Вы находитесь на странице: 1из 68

CHRIS CHRISTIE Governor KIM GUADAGNO Lt.

Governor

DEPARTMENT OF THE TREASURY


DIVISION OF PURCHASE AND PROPERTY PURCHASE BUREAU

P.O. BOX 230 TRENTON, NJ 08625-0230

ANDREW P. SIDAMON-ERISTOFF State Treasurer

October 7, 2011

To: All Interested Bidders

Re: RFP #12-X 22195 MHZ LTE WIRELESS BROADBAND PUBLIC SAFETY NETWORK Bid Due Date: October 25, 2011 (2:00 p.m.)

ADDENDUM #4

The following constitutes Addendum #4 to the above referenced solicitation. This addendum is divided into the following parts: Part 1: Answers to questions. Part 2: Additions, deletions, clarifications and modifications to the RFP It is the bidders responsibility to ensure that all changes are incorporated into the original RFP. The Bidder should carefully review all of the changes to this RFP and its exhibits and attachments. BIDDERS ARE SPECIFICALLY ADVISED THAT THE PRICE SHEETS PROVIDED WITH THE ORIGINAL RELEASE OF THE RFP HAVE BEEN REVISED. THE BIDDER MUST SUBMIT THE PRICE SHEETS CONTAINED IN ATTACHMENT 6 WITH ITS BID PROPOSAL. A BID PROPOSAL SUBMITTED WITH THE ORIGINAL, UNREVISED PRICE SHEETS MAY BE DEEMED NON-RESPONSIVE. All other instructions, terms and conditions of the RFP shall remain the same.

PART 1 MHZ LTE WIRELESS BROADBAND PUBLIC SAFETY NETWORK 12-X-22195 Answers to Questions Note: Some of the questions have been paraphrased in the interest of readability and clarity. Each question is referenced by the appropriate RFP page number(s) and section where applicable. # 1 Page # 1 RFP Section Reference Cover Page Question Cover Page, Page 1. Will the State extend the deadline to, minimally, Wednesday, October 5, 2011? In response to RFP page 6, Section 1.1, Goodman Networks has submitted our executed confidentiality agreement via mail with a SASE, as directed, but we have not yet received the Tower Site Exhibit. When can we expect to receive this item? In this section, the NJ Standard Terms and Conditions version 05/31/10 are referred to for review. Within the eBid tool, the Required Forms Work Area includes a location for an upload related to this file. What is the State expecting to receive from each bidder in response to the Terms and Conditions file? Have other states been involved in the development of this RFP? Will other states be involved in the evaluation of this RFP? a) Would the State consider alternative technical solutions that could be financially and functionally advantageous to the State? b) Does the current BTOP funding and/or other grants allow for alternative LTE network solutions other than 700MHz? Answer The bid opening date has been changed to October 25, 2011.

1.1

The requested information was forwarded to Goodman Networks on 7/25/2011 in the manner submitted with the request.

1.1

The State expects to receive a copy of the States Standard Terms and Conditions as downloaded by the Bidder from the States website.

1.2

No other states are involved with this RFP.

1.2

This Addendum revises Section 1.2 of the RFP; see Part 2. a) This project is funded through a Broadband Technology Opportunities Program (BTOP) grant of $39.6M. Since no additional funding is available for this project, the State is constrained to the limits of the current BTOP grant funding, which specifies 700 MHz LTE. In addition the State cannot proceed with the project without an acceptable solution to meet the matching funds requirement of 20% ($11.5M) of the total project cost through in-kind service commitments. See Section

Page #

RFP Section Reference

Question

Answer 1.2.2 in Part 2 of this Addendum. The State will consider alternate proposals provided they meet all of the requirements including technical and performance specifications, grant funding limits, and inkind match requirement. Match solutions must be compliant with OMB Circular A-87, Cost Principles and 15 CFR Part 14 or 15 CFR Part 24 for evaluation. Bidders should be aware that the BTOP grant requires a 700 MHz LTE system. b) One goal of this RFP is to procure the System while minimizing the risk to the State. A substantial area of potential risk lies in the ability of the State to operate and sustain the System after deployment. Respondents shall develop and present in their proposals a viable economic model under which the recurring operational cost (including payments on financed capital costs) to the State for the System is recovered through savings in other State budget items or through other revenue streams. Such offsets could be found, for example, in reduced costs for commercial telecommunications services for public safety or other government functions, including data collection from governmentowned utilities. Because the State desires to replace current commercial mobile broadband services with this new System, Contractor shall provide detail on the pricing structure of the commercial roaming feature of the proposed System and realistic estimates of the cost of using that feature on an ongoing basis. The State will consider alternate proposals if they meet all required technical specifications, grant funding limits, and inkind match requirement. Match solutions must be compliant with OMB Circular A-87, Cost Principles and 15 CFR Part 14 or 15 CFR Part 24 for evaluation of the RFP. See Section 1.2.2 in Part 2 of this Addendum. Bidders should be aware that the BTOP grant requires a 700 MHz LTE system. Please see revised Section 2.2 in Part 2 of this Addendum. For further information please see revised Sections 3.4.2.4 and 4.6 in Part 2

1.2

Will the State clarify what the phrase roam seamlessly means to them and exactly what they require?

# 7

Page # 8

RFP Section Reference 1.3.1

Question Does the Purchase Bureau have an anticipated timeframe for its response to vendor questions? Will vendor questions and Purchase Bureau responses be published to all vendors? Will the State permit a second round of questions for followup on the States responses to the initial question set? Whereas the States responses may have significant impact on the vendor design and/or pricing, what does the State perceive as sufficient time between its QA responses and the bid due date? Can the State provide an extension of the RFP due date by 1 month ? And a corresponding extension on the due date for questions? Vendor requests a 3 week extension for bid submission for new due date of 9/21/2011. Due to the complexity surrounding the solution, interaction with many emerging technology components, and time to review the responses provided back to the Carriers, we respectfully ask for an extension to the current 9/1/11 due date to 10/14/11. The Bidder respectfully requests a 4 week extension to the submission date to allow for radio system design and analysis. Mandatory/Optional Site Visits - In lieu of no site visits, will NJ provide details on existing site configurations? What antenna heights are available on existing sites? What sites have spare capacity in existing shelters, generators, etc.?

Answer The response to the questions is always provided via addendum published to the website.

1.3.1

No, there will not be an opportunity for a second round of questions. The Bid Due Date has been changed to 10/25/2011.

1.3.2

See answer to question #1.

10

1.3.2

See answer to question #1.

11

1.3.2

See answer to question #1.

12

1.3.2

See answer to question #1.

13

1.3.4

The State does not have engineering surveys for the proposed sites. All available information on the proposed sites is listed on the revised Exhibit B which is posted as Attachment #3 and the Environmental Assessment that was done for each site which is posted as Attachment #4. As stated in section 3.0, the Bidder may propose alternate sites for

Page #

RFP Section Reference

Question

Answer RAN and/or RAN aggregation points where necessary to achieve the Coverage Area Commitment as required in the revised Section 3.0 in Part 2 of this Addendum. The State has determined that the information in Exhibit B is not confidential. The Project office will be in Trenton NJ. Please see revised Section 2.2 in Part 2 of this Addendum. Section 3.0 has been revised in this Addendum; see Part 2. There is no requirement that the RAN interoperate with existing New Jersey networks. Nonetheless, it is anticipated that interconnection with many different governmental entities Public Safety (PS) systems will be desired by the State. For informational purposes, the Bidder shall specify what if any LTE core network to PS network (i.e.2-way radio networks) interfaces can be supplied. The description of these interfaces shall include what existing PS networks systems can be interfaced to, such as P25 networks, proprietary networks from Motorola and/or Harris or other standard 2-Way radio interfaces such as 4-wire. Describe how and where in the network these interfaces would be deployed and where physical interconnection points can be achieved. Describe what 2-way radio features and applications will be supported by your interfaces. The State does not divulge anticipated funding information other than what was stated in the RFP.

14 15 16

15 17 17

3.0 3.0 3.0

Where will the State's project office be located? Define "manage" and "operate" Page 17 Section 3 "RAN must be interoperable with existing/legacy PS networks". Provide detail on existing PS networks that must be considered and the extent of functionality preserved between systems.

