FOR …...All verbal questions discussed during the Solicitation Conference must be submitted in writing for an official Department response

Page 11 of 19

is proposing equipment, systems and service delivery that will meet or exceed the minimum requirements and technical specifications in Attachment I and that the Respondent is the Original Equipment Manufacturer (OEM) of the tracking unit equipment or Respondents whose proposals include written authorization confirming OEM support for FL DJJ contract #10347. It is a mandatory requirement for all proposals to include a fully authorized Attachment R – OEM Certificate Form… “

Answer #25

Question #26 Attachment O calls out” INFORMATION ONLY BALANCE OF LINE…ALCOHOL MONITORING SERVICES (For Information Purposes only)… INFORMATION ONLY BALANCE OF LINE…Identify, if AM services are to be provided directly by Respondent of subcontracted. If subcontracted, identify the name of the Subcontractor, Equipment Name, if applicable, and Contact for ordering equipment and troubleshooting AM units. Respondents shall include written authorization confirming OEM support for FL DJJ contract #10347. It is a mandatory requirement for all proposals to include a fully authorized Attachment R – OEM Certificate Form. Note: The Provider is still 100% responsible for the AM services.”

Answer #26

Question #27 ATTACHMENT P EVALUATION QUESTIONS/CONSIDERATIONS STATEWIDE GLOBAL POSITIONING SATELLITE ELECTRONIC MONITORING AND ALCOHOL MONITORING SERVICES CATEGORY #2: Experience…Consideration 2.4 calls out (underlines added for emphasis): “To what extent did past experience and provision of services including all service components; i.e., the system, the tracking unit equipment and the operation of a twenty-four (24) hour/seven (7) days a week monitoring center meet or exceed requirements of the RFP and was past experience self-operated or subcontracted? or Respondents shall include written authorization confirming OEM support for FL DJJ contract #10347. It is a mandatory requirement for all proposals to include a fully authorized Attachment R – OEM Certificate Form. (Weighted: 6 Max Pts: 30)” (Weighted: 6 Max Pts: 30)” and “CATEGORY #5: Technical Specifications/Services to be Provided Consideration 5.1: To what extent does the service proposed meet or exceed the requirements in Attachment I, Section III for GPS/EM for juvenile youth throughout the State of Florida. Consider: If the proposed service is inclusive of all technology, equipment, systems, related support, data storage and includes a fully staffed, (twenty-four (24) hours a day) monitoring center. If all components of GPS service required as described and if components are directly provided or if parts or components are subcontracted and if the ongoing system and equipment updating and maintenance requirements and if these components are within the control of the Respondent. (Weighted: 10 Max Pts: 50)” and “B. Technical Specifications/Services to be Provided 2. For all GPS/EM and AM services, the Respondent shall provide, at their own expense, all systems and equipment (software and hardware) required for the service delivery, regardless of the actual number of units including but not limited to:…e. all technical specifications and service requirements shall meet or exceed the minimum requirements outlined herein. All equipment and systems furnished shall be the Original Equipment Manufacturer (OEM) or Respondents whose proposals include written authorization confirming OEM support for FL DJJ contract #10347 (it is a mandatory requirement for all proposals to include a fully authorized Attachment R – OEM Certificate Form), new, unused equipment, and standard products of the Respondent identified, shall be in proper working order, clean and free from defects or features affecting appearance, serviceability, or the safety of the youth in normal intended use. No deviations from the minimum specifications. If the successful Respondent is not the OEM of AM bracelets, subcontracting for that equipment is authorized” and “D. Service Definitions…11. Subcontract: An agreement entered into by the Respondent with any other person or organization that agrees to perform any performance obligation for the Respondent specifically related to securing or fulfilling the Respondent’s obligations to the Department under the terms of the Contract resulting from this RFP. Subcontracting for any direct GPS/EM services, including equipment, system, monitoring etc. is not authorized under the Contract without prior written permission from the Contract Manager. Subcontract for AM units and service is authorized, pursuant to the terms and conditions of subcontracting outlined in this RFP.”

Answer #27

Question #28 ATTACHMENT P EVALUATION QUESTIONS/CONSIDERATIONS STATEWIDE GLOBAL POSITIONING SATELLITE ELECTRONIC MONITORING AND ALCOHOL MONITORING SERVICES calls out (underlines added for emphasis) “CATEGORY #8: General Equipment Requirements: Consideration 8.1: To what extent does the Respondent’s monitoring/tracking unit equipment meet or exceed the requirements of the RFP? Does the description contain the name of the product, does it show the Respondent as the Original Equipment Manufacturer (OEM) or Respondents

Page 12: SOLICITATION CONFERENCE AGENDA REQUEST FOR …...All verbal questions discussed during the Solicitation Conference must be submitted in writing for an official Department response

Page 12 of 19

whose proposals include written authorization confirming OEM support for FL DJJ contract #10347 and does Respondent’s proposal include a fully authorized Attachment R – OEM Certificate Form? Does the Respondent describe all specifications in literature and provide the required licensing? (Weighted: 8 Max Pts: 40)”

Answer #28

Question #29 ATTACHMENT I GLOBAL POSITIONING SATELLITE ELECTRONIC MONITORING SERVICES TECHNICAL SPECIFICATIONS/SCOPE OF SERVICES…I. GENERAL DESCRIPTION calls out (underlines added for emphasis) “B. Technical Specifications/Services to be Provided…2. For all GPS/EM and AM services, the Respondent shall provide, at their own expense, all systems and equipment (software and hardware) required for the service delivery, regardless of the actual number of units including but not limited to:…e. all technical specifications and service requirements shall meet or exceed the minimum requirements outlined herein. All equipment and systems furnished shall be the Original Equipment Manufacturer (OEM) or Respondents whose proposals include written authorization confirming OEM support for FL DJJ contract #10347 (it is a mandatory requirement for all proposals to include a fully authorized Attachment R – OEM Certificate Form), be new, unused equipment, and standard products of the Respondent identified, shall be in proper working order, clean and free from defects or features affecting appearance, serviceability, or the safety of the youth in normal intended use. No deviations from the minimum specifications. If the successful Respondent is not the OEM of AM bracelets, subcontracting for that equipment is authorized.”

Answer #29

Question #30 RFP page 12 calls out (underline added for emphasis) “Wednesday, June 1, 2016… Date all GPS Services must be transitioned to new Provider/new equipment, as applicable.” Additionally, RFP page 14 calls out (underlines added for emphasis):

“V. MANDATORY REQUIREMENTS The following requirements must be met by the

Respondent to be considered responsive to this RFP. Although there are other criteria set forth in this RFP, these are the only requirements deemed by the Department to be mandatory. Failure to meet these requirements may result in a proposal not being evaluated and rejected as non-responsive. B. It is MANDATORY that the Respondent sign, and submit in Volume 1, under Tab 2, Attachment C, “Certification of Experience/Mandatory Statements” that includes the following four statements: 3. A statement certifying that the Respondent has or will have a minimum of the required two-hundred fifty (250) new GPS tracking units for transition on to DJJ youth ordered for ACTIVE electronic monitoring, plus twenty percent (20%) which is a total of fifty (50) new GPS tracking units (for backup in the Circuits) for a final total of three hundred (300) new GPS tracking units available at the Contract start date, and shall certify the Respondent is capable of providing all necessary equipment. In addition, the Respondent shall certify that units will be delivered, Department staff trained, and the physical transition of current EM youth to the new tracking units shall be completed no later than thirty (30) days after Contract execution (anticipated to be May 1, 2016) so that full service operations with monitoring of youth statewide will be transitioned to the new equipment and the new service Respondent (as applicable) by June 1, 2016. 4. A statement certifying that the Respondent’s, proposed tracking equipment and service delivery meet or exceed the minimum technical specifications and requirements in Attachment I and that the Respondent is the Original Equipment Manufacturer (OEM) of the tracking unit equipment and that the Respondent’s proposed system, equipment and technology is of the latest technology and all tracking units are NEW (unused) and are in proper working order, clean and free from defects of features affecting appearance, serviceability, or the safety of the youth in normal intended use.” A. Do these requirements apply to all Respondents, including but not limited to FL DJJ’s

incumbent contractor? B. If FL DJJ’s incumbent contractor is awarded this RFP, will FL DJJ require the incumbent

contactor to take all existing equipment (both GPS and alcohol monitoring) currently deployed on participants and replace it with new equipment?