17

17

3.0

18

17

3.0

19

17

3.0

SECTION 3.0: How does the State plan to fund any additional growth required to the network beyond the first two years? Does the State have a recurring expense operating budget defined and funded for non-government owned facilities that would be required to fill in build out as required? a) RFP Section 3.0 (a) indicates 95% minimum coverage requirement does this refer to the UASI service area coverage? b) Is it the states expectation that vehicular rooftop antennas

See answer to question 17.

a) This section (3.0) and secton 3.4.2.21.1 that addresses the coverage has been modified by this Addendum. The text is given in Part 2 below for section 3.4.2.21.1. Also see revised section 3.4.1, 3.4.2.21.1 and new sections 4.4.3.6.1 and 4.4.3.6.2 in Part 2 below.

Page #

RFP Section Reference

Question will be used for baseline network design ? c) Knowing shelter availability at the candidate sites will help greatly in the site selection process hence make effective use of available funds; can the State amend the site list with that information? a) Do we need to include a DNS/DHCP server for equipment IP address assignment or does SONJ have one already? b) Do we need to include an NTP device (for time of day reference) in our proposal or does SONJ already provide this function? c) Do we need to include a firewall for the internet point of presence and for interfacing with other networks (e.g. for roaming) or is SONJ providing a firewall for this purpose? d) Does SONJ expect the system to work with a specific mobile VPN solution (such as Radio IP or Netmotion)? e) Please clarify the difference in the responsibilities required of the bidder for managing the Core Network versus Operating the Core Network. f) Does SONJ expect to take on any RAN management functions, and if so which ones? g) Alternatively, should the bidder assume that all required management functions need to be provided? h) Does SONJ expect to take on any Core Network management functions, and if so which ones?

Answer b) The Coverage Area Commitment is based on street mobile (vehicular) coverage. The Bidder should use a 0 dBd reference antenna at a height of 6 above ground level for coverage predictions and plots. Throughput is defined at the TCP/IP layer. c).See answer to question #13. a) The Bidder should propose a Core network that meets the specifications of 3GPP Release 9. Also see the answer to sub question c below

20

17

3.0

b) If the Bidders solution requires an NTP device, it shall be included in the proposal. c) The State desires a Network that operates as a separate IP network with defined interconnect points to the SONJ network. The Bidder should propose what functions are needed at the interconnect points to maintain control and security of the network provide the functionality required by this RFP and the necessary hardware to accomplish these functions. d) No specific VPN solution is expected.

e) See answer to question 15 above

f) The State expects the Contractor to Manage and Operate the Network for the life of the contract, regardless of the extent to which the Network is owned by the State or the Contractor.

g) See the answer to (20)f above

h) See the answer to (20)f above

I) See the answer to (20)f above

Page #

RFP Section Reference

Question i) Alternatively, should the bidder assume that all required management functions need to be provided? a) Can the State elaborate on its criteria for a suitable tower?

Answer

21

17

3.0

a) See answer to question 13, and revised Section 3.0 in Part 2 of this Addendum. b) Bidder assumptions are made at their own risk. See answer to question 13, and revised Section 3.0 in Part 2 of this Addendum.

22

17

3.0

b) Should bidders assume that suitable towers have sufficient power, backhaul, shelter space, rack space, HVAC, security, batteries, UPS, and generator? a) Can the State clarify what the difference between "Manage the RAN" and "Manage and Operate the Core"? b) Specifically, what services does the State require to manage the RAN versus manage and operate the Core? c) Does "manage the RAN" include on-going RF optimization to ensure KPIs are met? d) Does "operate the Core" imply the State would like a hosted core solution?

a) See the answer to question 15 above. b) See the answer to question 15 above. The State expresses no preference for either Core ownership or Core location (see also the answer to question 77(b)). The requirement is only that the Contractor shall operate and maintain the Core. c) Contractors are required to meet the Service Level Agreements (SLA) specifying the level of performance Contractor will achieve on specific KPIs-see new Section 3.8.13 and 4.5 (set forth in Part 2 of this Addendum) which addresses the SLA associated KPIs. Contractor is responsible to determine whether meeting the SLA requires ongoing RF optimization. Also, see the answer to question 15 above. d) The State is not specifically implying any particular solution for deployment of the networks Core functionality. See answer to question 77(b). No. The Contractor shall deploy a fully functional EPC at the time of deployment of the first phase. The EPC must be fully capable of supporting all phases of the RAN and meet the requirements of the RFP, including the commercial roaming feature required in revised Section 3.4.3, and new section 4.6 set forth in Part 2 of this Addendum. We note that EPC core functionality does not mean IP connectivity to all planned RAN locations.

23

18

3.1

Does the State anticipate the Phases of Core Network implementation to run concurrently with the Phases of RAN implementation? (i.e. Core Phase 1 and RAN Phase 1; Core Phase 2 and RAN Phase 2; and then Core Phase 3 and RAN Phase 3)

# 24

Page # 18

RFP Section Reference 3.1

Question a) Are there any zoning implications for any State, County and/or municipal sites? b) If so, who bears the cost (i.e. attorneys, A&E land planners)? c) Or is there a State override to traditional zoning requirements?

Answer a) The State makes no representation as to any zoning implications. Any zoning implications will depend on contractors evaluation of the site. b) The Contractor is responsible for all costs associated with site construction. c) There is no blanket State override of existing zoning regulations and procedures. If site construction is required, it is the Contractors responsibility to know what regulations are in effect at the site and meet these regulations. This addendum to the RFP has changed section 3.1. See Part 2 of this addendum for the changes.

25

18

3.1

26

18

3.1

27

18

3.1.1

Is the start of Phase 2 dependent upon the completion and acceptance of Phase 1, or will each project phase be initiated in parallel, staggered, or linearly? Network monitoring and control equipment SHALL be furnished and installed keeping in view the future extension. The central control and monitoring center SHALL be located at State of New Jersey facility (See Section 3.4.4.1). " Which phase will the central control and monitoring installation be in? How will the State identify and manage differences between the DDP and the original bid response/SOW? It is possible that actual costs in the DDP will far exceed proposed costs in the RFP due to poor or incomplete design, vendor intent or other impacts. How will the State manage such discrepancies? a) What existing legacy public safety networks does the St of NJ currently employ? b) Does the St have an LMR system or private wireless networks? c) If yes, are there any special applications such as Push to Talk that will be used by first

The central control and monitoring installation shall be operating for Phase I. A fully functional network management system capable of monitoring and controlling the proposed system shall be available at the time of deployment of the first Phase. See also revised Section 3.4.4.1, set forth in Part 2 of this Addendum.

The State will hold Contractor to commitments made in the contract. See Section 1.2.2.2 in Part 2 of this Addendum.

28

18

3.1.1

This addendum to the RFP has changed section 3.1.1. See Part 2 of this addendum for the changes. a) See the response to question 16. b) See the response to question 16. c) See the response to question 16. d) See the response to question 16.

Page #

RFP Section Reference

Question responders? d) Will these systems be integrated for future dispatch use on the LTE network for instant communications? Work Breakdown Structure (WBS), and task duration SHALL be developed and maintained by the Contractor using Microsoft Project software" What version of MS Project?" Are there required deployment or associated milestone dates for this project given BTOP funding? Should a disaster recovery option be included in the base bid or provided as an option?

Answer

29

18

3.1.1

Microsoft Project 2007

30

19

3.1.2

Yes. Please see new Section 1.2.2.1 and revised Section 3.1 set forth in Part 2 of this Addendum. The Bidder shall include a Disaster Recovery Plan (DRP) in its base proposals. See Addendum Part 2, Sections 3.3 and 4.4.5 for additional requirements related to this question. This addendum to the RFP has changed section 3.3 (see Part 2 of this addendum for the changes). Additional guidance has been given in this revision. This addendum to the RFP has changed section 3.3. As this RFP requires a commercial roaming feature (see revised Section 3.4.3, and new section 4.6 in Part 2 of this Addendum), a commercial carrier overlay network could be part of a Disaster Recovery Plan. Uses of a such an approach to fill in coverage gaps, provide interoperability data session continuity with legacy 3G systems capacity, and handover are addressed in other parts of the RFP and this Addendum. a) This addendum to the RFP has changed section 3.4.2.5 and 3.6.5 (see Part 2 of this Addendum for the revisions) to address user equipment. b) This addendum to the RFP has changed section 3.4.2.5 and 3.6.5 (see Part 2 of this Addendum for the revisions) to address user equipment. c) The spectrum for Public Safety Broadband Network is explicitly FDD (Frequency Duplex) spectrum. The LTE RAN must be FDD.