C. Will FL DJJ accept previously deployed/used equipment that has been cleaned, reconditioned, and tested to function like-new?

D. If NOT, how will FL DJJ treat proposals that include like-new equipment Will such proposals be rejected and not evaluated? Will such proposals be evaluated and scored down in the evaluation criteria? Other?

Page 13: SOLICITATION CONFERENCE AGENDA REQUEST FOR …...All verbal questions discussed during the Solicitation Conference must be submitted in writing for an official Department response

Page 13 of 19

Answer #30

Question #31 Attachment O calls out “Attachment I, Section III. M. Provide a copy of your quality assurance program that meets or exceeds the requirements.” This information is proprietary and company confidential – If so requested in the proposal and properly for separation, will the Department honor requests and protect this documentation under the ITN provisions of page 7, item 21“CONFIDENTIAL, PROPRIETARY, OR TRADE SECRET MATERIAL”?

Answer #31

Question #32 RFP page 17 calls out “XI. CONTRACT PERIOD AND RENEWAL The resulting Contract is expected to begin on May 1, 2016, and shall end at 11:59 p.m. on May 31, 2021. The resulting Contract may be renewed.” A. Is the initial year five (5) years plus one (1) month? B. Regarding “The resulting Contract may be renewed”, for specifically how many years may

the contract be renewed?

Answer #32

Question #33 RFP pages 17 & 18 call out ““XIV. ESTIMATED QUANTITIES…At the resulting Contract start date, the highest Ranking Respondent shall have a minimum of the required two-hundred fifty (250) new GPS tracking units for transition on to DJJ youth ordered for ACTIVE electronic monitoring, plus twenty percent (20%) which is a total of fifty (50) new GPS tracking units (for backup in the Circuits) for a final total of three hundred (300) new active GPS tracking units. However, the Department cannot accurately predict an exact number of active tracking units that will be placed on youth, at transition, or on a monthly basis, as the exact number of youth to be placed on monitoring is dependent upon court order and requires youth to meet eligibility criteria established by the Department. The Department will only pay for active monitoring units (GPS/EM or AM), as defined in the Deliverables (units of service) for the resulting Contract, as specified in Attachment I.”

A. Are there any pending initiatives that may significantly increase or decrease the use of GPS or alcohol monitoring or other forms of electronic supervision and, if so, will you please indicate each with an anticipated impact timeline and associated percentage of increased/decrease by technology type?

B. What is the average daily population of GPS participants? C. What is the average daily population of alcohol monitoring participants? D. What is the average length of stay on electronic tracking for GPS participants (Example: 120

days)? = days E. What is the average length of stay on electronic tracking for alcohol monitoring

participants (Example: 30 days)? = __ days

Answer #33

Page 14: SOLICITATION CONFERENCE AGENDA REQUEST FOR …...All verbal questions discussed during the Solicitation Conference must be submitted in writing for an official Department response

Page 14 of 19

Question #34 RFP page 21 calls out (underlines added for emphasis) “F. Technical Proposal - Volume 1, Tabs 3 9. General Equipment Requirements Provide a detail description of the Respondent’s proposed equipment (one (1) or two (2) piece unit) specifications that meet or exceeds all requirements, specially:… b. Provide OEM’s specifications and literature on all equipment proposed for GPS/EM.”