31

20

3.3

32

20

3.3

Are details of required content for Disaster Recovery Plan (DRP) available? Given the limited number of LTE sites proposed for NJUASI, and in case of other disaster recovery considerations, would an overlay network, such as a commercial carrier be needed to fill in coverage gaps, provide interoperability, data session continuity with legacy 3G, capacity, and seamless handover mechanisms? a) What type of end user equipment is the State going to use that will interface into the LTE network? PCMCIA, USB Dongle, Desktop CPE, or other? b) If it is a mix, what should we assume for engineering purposes? c) Does the State have a preference through their legacy networking that may be a best fit for core network

33

20

3.3

34

20

3.4

Page #

RFP Section Reference

Question equipment between TDD and FDD? d) Should coverage only be designed for Outdoor only? e) Will there be a requirement to include in-building and if so to what level? f) Please confirm the system should be designed to accommodate 50,000 subscribers and that this subscriber base includes anticipated growth. g) Should the design assume coverage for 95% of the population of each county? Or should another level be used for Safety purposes? Access to what existing networks need to be supported? Provide capabilities for coexistence with legacy systems and migration to the LTE/EPC Release improvements in basic system performance while maintaining the negotiated QoS across the whole system. Clarify capabilities as it relates to features and functionality of the legacy system. Also define basic system performance requirements. System shall be capable of accommodating a variety of different access systems thus providing a multi-access system environment to the public safety user" Clarification is needed on the type of access systems considered and the extent of mobility desired. What does a variety of different access systems mean?

Answer d) See the answer to questions 19 and 34e below. e) There is no in-building requirement in this RFP. We note that the FCC has issued a NPRM (FCC document 11-6, proceedings 06-150, 06-229, 07-100) that states ...we tentatively conclude that we should adopt a framework to achieve inbuilding coverage. f) This addendum to the RFP has changed section 3.4.2.21.11; see Part 2 of this Addendum for the changes. g) This addendum to the RFP has changed section 3.4.1, 3.4.2.21.1 and new sections 4.4.3.6.1 and 4.4.3.6.2; see Part 2 of this Addendum for the changes.

35

20

3.4.1

This Addendum to the RFP has changed section 3.4.1; see Part 2 of this Addendum for the changes. See answer to question 16. This Addendum to the RFP has changed section 3.4.1; see Part 2 of this Addendum for the changes. See answer to question 16.

36

20

3.4.1

37

20

3.4.2.1

See answer to question 36.

38

20

3.4.2.1

See answer to question 36

Page #

RFP Section Reference

Question Is this a reference to user equipment? By supporting these services, is SONJ requesting only that the LTE/EPC provide transport for these services?

Answer

39

21

3.4.2.5

40

21

3.4.2.6.1

Does the State expect that the same piece of user equipment will support roaming to both 3G/HSPA and EVDOeHRPD? Or, is it sufficient if user equipment can access the States network and roam to either 3G/HSPA or EVDOeHRPD? a) SECTION 3.4.2.6.2: Who will negotiate roaming agreements with other commercial carriers?

This Addendum to the RFP has eliminated this requirement from and revised section 3.4.2.5; see Part 2 of this Addendum for the changes. Per revised Section 1.2 and 5.5.1, the System must meet FCC requirements, including supported (and transported) services. Also see the answer to question 64 below. This Addendum to the RFP has deleted section 3.4.2.6.1. The Contractor shall provide UEs that need only support public safety Band-14 LTE and the technology of the commercial roaming feature required in section 3.4.3 and new section 4.6.

41

21

3.4.2.6.2

a) Section 3.4.3.6.2 is eliminated by this Addendum. The Bidder shall propose and the Contractor shall provide a roaming feature as part of the System, including all relevant terms. See RFP Section 3.4.3, and new section 4.6 in Part 2of this Addendum. b). The Bidder must propose a billing method. See answer to question 16 above. Also, the text of Section 3.4.2.6.3 has been deleted by this Addendum.

42

21

3.4.2.6.3

43

21

3.4.2.6.3

44

21

3.4.2.6.3

b) If there are charges and changes, how will they be billed? This requirement states that roaming and handover with P25 is required. Is this what is intended, or is the requirement actually to interwork with P25 systems? Regarding roaming and handoff to other non 3GPP/3GPP2 and legacy networks, including WiFi, WiMAX, P25 This appears to be a reference to NetMotion for roaming and other purposes; is the use of software which provides sessions persistence sufficient to meet the requirement articulated as roam seamlessly? What types of P25 systems does the proposed solution need to interwork with?

The text of Section 3.4.2.6.3 has been deleted by this Addendum.

The text of Section 3.4.2.6.3 has been deleted by this Addendum. Also see the answer to question 16.

Page #

RFP Section Reference

Question We would like to make use of the existing gateways and interoperable switches in the SONJ. Can the SONJ identify the types of gateways and/or interoperable switches (make and model) that are in the network to provide an interface with the legacy systems? What are the requirements for each of the identified device tiers? Functional, Physical or Other? Does the SONJ have specific device form factors in mind for each of these tiers? Will the Network Management System require only Accounting/Performance information for specific tier devices listed in 3.4.2.7 or all device categories? What are the projected volumes for Tier-1 devices? What are the specific requirements for Tier-1 devices?

Answer

45

21

3.4.2.7

This addendum to the RFP has deleted the text of section 3.4.2.7, see Part 2 of this Addendum for the changes. Also, see the answer to Question 48 below. See the answer to question 45.

46

21

3.4.2.7

47

21

3.4.2.7

See the answer to question 45.The Network Management System shall be able to provide Accounting / Performance information for all devices.

48

21

3.4.2.7

49

21

3.4.2.7

What are the projected volumes for Tier-2 devices? What are the specific requirements for Tier-2 devices? What are the projected volumes for Tier-3 devices? What are the specific requirements for Tier-3 devices? What are the projected volumes for Tier-4 devices? What are the specific requirements for Tier-4 devices?

This addendum to the RFP has deleted the text of section 3.4.2.7, see section 3.4.2.5 in Part 2 of this Addendum for the changes addressing device types. In addition, this addendum to the RFP has changed section 3.6.5, see Part 2 of this Addendum for the changes addressing device volumes. The State is not placing a limit on the types and numbers of devices proposed, nor is it making any commitment beyond those specified in section 3.6.5. See the answer to question 48 above.

50

21

3.4.2.7

See the answer to question 48 above.

51

21

3.4.2.7

See the answer to question 48 above.

# 52

Page # 21

RFP Section Reference 3.4.2.8

Question What optional security features are required?

Answer This addendum to the RFP has changed section 3.4.2.8 and added section 4.4.3.7, see Part 2 of this Addendum for the changes. This addendum to the RFP has changed section 3.4.2.11. See Part 2 of this Addendum for the changes. The State cannot delineate how QoS class identifiers will be used. The Bidders response should provide enough information on the available QoS Classes, how QoS attributes can be modified during an incident to meet local incident communication control requirements, and what the impact would be on the operation of the network for the State to make an informed decision. This addendum to the RFP has changed section 3.4.2.12. See Part 2 of this Addendum for the changes. See the answer to question 54 above

53

22

3.4.2.11

SECTION 3.4.2.11: Can the State clarify how it intends to use Quality of Service Class Identifiers on the network?

54

22

3.4.2.12

55

22

3.4.2.12

56

22

3.4.2.12

57

22

3.4.2.12

58

22

3.4.2.12

Please clarify meaning of "3GPP defined supplementary services pertinent to public safety". While user-to-user traffic can be supported via the LTE RAN/EPC, direct user-to-user communication is not part of the LTE standard nor is currently being considered for inclusion in subsequent releases. Is a non-standard non-interoperable solution required for direct communication desired? While application layer multicast and broadcast can be carried by the LTE system, optimized multicast/broadcast over the RAN requires eMBMS. Please clarify if requirement only pertains to IP layer multicast/broadcast. The system to be proposed supports the transport of IP traffic between users on the LTE network and servers. Is specific functionality beyond native transport of IP required to satisfy the needs of user to server communication? The system to be proposed supports the transport of IP traffic between machine on the network. Is specific functionality beyond native transport of IP required to

See answer to question 54 above

See answer to question 54 above

See answer to question 54 above

Page #

RFP Section Reference

Question satisfy the needs of machine to machine communication? The system shall efficiently support 3GPP defined supplementary services pertinent to public safety" Clarify and define supplementary service pertinent to Public Safety." "Traffic models generated by ubiquitous services for public safety" SECTION 3.4.2.14: Will the same IP address to be assigned even in cases of roaming? "LTE (RAN) shall support peak data rates in the available public safety band (the 10 MHz of spectrum.)" Define peak data rates and circumstances of operation produced by user behavior over various service classes. Will the State use its own private IP addressing scheme for devices?

Answer

59

22

3.4.2.12

See answer to question 54 above

60

22

3.4.2.12

No question was asked.

61

22

3.4.2.14

Section 3.4.2.14 is deleted by this Addendum.

62

22

3.4.2.18

This addendum to the RFP has revised Section 3.4.2.18, see Part 2 of this Addendum for the changes.

63

22

3.4.2.15

64

22

3.4.2.18

What type of applications will be used? What is the anticipated throughput speed, packet size, and peak sector throughput, based on allocated frequency?

This addendum to the RFP has revised Section 3.4.2.15, see Part 2 of this Addendum for the changes. The Bidder should supply private IP Network requirements (required address, subnets) in its response. We note that the FCC has issued a NPRM (FCC document 11-6, proceedings 06-150, 06-229, 07-100) that states that support of IPV6 may be required. The Bidder should in its proposal declare if its proposed network will support IPv6 in the initial deployment or the costs if any to add IPv6 support. This addendum to the RFP has revised Section 3.4.2.18, see Part 2 of this Addendum for the changes. The FCC in the Waiver Order granting the State authority to build this network required at a minimum 5 applications to be supported. These are 1) Internet access, 2) Virtual Private Network (VPN) access to any authorized site and to home networks, 3) a status or information home page, 4) provision of network access for users under the Incident Command System and 5) field based server applications. The Bidder shall in its response state how the proposed network will support these applications. In addition the Bidder shall

Page #

RFP Section Reference

Question

Answer state what other applications the proposed network will support. We note that the FCC has issued a NPRM (FCC document 11-6, referenced in section 1.2 of this RFP) that calls out other applications to be added to the list of must be supported applications. The Bidder in its response shall delineate what if any additional costs will be associated with the implementation of these applications. This addendum to the RFP has revised Section 3.4.2.19. See Part 2 of this Addendum for the changes. The proposed System shall support the priority levels as defined in the 3GPP Release 9 specifications. A) See answer to question 34e.

65

22

3.4.2.19

What ITU specification(s)pertain to this requirement? What type of "channel" is the requirement refering to? A) Given the dense Urban RF environment in this part of NJ, how would in-building coverage be handled? B) Is there a list of locations where some sort of an inbuilding solution or enhancements be needed (small scale or large scale DAS)? C) Are there any other locations with major coverage concerns such as tunnels, underground buildings, and/or special construction facilities? Please clarify whether the 95% area coverage reliability requirement is in reference to on-street, in-car portable, or inbuilding signal level thresholds. Do the extreme rural areas throughout the UASI (such as the State forest land in northern Passaic county and the Great Swamp in Morris County) count in the 95% ACR requirements calculations? Is the target coverage threshold outdoor coverage, in-car, or indoor coverage throughout the area? "Support of homogenous and heterogeneous handovers for seamless

66

23

3.4.2.21

B) Not applicable.

C) See revised Section 3.4.1, 3.4.2.21.1 and new sections 4.4.3.6.1 and 4.4.3.6.2, set forth in Part 2 of this Addendum.

67

23

3.4.2.21

See Answer to Question 19

68

23

3.4.2.21.1

See Answer to Questions 19 and 66.

69

23

3.4.2.21.1

See Answer to Question 19.

70

23

3.4.2.21.2

Section 3.4.2.21.3 is deleted by this Addendum. The System shall support both Intra-LTE and Inter-radio-access-

Page #

RFP Section Reference

Question roaming heterogeneous networks" Define homogenous and heterogeneous handovers and networks."

Answer technology (Inter-RAT) handovers within a public land mobile network (PLMN) and between (handovers both to and from) this public safety LTE system and the commercial cellular system providing the commercial roaming feature pursuant to revised Section 3.4.1. Also see revised section 3.4.2.21.1 and new sections 4.4.3.6.1 and 4.4.3.6.2 in Part 2 below The Bidder shall specify in is 3GPP Release 9 compliance matrix (see revised Section 3.4.2.1 and new section 4.9), the specific 3GPP technical specifications to which its proposed solution is compliant. See Answer to Question 16.

71

23

3.4.2.21.4

72

23

3.4.2.21.7

73

23

3.4.2.21.7

74

23

3.4.2.21.11

75

23

3.4.2.21.11

"Full compatibility with features and functions as described by P-25 and published in EIA/TIA 102 documents, and migration path from existing LMR/P-25 to LTE" Specify features and functions required. "Full compliance with current and future 3GPP and FCC Interoperability rules." Clarification and specifics required on the extent of complying to "future" rules and releases. Are specific features of future 3GPP releases required? Ability to support future capabilities will be dependent on whether support is driven by software or hardware. For capacity planning and forecasting, will the State be providing quarterly or yearly input in order for the Contractor to address the States growing needs? a) Could the state please clarify the 150% growth reference? Does the 150% growth include the user count above and beyond the initial user count of 20,000 making total user count of 50,000 or total user count would be at 30,000 making 150% as total user count for the system? b) Also, could the state please clarify how many users are anticipated on the system at

Section 3.4.2.21.7 is deleted by this Addendum. See also revised Section 5.5.1.

See the answer to question 72 above.

Section 3.4.2.21.11 is changed by this Addendum. See Part 2 for the revised language.

See answer to question 74 above.

Page #

RFP Section Reference

Question the time of system acceptance? a) Is it acceptable to provide battery backup instead of a UPS at the radio (eNB) sites? b) If so, what duration is required? a) Can the State of NJ provide data center comm room site information to the respondents, including power, HVAC, physical space? b) Will the State require the LTE Core to be at an existing data center(s)? Does the respondent need to assume the Core needs to include its own UPS?

Answer

76

24

3.4.2.21.13

Bidders may propose any backup solution that meets the requirements of Section 3.4.2.21.13.

77

24

3.4.2.21.13

Section 3.4.2.21.13 is changed by this Addendum. See Part 2 for the revised language. a) Bidders response should include required space, power and environment required to support their system only to the extent that they are using State facilities. b) No. The State does not express a preference for the EPC locations, whether the Bidder proposes that the EPC be owned by the State or by the Bidder. The Bidder shall propose a solution with EPC locations that best fit that solution and meet the requirements of this RFP. If the Bidder proposes that the EPC be located at a State facility(ies), the facilities will be the States data centers in West Trenton and Woodbridge. Section 3.4.3.1 is deleted by this Addendum.

78

24

3.4.3.1

79

24

3.4.3.2

"The System shall be configured to provide communications within the specified radio coverage area. The system shall be designed to meet the end subscribers requirements and provide the subscribers with their communication needs with a minimum of manual intervention." What are the end subscriber requirements and communication needs and what is the context of manual intervention? "System shall allow mobile device to enter into an individual, one-to-one call (talk around). This feature is mandatory as it allows first responders to communicate with each other when their mobile devices are unable to connect to the network. (E.g. first responder is in an area that lacks adequate radio

Section 3.4.3.2 is deleted by this Addendum.

Page #

RFP Section Reference

Question coverage, or when the System becomes inoperable due to natural or man-made disaster)." This feature is currently not supported in the standard. Is the State envisioning another technique outside the standard such as a proprietary solution? "Subscribers requesting access on a busy system shall be placed in queue and called back when a channel is available" This feature is currently not supported in the standard. Is the State referring to a proprietary solution for system access that's based on a voice-centric network? "The Mobile Device shall automatically initiate retries on a random basis anytime a channel access request is not successfully transmitted/received" This feature is currently not supported in the standard. Is the State referring to a proprietary solution for system access that's based on a voice-centric network? Is there a specific application regarding the use of the Talk Around feature, as well as the range of expected operation and the RF environment that will be used? Are the call functions refering to voice (PTT) call functions, or are these more generic session management functions? Most of these capabilities are not supported in the LTE standard. Is it the intent to have all of these call functions available and active at acceptance? Does the state envision a specific device that these functions would operate on? Is Talk Around required for all

Answer

80

24

3.4.3.2

See answer to question 79.

81

24

3.4.3.2

See answer to question 79.

82

24

3.4.3.2

See answer to question 79.

83

24

3.4.3.2

See answer to question 79.

84

24

3.4.3.2

See answer to question 79.

85

24

3.4.3.2

See answer to question 79.