RFP page 24, item 18 calls out “System and Respondent Generated Reports.” Additionally, RFP “ATTACHMENT D - EVALUATION CRITERIA” calls out “System and Respondent Generated Reports.” Additionally, Attachment O calls out “Category 17: System and Respondent Generated Reports…Attachment B, Section XX, F., 18.; Attachment I, Section III., H. and I…Provide a detailed description of their understanding of and approach for meeting or exceeding all reporting requirements and specifically provide sample copies of report formats (as generally described). Include both Respondent generated reports and system generated reports.” Additionally, RFP page 53 calls out “CATEGORY #17: System and Respondent Generated Reports Consideration 17.1: To what extent does the Respondent demonstrate an understanding of and approach to meeting all reporting requirements in this RFP, specification for Respondent generated and system generated report? Are sample reports understandable? (Weighted: 7 Max Pts: 35)“ Additionally, RFP page 57 calls out “III. SERVICE TASKS, A. System Requirements, 1. General System(s) Specifications:…c. The GPS/EM system shall provide the capability for the Department to download data and reports from the database, through secured internet access, as outlined in Section III, H (System Generated Reports).” Additionally, RFP pages 68 & 69 calls out “H. System Generated.” Additionally, RFP pages 73, and 75 call out “System Generated Reports” A. Upon the basis that some of FL DJJ’s required “System and Provider Generated Reports”

may be unique and require development, to ensure a competitive RFP for both prospective new contractors as well as the incumbent Contractor/Provider, will FL DJJ evaluate equally, proposals that confirm to implement all specified data fields within the first 60 days of the new contract? If not, what timeline is FL DJJ willing to reasonably accept with regard to development of required data fields?

B. In the absence of affirmative “Yes” responses to item “a” immediately above, upon the basis that this is an RFP whereby FL DJJ can score/rank different proposal approaches as they deem best, to enable compliant competition, will FL DJJ amend this mandatory “shall” requirement to rather to read as a desirable requirement as follows? “shall should” thus enabling FL DJJ to evaluate both approaches and score/rank different proposal approaches as they deem best?

Answer #34

Question #35 RFP pages 24, 31, 49, 53, 69 & 70, call out “Training and Training Manuals” A. Approximately how many staff state-wide are to be trained? B. To enable vendors to budget recurring training costs in their proposals, following initial training,

approximately how frequently is state-wide training anticipated to be required? C. Is training conducted at Department facilities? If NOT, where and at whose expense? D. Is FL DJJ open to webinar training sessions conducted with a live contractor trainer?

Answer #35

Question #36 RFP pages 22, 44, 57, & 69 call out “Multiple Data Fields” A. Will FL DJJ please identify the specific content, length of each required data field? B. Upon the basis that some of FL DJJ’s required data fields may be unique and require

development, to ensure a competitive RFP for both prospective new contractors as well as the incumbent Contractor/Provider, will FL DJJ evaluate equally, proposals that confirm to implement all specified data fields within the first 60 days of the new contract? If not, what timeline is FL DJJ willing to reasonably accept with regard to development of required data fields?

Page 15: SOLICITATION CONFERENCE AGENDA REQUEST FOR …...All verbal questions discussed during the Solicitation Conference must be submitted in writing for an official Department response

Page 15 of 19

Answer #36

Question #37 RFP page 57 calls out “The GPS/EM system shall provide the capability for the Department to download data and reports from the database, through secured internet access, as outlined in Section III, H (System Generated Reports).” A. Specifically what “data” (other than the “reports from the database, through secured

internet access, as outlined…”) is required to be downloaded?

B. What format is this data downloaded to FL DJJ and at what frequency?

C. To ensure a competitive RFP for both prospective new contractors as well as the incumbent Contractor/Provider, will FL DJJ evaluated equally, proposals that confirm to implement all specified data downloads within the first 60 days of the new contract? If not, what timeline is FL DJJ willing to reasonably accept with regard to development of required data downloads?

Answer #37

Question #38 RFP page 58 calls out “j. The GPS/EM system shall enable the Department to monitor the near real time position for a specific youth’s location at any and all times. For Active monitoring, youth location data shall be uploaded a minimum of once every thirty (30) minutes while in compliance and immediately uploaded when the youth is in violation status. The system shall provide youth locations upon demand. The system shall also be capable of the following: 3)…communicating through the equipment unit directly with the youth by vibration LED lights, and or voice (active or pre-recorded) alarm/alerts. 6)… providing mobile computing devices with wireless capability for constant communication with the monitoring center, and”

A. Regarding “communicating…directly with the youth”, what percentage of youth participants have a mobile telephone?

B. What percentage of youth participants have a home telephone?

C. Is it a condition of participation on electronic monitoring that juveniles willingly answer their phone while on the program?