Page #

RFP Section Reference

Question device types (1-4), or for specific ones? What are the specific Talk Around requirements, if any? Frequency used? Supported services? Other? Is WiFi Direct an option? Are Location Aware Real Time Services required for all device types (1-4), or for specific ones? Are there specific services required for Location Aware Real Time Services? Currently, there are no devices available to support mobile device to mobile device call (talk around). Would the State consider making this and other voice requirements part of a Phase 2 in 2013? Regarding the term mobile device call functions, what does this term mean? Is this a vendor specific term or specific to land mobile radio? If the State requires the Contractor to staff a local NOC and/or help desk at the primary data center in West Trenton and Woodbridge, will that be staffed 7x24x365? Does the State require the contractor to staff a local NOC and/or help desk at the primary data center in West Trenton and Woodbridge? Or can the network be remotely monitored from a respondent's location of choice? If the State requires a local NOC to be staffed in West Trenton and Woodbridge, can the State provide information on existing ticketing systems and/or north-bound monitoring platforms in use today which could be leveraged to contain

Answer

86

24

3.4.3.2

See answer to question 79.

87

24

3.4.3.2

See answer to question 79.

88

24

3.4.3.2

See answer to question 79.

89

24

3.4.4

The Contractor is not required to staff any local NOC or help desk.

90

24

3.4.4

See revised Sections 3.0 and 3.4.4.1, set forth in Part 2 of this Addendum. The Contractor must staff the NOC and help desk as per revised Section 3.0. The State is not specifying a particular location for the NOC and help desk and the Bidder to propose the site of its choosing. If the NOC and help desk are proposed to be in a State facility, the facility will be either the State data center in West Trenton or Woodbridge.

# 91

Page # 24

RFP Section Reference 3.4.4

Question costs? The Contractor is required to supply a Network Management System. The functional appears to be geared toward device management. Is it the States intention to manage the devices and have the Contractor manage and monitor the RAN infrastructure

Answer The Bidder shall include in its proposed solution all of the necessary functionality to manage both the network and user devices. The Bidder shall specify a responsibility matrix that distinguishes the roles and responsibilities of the Contractor from the roles and responsibilities of the State. The State shall have administrative responsibilities for provisioning and managing devices and subscriber accounts, similar to the way large enterprises manage wireless accounts with commercial carriers. Contractor shall provide Tier 1 and Tier 2 subscriber support. See the answer to question 90 above.

92

24

3.4.4.1

What is the location of the primary Core (EPC)? If a georedundant Core (EPC) is deployed, what location would it be deployed in? Regarding the Network Management System, are vendors providing the system only or the system and staffing? Will subscriber management be handled at the state level? If not, how many entities would need to do their own subscriber management in each phase of the project?

93

24

3.4.4.1

The Bidder shall provide the system and the staffing, but State shall perform the administrative responsibilities described in response to questions 90 and 91. See revised Section 3.4.4.2, set forth in Part 2 of this Addendum. See also answer to question 91. The Contractor shall perform all required subscriber management functions. The Bidder shall distinguish (responsibility matrix) the States role vs the Contractors role in managing and operating these functions. See revised Section 3.4.4.2, set forth in Part 2 of this Addendum. The contractor is responsible for testing and certifying all devices qualified to operate in the network. See revised Section 3.4.4.2, set forth in Part 2 of this Addendum. The Contractors proposed solution shall define any nonstandard QCIs that would be used for individual subscribers and how these would be used for managing subscribers. The Contractors proposed solution shall also define any differences in user priorities and traffic type priorities. See revised Section 3.4.4.2, set forth in Part 2 of this Addendum. The Network Management System shall provide both real time alarms as well as diagnostic information.

94

25

3.4.4.2

95

25

3.4.4.2

96

25

3.4.4.2

How will initial and ongoing device activation be handled in terms of testing and certification? Does the State want the capability to attach QCI to individual subscribers through the Network Management System or is the intent for the State to identify specific traffic for the Contractor to manage on the RAN? Will the Network Management System require real time alarms and diagnostic information, or just historical information?

97

25

3.4.4.2

# 98 99

Page # 26 26

RFP Section Reference 3.5 3.5

Question In reference to Page 26, Section 3.5Does the State expect a new microwave network to be proposed to support this 700Mhz BB network? If not, can the State provide information the existing microwave network including locations and capacity availability?

Answer Since the question was never fully defined, it cannot be answered. See revised subsections of Section 3.5, set forth in Part 2 of this Addendum. The Bidder shall propose backhaul facilities necessary to support the System and meet the requirements of the RFP. Backhaul may be microwave or fiber-optic and may use existing or new facilities, or both depending on suitability as determined by the Contractor. The State cannot provide further information regarding existing facilities. See revised sub sections of Section 3.5, set forth in Part 2 of this Addendum. It is up to the Bidder to design the backhaul network to the identified backhaul aggregation sites. The State cannot provide further information regarding existing facilities. See revised subsections of Section 3.5, set forth in Part 2 of this Addendum. It is the States requirement that the Contractor shall perform all necessary analysis of existing structures. If new construction on government sites is required by the Contractors design, the Contractor shall supply the design documents for the structure before construction starts. See revised subsections of Section 3.5, set forth in Part 2 of this Addendum. This Addendum has modified this paragraph. Backup Power has been removed from this statement.

100

26

3.5.1

Is a detailed list of backhaul circuits and transport topology available under NDA?

101

26

3.5.2.2

Is it state's expectation that vendor shall include a tower structural analysis for all tower sites proposed in the design?

102

27

3.5.2.5

103

28

3.6.4

"The key entities in LTE/EPC, backhaul, alternate routing power systems, and their automated kick in (in case of fault) shall be provided in sufficient redundancy to ensure 99.999% reliability. Usually the 99.999% criteria refers to the radio link reliability. Does the state also want all substems at the site to operate at that same reliability? Exhibit B does not contain a column for class to identify the sites as defined in section 3.6.4, please clarify. The definition for suitable appears to indicate the towers should have sufficient height for antenna systems but does not specifically indicate if the rest of the RFP required infrastructure is currently

See revised Section 3.6.4, set forth in Part 2 of this Addendum. See also revised Section 3.0 and revised Exhibit B Tower Sites posted as Attachment #3. With regard to the additional costs caused by required changes to State or local government-owned sites, Bidder should propose an approach to addressing such costs, keeping in mind the budgetary limitations imposed by the grant funding

Page #

RFP Section Reference

Question existing and has spare capacity, e.g. shelters, generators, etc Can you clafiy how this should be priced on a site by site basis? This RFP section indicates the government will provide the winning bidder, defined as the contractor, an analysis/study performed by a third party which will verfiy if the tower passes environmental requirements. It further states the contractor will do what is necessary to remedy if the tower does not fulfill the requirements. Is the cost for this remedy to be included in vendors baseline bid or will the government use the change order process to pay for it? Is the contractor expected to include the cost for any required tower mods in the baseline bid prior to any structural analysis being supplied or run with the proposed new loads? This section states that the State of NJ will provide the Contractor the analysis/study (performed by the third party) for each Class I, II, & III tower verifying if the tower passes the environmental requirements. Contractor shall do what is necessary to remedy if a tower does not fulfill the specified requirements. Do respondents need to assume for costing purposes that no tower modifications are required? Or will the State provide the respondents the tower structural analysis studies for costing and evaluation purposes. Does the State have a defined model/device it has identified or is the model/device up to the Carrier?

Answer and described in Section 1.2.2.2 as set forth in Part 2 of this Addendum.

104

28

3.6.4

See the answer to question 103.

105

28

3.6.4

See the answer to question 103.

106

28

3.6.5

This Addendum revised this section. See Part 2 for revised language. Also see the answer to question 48 above.

# 107

Page # 28

RFP Section Reference 3.6.5

Question Are there specific device form factors requested for each tier in the device classifications? How many subscribers are included in each tier of the device classifications? Is the State of NJ requesting devices that support WiMAX? If so, what tier(s) need to have WiMAX support? Would the SONJ clarify its use of WiMAX and clarify how it anticipates roaming between LTE and WiMAX to function?

Answer See answer to question 106, above.

108

28

3.6.5

109

28

3.6.5.1

Interoperability with Legacy New Jersey Systems. Please identify the legacy systems by network, trunked or conventional, channels and talk groups, radio, handsets, number of talk groups, channels, etc Will interoperability with legacy VoIP systems be required. What are the legacy New Jersey Systems that we need to interoperate with? How many legacy systems are there? Is unlicensed microwave acceptable for deployment of the SOW since licensed microwave requires fixed coordinates for the SOW? Can the SOW (site on Wheels) use unlicensed microwave for its backhaul connection instead of licensed microwave to allow for flexibility in its deployment scheme? Are satellite backhaul solutions acceptable too?