D. As a part of

“communicating through the equipment unit directly with the youth by

E. vibration LED lights, and or voice (active or pre-recorded) alarm/alerts;” is it also FL DJJ requirement for the GPS device to have an acknowledgement button as a means for the juvenile to acknowledge receipt of the communication(s)

F. In lieu of an acknowledgement button on the GPS device, Is it acceptable for the juvenile to merely confirm acknowledgement via corrective behavior as confirmed by the GPS system activity and/or phone call from the Contractor monitoring center?

G. Please clarify – Are such “mobile computing devices with wireless capability for constant communication with the monitoring center” for officers or participants?

H. Please clarify – Is this requirement for the system to communicate with FL DJJ’s existing “mobile computing devices with wireless capability for constant communication with the monitoring center” or, are proposals to include “mobile computing devices with wireless capability for constant communication with the monitoring center“?

I. Does FL DJJ and/or State of Florida presently provide mobile data devices with voice, email and mobile data/internet access to program officers and, if so, specifically what model device and what cellular service provider?

J. Would FL DJJ benefit from proposals offering to include as part of this proposal, “mobile computing devices with wireless capability for constant communication with the monitoring center” with voice, email and mobile data/internet access to program officers and, if so, approximately how many would be required?

Answer #38

Question #39 RFP pages page 56 and 58 calls out “Crime Data Integration System” A. Specifically what “location data” is required to be “electronically transmitted”?

Page 16: SOLICITATION CONFERENCE AGENDA REQUEST FOR …...All verbal questions discussed during the Solicitation Conference must be submitted in writing for an official Department response

Page 16 of 19

B. What format is this electronically transmitted to the Department and at what frequency?

C. Different contractors accomplish “Crime Data Integration System” using different methodologies. Upon the basis that this is an RFP whereby FL DJJ will score/rank different approaches as they deem best, to ensure a competitive RFP for both prospective new contractors as well as the incumbent Contractor/Provider; i. Will FL DJJ evaluate different methodologies for “…all youth location data may be

electronically transmitted to a Department approved crime data integration system”?

ii. Will FL DJJ evaluate equally, proposals that confirm to implement all specified electronic transmissions within the first 60 days of the new contract? If not, what timeline is FL DJJ willing to reasonably accept with regard to development of required electronic transmissions?

Answer #39

Question #40 RFP page 58, item 2.a. calls out “System software shall allow for a non-erasable alpha numeric identification designated by the Department (DJJ Youth identifier number), with no more or no less than seven (7) characters.” With regard to the specific word “non-erasable”, is it acceptable and acknowledged by FL DJJ that the software system be protected from unauthorized access, that officers will have the right to terminate participants from the system, and furthermore that the system tracks which users terminate participants from the system and when? If not, will you please define in greater detail the intent in of the word “non-erasable” here?

Answer #40

Question #41 RFP page 58 calls out “j. The GPS/EM system shall enable the Department to monitor the near real time position for a specific youth’s location at any and all times. For Active monitoring, youth location data shall be uploaded a minimum of once every thirty (30) minutes while in compliance and immediately uploaded when the youth is in violation status. The system shall provide youth locations upon demand. The system shall also be capable of the following:

3) communicating through the equipment unit directly with the youth by vibration LED lights,

and or voice (active or pre-recorded) alarm/alerts;

6) providing mobile computing devices with wireless capability for constant communication with the monitoring center, and

7) for AM units, the Provider’s system or subcontracted system shall be capable of providing an approximation of the wearer’s blood-alcohol level based on the concentration of alcohol in the wearer’s perspiration.”

Answer #41

Question #42 Regarding Exhibit 2 “Florida Certified Minority Business Enterprise (CMBE) Subcontracting Utilization Plan2”; A. Is a minimum MBE participation required? If so, what percentage? B. Is there any level of Good Faith Effort required? If so, what percentage?