This Addendum revised this section; see Part 2 for revised language. Also, see answer to question 16, above, regarding support for legacy networks. There is no requirement in this RFP for roaming between LTE and WiMAX unless Bidder proposes to provide the commercial roaming feature required in revised Section 3.4.3, and new section 4.6 via a WiMAX network. This Addendum deletes this Section. Also, see answer to question 16, above.

110

28

3.6.5.1

This Addendum deletes this Section. Also, see answer to question 16, above. This Addendum deletes this Section. Also, see answer to question 16, above. This Addendum revised this section and renumbered it 3.6.6. See Part 2 for revised language. Also, see answer to Question 113 below. This Addendum revised this section and renumbered it 3.6.6; see Part 2 for revised language. The Bidder shall propose the most advantageous backhaul solution for the SOW(s) and detail why the Bidder believes that the chosen solutions(s) are the best for the State. The solution shall be the most advantageous to the state and must meet the requirements of the 3GPP specifications, including time delays.

111 112

28 28

3.6.5.1 3.6.6.1

113

28

3.6.6.1

# 114

Page # 28

RFP Section Reference 3.6.6.1

Question Will we be expected to do maintenance on the Site on Wheels (called SOW)? Will the SOW be purchased and part of the project cost integrated into the final pricing or this it a temporary SOW deployment by the contractor and will be removed once the system is operational?

Answer See the answer to question 113 above

115

28

3.6.6.1

This Addendum revised this section and renumbered it 3.6.6. See Part 2 for revised language. Yes. The State will purchase the SOW and the price per SOW must be included in the revised Price Sheets posted to the website, Table X-22. Also in Table X-22 of the revised Price Sheets, the Bidder must include the per deployment cost to activate, operate and de-activate the SOW. This Addendum revised this section and renumbered it 3.6.6. See Part 2 for revised language. Also, see answer to Question 115 above. This Addendum revised this section and renumbered it 3.6.6; see Part 2 for revised language. The SOW will be an integral part of the project, included in the Bidders pricing proposal. See revised Section 3.6.5, and new section 4.6 set forth in Part 2 of this Addendum. See also the answer to question 108 regarding WiMAX. Though not a requirement under this RFP, supplemental WiFi may be beneficial in certain use cases to provide connectivity separate from the public safety LTE network, and may be proposed by Bidder. Nonetheless, Bidders should be clear that this RFP specifically requires an LTE system operating in Band 14 (Public Safety) spectrum. The FCC has mandated that systems in this band must be built to 3GPP specifications (see FCC documents referenced in revised Section 1.2). See revised Section 3.6.5, set forth in Part 2 of this Addendum. See the answer to question 16, above. See revised Section 3.6.5, set forth in Part 2 of this Addendum. See the answer to question 16, above.

116

28

3.6.6.1

Does the State plan to use its personnel to operate the SOW? Who will ensure parameter setting, establishing microwave connection and getting all Site on Wheels (SOWs) operable in case of emergency? What is the use case for WiFi? What is the use case for WiMAX?

117

28

3.6.6.1

118

28

3.6.4

119

28

3.6.4

120

28

3.6.4

121

28

3.6.5

What are the functional requirements for interworking with legacy networks? Is Legacy New Jersey Systems the same as legacy networks? Please provide a description of the Legacy New Jersey systems. If vehicular routers are part of the device form factors which the State would like to see

Yes. Note also that this Addendum revised this section; see Part 2 for revised language.

Page #

RFP Section Reference

Question priced will installation costs and de-installation/repair costs be required for pricing in Table X-8? Will legacy equipment be colocated with the 700 MHz LTE/EPC equipment in the shelters?

Answer

122

29

3.7

See the answer to question 16, above. To the extent that Bidder proposes to use State or local government-owned shelters, it is possible that legacy equipment may be collocated with 700 MHz LTE System equipment in those shelters See the answer to question 24, above, regarding zoning. a) See revised Section 3.0 regarding site suitability. b) The State will assist the Contractor with zoning by supplying known information about the site and a representative for hearings. c) See answer to question 124, below, regarding generator operation, a) It is up to the Contractor to determine where and how backup power is supplied. Regardless of the source of backup power, the State requires that the Contractor meet all local and State regulations regarding the installation of backup power systems such as generators. b) There is no specific requirement for any particular source of fuel for backup systems. If on site fuel is required the Contractor must meet all local and State regulations regarding the installation and maintenance of fuel storage tanks. The State cannot facilitate site visits. The State does not have engineering surveys for the proposed sites, All available information on the proposed sites is listed on revised Exhibit B (Attachment #3) and the Environmental Assessment (Attachment #4) that was done for each site. As stated in section 3.0, the Bidder may propose alternate sites for RAN and/or RAN aggregation points where necessary to achieve the Coverage Area Commitment as defined in this RRP. See revised Section 3.0 in Part 2 of this Addendum.

123

29

3.7.1

a) Are suitable sites zoned for generator and fuel for indefinite operation? b) If not, will the State assist with zoning?

c) Will the State specify the required duration vs. indefinite?

124

29

3.7.1

a) Are the generators to be integrated into a separate room within the shelter?

b) Is there a requirement for propane or Diesel.

125

29

3.7.1 3.7.15 3.7.16

These sections state that the Contractor shall inspect all existing shelters, fencing and gates to determine whether they are acceptable. Should these be non acceptable, the Contractor will furnish and install a fully equipped shelter, fencing and/or gate. Will the State provide all respondents an equal opportunity to visit all the available sites to support this due diligence? Or can the State provide site specific information to all the

Page #

RFP Section Reference

Question respondents including physical conditions, existing equipment and power, HVAC, space availability, tower loading, existing roads, existing fencing and existing security systems? The State specifies that the UPS system shall be designed to provide capacity to power any alarms, modems, amplifiers, or other ancillary equipment at the base station site required to keep the site fully operational for ten (10) minutes, at a maximum design load plus twenty-five (25 %) future growth. In Section 3.7.13, the State specifies that GENERATOR FUEL STORAGE SYSTEM shall be sized to provide One Hundred Twenty (120) hours operation at full rated load. Please clarify the hours of operation for which the UPS system should be designed. Is the requirement for 120 hours of backup power, to include a day tank if necessary, going to be given any relief based on implementation issues, environmental studies or permit requirements, mission critical requirements, etc...? Section 3.7.1 specifies that the emergency power system shall run until power is restored or it is manually turned off. The timeframe until restoration can be considered indefinite, whereas Section 3.7.13 specifies a duration of 120 hours. Will the State clarify its requirement? Theres discussion of road construction for ingress to sites. Are we responsible for that road maintenance going forward in O&M? We are to install AC utility to each new site. Are we responsible for the recurring utility payments?

Answer

126

31

3.7.10

This Addendum revised Section 3.7.13 to reduce the operation hours to 72 hours. See Part 2 for revised language. The Bidder shall propose a backup power system capable of providing uninterruptible power to the location(s). The Bidder should delineate the type of backup power system(s) being proposed, including what if any carry over time period will be required between loss of power and the availability of locally generated power. The Contractor should delineate how the proposal will meet the (as revised) 72 hour requirement and the reliability of the proposed solution. Also see the answer to question 128, below.

127

32

3.7.13

This Addendum revised Section 3.7.13 to reduce the operation hours to 72 hours. See Part 2 for revised language. The State cannot grant any relief from any State, local or national regulations regarding the installation and maintenance of backup power sources.

128

32

3.7.13

This Addendum revised Section 3.7.13 to reduce the operation hours to 72 hours. See Part 2 for revised language. The requirement for backup power is (as revised) 72 contiguous hours.

129

33

3.7.17

See Answer to Question 154

130

33

3.7.18

See answer to Question 154

# 131

Page # 33

RFP Section Reference 3.8

Question Does the government have a set of established criteria to provide for defining a major interruption of services?

Answer This Addendum revised Section 3.8; see Part 2 for revised language. See also new Section 3.8.13.1.1 and 4.5any outage that meets the definition of Critical or Major under 3.8.13.1.1 is considered a major interruption of services. This Addendum deletes Section 3.8.11.

132

36

3.8.11

133

36

3.8.11

134

38

3.9.1 and 3.9.2

135

38

3.9.2 and 3.9.4

136

38

3.9.4

if any two contiguous grids fail, additional testing shall be required Request clarification: Consideration is only given to grid cells that are within the proposed coverage area. added to the passed grids for the purpose of determining 99 percent area coverage in a district Request clarification: The district requirement for 99% coverage exceeds that of the state minimum requirement for 95% coverage The M&IP2WP and the OP2YWP timelines dont mesh. M&I begins at the date of final system acceptance which we assume is all 3 phases. Yet OP says its from the date of the first user group or phase cutover. Will we be on separate timelines for M&I and OP? As part of the OPPWP, define programming and configuration management. Is this programming management and configuration management or is this configuration management of programming? Is the State looking to incorporate a fleet management/AVL solution as an application on the network when it states "fleet map development and maintenance?" If the State is looking for a fleet management/AVL solution, are there particular requirements developed for the solution or what is the intended use of an AVL and/or fleet management solution?

See the answer to question 132, above.

This Addendum revises Section 3.9.2. See Part 2 for revised language. The periods for both M&IP2WP and OP2YWP begin at final system acceptance.

This Addendum revises Section 3.9.4. See Part 2 for the revised language.

This Addendum revises Section 3.9.4. See Part 2 for the revised language. The section no longer references fleet map development.

Page #

RFP Section Reference

Question Should the fleet management/AVL solution be priced as an optional component? Can the State provide their definition of "fleet map development and maintenance?" How many participants are expected for each of the training areas? Backhaul Equipment & Operations EPC Equipment & Operations RAN Equipment & Operations Equipment & Operations of M&O Center Mobile Device and Operations Train-the-Trainer Will the State relax this requirement where URLs are presented solely for supplemental and informational purposes only? This section of the RFP specifies appropriate locations within Volume 1 for responses to RFP sections through section 4.4.4. However, the pricing schedule is mislabeled as Section 4.4.5 and locations for responses to actual sections 4.4.5-4.4.10 are not specified. Please clarify the correct location (in Volume 1, Section 3, in new Section 4, or other) for these RFP response sections. There are not clear instructions in this section or within the eBid tool as to the correct upload location for response Volume 1. The most logical eBid location for this volume seems to be the "Attached Documents Work Area". Please confirm this is the correct location to upload

Answer

137

38

3.10

The Bidder should provide in its proposal what cost if any will be required per class and the maximum number of participants per class.

138

42

4.1

139

43

4.4

No. Since the URL can be updated after the proposal is submitted, this could constitute a change in the proposal which may render the proposal non-responsive and ineligible for an award. This Addendum revises Section 4.4; see Part 2 for the revised language.

140

43

4.4

See answer to question 139, above. Also, please review RFP Section 1.3.3 for training opportunities. Volume 1 should be uploaded via the Attach Documents Work Area by clicking on the Attachment button.

# 141

Page # 43

RFP Section Reference 4.4

Question response Volume 1. Section 4.4.5 is labeled Experience with Contracts of Similar Size and Scope. It is assumed that the correct reference should be to Section 4.4.11. Please confirm. Content lists the price schedule as 4.4.5. But in the RFP, price schedule is 4.4.11. Please clarify if 4.4.5 Disaster recovery plan 4.4.6 technology roadmap 4.4.7 system propagation analysis 4.4.8 FCC spectrum frequency requirements 4.4.9 bidder proposed new sites 4.4.10 warranty are to be included in volume 3 of the response. Signatory Page. Form 12-x22195 Signatory Page. Please clarify the expiration date listed on the form.

Answer See answer to question 139, above. The assumption is correct.

142

43

4.4

See answer to question 139 and 141 above.

143

43

4.4.1.1

144

45

4.4.2.2

145

48

4.4.4.3

In this section of the RFP, it is requested that "the bidder should submit a copy of its valid Business Registration Certificate and those of any named subcontractors with its bid proposal." Should this documentation be included within Volume 1 or submitted separately? If separately, where within eBid tool should it be uploaded? Does the State reserve the right to approve the resumes submitted? If so, is there a timeframe for notice and approval of substitution of staff? Section 4.4, Bid Proposal Content, does not specify where the vendor response should include its response to this section. Please clarify. In this section of the RFP, it is

Please see RFP Section 5.2 and the final paragraph in Section 3.0. The contract expiration date will be based on the date awarded and the terms contained in the above sections. Please see revision described in Part 2 for the Signatory Page. A copy of the Business Registration Certificates should be included in Volume 1 of the proposal. Please see answer to question 139 above.

The Bidder will be evaluated based on the resumes submitted. Once the proposal is submitted, the proposed personnel cannot be substituted until after contract award.

146

50

4.4.5

The response to Section 4.4.5 should be in Volume 1. Please see answer to question 139 above.

147

49

4.4.6

The requested Bidder financial documents

Page #

RFP Section Reference

Question requested that "the bidder should submit certified financial statements to include a balance sheet, income statement and statement of cash flow, and all applicable notes for the most recent calendar year or the bidders most recent fiscal year." Should this be included within Volume 1 or submitted separately? If separately, where within eBid tool should it be uploaded? Section 4.4, Bid Proposal Content, does not specify where the vendor response should include its response to this section. Please clarify. Section 4.4, Bid Proposal Content, does not specify where the vendor response should include its response to this section. Please clarify. Section 4.4, Bid Proposal Content, does not specify where the vendor response should include its response to this section. Please clarify. Section 4.4, Bid Proposal Content, does not specify where the vendor response should include its response to this section. Please clarify. Relative to proposed new sites. What is contractors responsibility relative ongoing maintenance of site infrastructure like towers, shelters, generators. Etc.? Section 4.4, Bid Proposal Content, does not specify where the vendor response should include its response to this section. Please clarify. Are we responsible for maintaining legacy towers, equipment? Or do the owners of those towers do the maintenance of their systems, shelters, etc? In the last sentence: typo shallould, is it shall or

Answer shall be submitted in Volume 1 of the proposal. Please see answer to question 139 above.

148

50

4.4.6

The response to Section 4.4.6 should be in Volume 1. Please see answer to question 139 above.

149

51

4.4.7

The response to Section 4.4.7 should be in Volume 1. Please see answer to question 139 above.

150

51

4.4.8

The response to Section 4.4.8 should be in Volume 1. Please see answer to question 139 above.

151

51

4.4.9

The response to Section 4.4.9 should be in Volume 1. Please see answer to question 139 above.

152

51

4.4.9

The Addendum deleted Section 4.4.9.

153

51

4.4.10

The response to Section 4.4.10 should be in Volume 1. Please see answer to question 139 above.

154

51

4.4.10

The Contractor is responsible for maintaining the equipment and infrastructure Contractor deploys under this RFP.

155

51

4.4.10.1

The correct word is shall. Please see change to Section 4.4.10.1 in Part 2,

# 156

Page # 51

RFP Section Reference 4.4.10.1

Question should? Regarding renewal option for years 9-11 shallould [sic] include Please revise this typographical error to clarify this as a requirement or a preference (shall v. should). Should vendors identify its exceptions to the terms and conditions in this section? If not, please advise where vendor exceptions should be included.

Answer below. Please see answer to question 155 above.

157

54

5.1

158

54

5.1

159

57

5.9

Should vendors have additional terms and conditions that supplement, but do not conflict with, the States terms and conditions, should such terms be included in this section? If not, where? Are subcontractors required to have any special security clearance? Is the cost of roaming airtime on the commercial network included in the firm, fixed price requirement? If not, will the State address the issue of roaming charges? How does the State expect to be billed?

160

63

5.22

161

65

5.23.3

162

68

6.4.2

Regarding professional liability insurance, will proof of self insurance from the vendor be acceptable to the state? Which cost components from the cost tables will be added by the State to calculate the total bid price for cost evaluation purposes? If devices are to be included in the total bid price for

If a Bidder takes exception to terms and condition that are a part of this RFP, those exceptions shall all be grouped together under a Bidder provided tab in Volume 1 of the proposal. The exception shall contain the Bidders remedy. If the State will not/cannot accept the exception, the Bidder may be given an opportunity to withdraw the exception and agree to the term and/or condition. Failure to withdraw the exception could result in the proposal being deemed non-responsive and ineligible for an award. Additional terms and conditions shall be documented in the same tab as discussed in Question 157 above. Similar to exceptions, should the State not accept the additional terms and conditions, the proposal may be deemed non-responsive and ineligible for an award. Subcontractors must meet all requirements under Section 5.9 dependent on the subcontractors role related to access to the States data. See answer to question 41, above. Bidders should include any costs associated with commercial roaming airtime in their proposal. Such costs incurred after System acceptance, however, should be considered operational and not included in the capital costs covered by the federal grant. See revised Section 1.2.2.2, set forth in Part 2 of this Addendum. The contractor must comply with the requirements in 5.23.3. Proof of selfinsurance will not be acceptable. The State does not provide cost evaluation criteria prior to the bid opening. The cost evaluation methodology is only made available after the notice of intent to award is released. See answer to question 48, above, regarding device types and volumes.