C. Is MBE factored into the overall evaluation scoring and, if so, what percentage?

Answer #42

Question #43 From our experience, many leading manufacturer’s offer multiple models of the specified technologies and also offer optional/alternate/additional forms of monitoring. We have several questions here:

A. In addition to the primary proposal/responses, may proposers include separate

technical information and separate pricing under a separate “Optional” section of their proposals

for post award consideration as unspecified options for additional/optional monitoring/tracking

technologies and services?

B. If not, how would FL DJJ recommend proposers to identify/propose/price multiple models, options and alternatives in response to this RFP?

Answer #43

3M ELECTRONIC MONITORING – Received 02/02/2016

Page 17: SOLICITATION CONFERENCE AGENDA REQUEST FOR …...All verbal questions discussed during the Solicitation Conference must be submitted in writing for an official Department response

Page 17 of 19

Question #44 In regard to the following requirements:

1. In GENERAL DESCRIPTION, A. General Description of Services, page 54, you specify:

Total of three hundred (300) units to be available no later than May 1, 2016. The Department requests a minimum of eleven (11) AM units to be placed in service, with one (1) unit in Circuit inventory for backup.

and…

In: B. Technical Specifications/Services to be Provided, page 55, you specify:

2e. All equipment and systems furnished shall be the Original Equipment Manufacturer (OEM) new, unused equipment, and standard products of the Respondent identified, shall be in proper working order, clean and free from defects or features affecting appearance, serviceability, or the safety of the youth in normal intended use.

Question: In order to provide the Department with the best available price in the market, will you accept equipment that is in refurbished or “like new” condition?

Answer #44

GEO CARE, A GEO GROUP COMPANY – Received 02/02/2016

Question #45 Reference RFP General Instructions for Preparation of Proposal, on page 19:

Failure to have all copies properly “tabbed” makes it much more difficult for the Department to evaluate the proposal. Failure of the prospective Respondent to provide any of the information required in the hard copy of either Volume 1 (the Technical Proposal) and Volume 2 (the Financial Proposal) portions of the RFP proposal shall result in no points being awarded for that element of the evaluation/review.

A. Please confirm that Respondents may provide Exhibits & Attachments as a separate Tab 4,

immediately following its Tab 3, Technical Proposal.

B. Please confirm that Respondents should submit Volume 1 and 2 in separate binders.

Answer #45

Question #46 Reference RFP Section XX. B Cross Reference Table, on page 20:

In order to assist the Respondent in its development of a responsive proposal and to facilitate proposal evaluation by the Department, the Respondent shall provide a table that cross- references the contents of its proposal with the contents of the RFP.

A. To increase readability, please confirm Respondents may provide a Table of Contents in

addition to the Attachment O—Cross Reference Table.

Answer #46

Question #47 Reference RFP Section XX. F—Technical Proposal, on page 21: Any attachments, charts, photos, maps, diagrams, or other resource materials that support the information provided in the Technical Proposal shall be referenced within the Technical Proposal’s narrative, included as exhibits or attachments to the Technical Proposal, and presented at the end of the Technical Proposal. Such exhibits or attachments shall not be counted in the sixty (60) page limitation established for the Technical Proposal. A. Please confirm Respondents may provide some limited graphics or charts specifically relevant

to its Technical Proposal within the body of the narrative, understanding that said narrative cannot exceed 60 pages.

Answer #47

Question #48 Reference RFP Section XX. F.20—Staff Requirements, on page 25: Provide the name, resume, job description and office location of the Respondent’s proposed Account Manager that will be directly responsible for overall operational performance of the resulting Contract. A. As this would be a new contract to Respondent, please confirm the Department will allow

Page 18: SOLICITATION CONFERENCE AGENDA REQUEST FOR …...All verbal questions discussed during the Solicitation Conference must be submitted in writing for an official Department response

Page 18 of 19

Respondents to provide a job description, inclusive of minimum required qualifications, in lieu of staff member name and resume.

B. Does the incumbent vendor currently provide a dedicated Account Manager residing in Florida? C. Will the Department provide a dedicated office space for the Account Manager?

Answer #48

Question #49 Reference RFP Attachment J—Price Sheet #1, on page 36: The Respondent shall submit a single per diem unit price per daily service unit for active GPS services with the price inclusive of all equipment, and related services as defined herein. A. Please confirm that Respondent may provide more than one GPS solution to the Department in

its proposal. B. Please confirm that Respondent may provide more than one Alcohol Monitoring solution to the

Department in its proposal. C. c. Please confirm Respondents providing more than one GPS and/or Alcohol Monitoring

solution should provide separate Attachment J—Pricing Sheets specific to each.

Answer #49

Question #50 Reference RFP Attachment J—Pricing Sheet #1, on page 36: The following rates will be utilized when the Department exceeds the stated number of active units on a daily basis. A. Please provide additional detail on how sliding scale rates will be evaluated or considered

during this process.

Answer #50

Question #51 Reference RFP Attachment J—Pricing Sheet #1 & 2, pages 36-38: A. Please confirm that on Attachment J—Price Sheet #2, the Department is seeking itemized

replacement costs for equipment only, and not accessories. B. Pricing Sheet #1 is evaluated on 250 base units and Pricing Sheet #2 is evaluated on (10)

replacement units. Please confirm how the Department intends to add the total costs from Price Sheet #1 and Price Sheet #2.

C. Please revise these pricing sheets to include a line item that adds the total of Column 7 from Price Sheet #1 and the total of Column 6 from Price Sheet #2 to further assist in evaluating total program cost.

Answer #51

Question #52 Reference RFP Attachment J—Pricing Sheet #1 & 2, on pages 36-38: In addition, for a balance of line item (not included in pricing) the Respondent shall provide a single per diem unit price per daily service unit for active Alcohol Monitoring.

A. Please confirm the Department currently utilizes Alcohol Monitoring units. 1. If yes, who is the provider, what is the device model, and how much is the daily rate?

Answer #52

Question #53 Reference RFP Section I, General Description D.3, on page 56: Alcohol Monitoring Bracelet: A court-mandated “bracelet” worn on the ankle, which provides an approximation of the wearer’s blood-alcohol level based on the concentration of alcohol in the wearer’s perspiration. A. This description is consistent with Transdermal Continuous Alcohol Monitoring technology.

Please confirm this is the technology the Department seeks. B. In addition to Transdermal, please confirm Respondents may also include alternative Alcohol

Monitoring technology, such as mobile breath alcohol detection. C. Understanding Alcohol Monitoring is not officially being scored per instructions, how does the

Department plan to consider and evaluate the Alcohol Monitoring technology proposed by Respondents?

Answer #53

Question #54 Reference RFP Section I, General Description D.5, on page 56: Crime Data Integration System: A system where youth location is electronically overlaid or integrated with crime location mapping data for analysis as shown by “points” at which the youth was located at a point in time. A. Does the Department currently have an aggregate data provider for crime scene mapping

overlay? 1. If yes, please furnish the provider’s name.

Answer #54

Question #55 Reference RFP Attachment I, Tie Breaking Certifications, provided as separate document posted on

Page 19: SOLICITATION CONFERENCE AGENDA REQUEST FOR …...All verbal questions discussed during the Solicitation Conference must be submitted in writing for an official Department response

Page 19 of 19

the Vendor Bid System: Respondents are encouraged to check the appropriate “True” box(es) next to the designation that applies to its organization. A. In which Volume, and under which Tab, would the Department prefer Respondents provide

Attachment I, Tie Breaking Certifications?

Answer #55

Question #56 Reference RFP Attachment K, Drug-Free Workplace Certifications, Section D, provided as separate document: The proposal may contain the Drug-Free Workplace Certification in accordance with section 287.087, Florida Statutes (if desired by the Respondent) for preference in the event of a tie in the scoring of a competitive solicitation. A. In which Volume, and under which Tab, would The Department prefer Respondents provide

Attachment K, Drug-Free Workplace Certification?

Answer #56