Page #

RFP Section Reference

Question

Answer

163

70

6.5

164

74

7.2

165

Attachment 2

166

N/A

Exhibit B

evaluation purposes, what quantity and form factor should be assumed for costing purposes? Whereas most, if not all, bid The State will still conduct a formal bid responses may be submitted opening where the names of all Bidders electronically, will the State still responding to this RFP will be announced. conduct a formal bid The list of responding Bidders will not opening? Will the vendor list automatically be distributed electronically be distributed electronically to to all Bidders. all bidders? What is the specified date There is no specified date for contract established for the award of award. As stated in Section 7.2, Contract this contract? Thank you. award[s] shall be made with reasonable promptness Please see answer to question 143, above. RAN.Layer-1 Interoperability This Addendum revises the section of With Legacy Systems - Please Attachment 2 entitled RAN /Layer-1provide the abreviations to be Interoperability With Legacy Systems. used in the explanation of the See Part 2 of this Addendum for the interoperability method. revised language. See also the answer to question 16, above, regarding RAN.Layer-1 Interoperability interoperability with legacy systems. With Legacy Systems - What LMR equipment is in each of the counties listed in Table X22? Can the State please clarify Please see revised Section 3.0, set forth in usable antenna heights for site Part 2 of this Addendum. IDs ESS-1 and MID-26 ? The lat and long coordinates and address information for the ESS-8 site do not match. Please clarify. We mailed in the Confidentiality Agreement last week. When can the documents be expected? Where do we submit the electronic version of the signed NDA? We have uploaded the attachment but have no notification if it has been received. Question regarding the NDA for the list of tower sites: can we load the signed NDA into the attachment area of eBid or must the NDA be mailed? Will we receive the list of sites quicker if we attachment the signed NDA in eBid?

167

N/A

Confidentiality Agreement

The Division of Purchase and Property has responded to all requests it received for the Tower Sites Attachment. Please see Addendum 1 previously submitted to the website. Confidentiality Agreements cannot be uploaded to the eBid system as the State will not receive them until after the Bidder completes the submission of its proposal. Please see Addendum 1 previously posted to the website.

168

N/A

Confidentiality Agreement

169

N/A

Confidentiality Agreement

# 170

Page # N/A

RFP Section Reference Confidentiality Agreement

Question The last paragraph of the Confidentiality Agreement (Attachment 1)refers to the Camden Police Department. If this is an error, we are looking for guidance on how to complete the form. Should we cross out Camden Police Department and handwrite State of NJ, or will SONJ release a corrected form? On the signatory page the contract expiration date is 1/31/1930. What is the correct year? 2030? 2013? a),What restration, if any, will we need to qualify as a bidder? b).Please clarify the meaning of "Disaster recovery" in the bid requiremnets? c).Will there be any installation deadlines? d).Do we need to have any particular certifications? If so, what are they? e).Could you clarify what you mean by 3 different business to portian the 25% minority owned business, etc.? f).Is there certain fianacial capabilities/proof that ou need us to provide?

Answer Please see Addendum 2 previously posted to the website.

171

N/A

Signatory Page

Please see RFP Section 5.2 and the final paragraph of Section 3.0. Please see the answer to question 143, above. a).Please see RFP Section 4.0 for the requirements on registrations and certifications that are needed at the time of bid submission and/or prior to award of a contract. b).Disaster Recovery is the act of restoring operations after a catastrophic event has interrupted the ability to operate normally. Also see revisions to Section 3.3, set forth in Part 2 of this Addendum c).The contractor shall meet the scheduling requirements set forth in revised Section 3.1. d).No particular certifications are required to respond to this RFP. e).See revised Section 4.4.1.4, set forth in Part 2 of this Addendum. f).For financial capability requirements, please see Section 4.4.4.6.

172

N/A

General

173

N/A

General

174

N/A

General

A pre-qualification RFI process was conducted by the State last year for a 700MHz Public Safety Network. Are responses to this RFP limited to only those parties who participated in the prequalification process last year, or is it now open to everyone? It appears that the backhaul required for the network identified in the RFP focuses

. This RFP process is open to any entity that wishes to submit a proposal.

Backhaul proposals may include either microwave or fiber, or both. In addition, backhaul may be provided over either

Page #

RFP Section Reference

Question solely on Microwave technology, while the prequalification RFIs scope of work identified an extensive fiber backhaul network to be constructed. Has the State moved away from the fiber network at this stage? Who will be choosing the equipment to be utilized for this network? There are many providers of BTS cabinets ranging from Motorola to Nortel. And by equipment I also mean antenna types. I.E.: some antenna configurations are multi band, use cat cables and required A/D RRUs to convert signals at the antenna. Others use coax. And yet still other use fiber when antenna configs are over 300 away.Fiber reqd satellite cabinets which are powered with a dc signal, meaning well need to place AC/DC converters at antenna locations and power them with 20A circuits each at a minimum. To design this network will not be difficult if the equipment specs are given to us. If they are not then the time to research each cabinet to fulfill their (NJ) requirements could be substantial and must be brought into light when bidding on this. Also, once the cabinets are installed. Theres no going back and adding a major component. the equipment must be spec out to meet their needs well before hand. I am a small business owner in Bloomfield, NJ. I have extensive experience in the build-out of wireless networks. I was the Director of RF Engineering, and later the Director of Operations and Optimization for Omnipoint Communications (later VoiceStream Wireless) from

Answer government-owned facilities, nongovernment-owned facilities, or both.

175

N/A

General

The Bidder should propose a complete solution that meets the specifications of the RFP. It is the Bidders responsibility to select its suppliers that can provide the equipment necessary for the Bidder to meet the requirements of this RFP.

176

N/A

General

The State does not have a list of small business Contractors on which to add the questioner. The State does not know who the Bidders will be so this information cannot be provided. The State believes the Contractor should know the field in its business environment.

Page #

RFP Section Reference

Question 1996 to 2002. I would like to be added to the list for small business for this solicitation. My business registration sequence number is 0544125, and my SBE Category I Certification Number is 5074120. I did a search under the RFP for my company, but did not find it listed. We are a SBE systems integrator interested in subcontracting on this project. Please advise the bidders' names so that we can approach them. To confirm only Small Business(s) can bid on this project - Correct? If so do we need to supply certification for bid submission or just prior to award?

Answer

177

N/A

General

The State does not know who the Bidders will be so this information cannot be provided. The State believes the Contractor should know the field in its business environment. That is not correct. This RFP is open to all manner of potential Bidders. This opportunity is not a Small Business set aside. The RFP has Small Business Subcontracting goals (See revised RFP Section 4.4.1.4, set forth in Part 2 of this Addendum). The Download All Documents link should be working. If not, you can download each document in the list individually.

178

N/A

General

179

N/A

General

180

N/A

Cost Proposal X-7a and X-7b

Please provide the necessary steps to down load the documents for bid/ Solicitation # 2012-X-22195. When clicking on Download All Documents, documents do not appear. a).Can the State estimate how many additional users for the Core would be required for a Statewide expansion? And how many users for a Regional expansion? b).Are we to use Exhibit C for the Regional expansion model? In regards to equipment pricing in tables such as X-2, RAN Per Site Cost Template, and X-3, Backhaul Per Site Cost Template, should bidder only price lump sum extended value for each item, or show unit price and quantity detail behind lump sum extended price?

a).See revised Section 3.4.2.21.11, set forth in Part 2 of this Addendum, regarding System capacity requirements. b).Exhibit C is for conceptual purposes only.

181

N/A

Cost Proposal

X-2 and X-3 are per site.

PART 2 MHZ LTE WIRELESS BROADBAND PUBLIC SAFETY NETWORK 12-X-22195 Additions, Deletions, Clarifications and Modifications to the RFP

# 1

Page #

RFP Section Reference 1.1

Additions, Deletions, Clarifications and Modifications The following paragraph is inserted after second paragraph of this section: In light of the extremely short implementation timeline permitted by the federal grant funds supporting this project (see Section 1.2.2.1, below), the State recognizes that deployment strategies contemplating assessment and use of government-owned sites or newly acquired sites may present difficult challenges. Accordingly, the State will consider any solution that can meet the technical, performance, financial and deployment requirements, including but not limited to solutions that rely upon existing Bidder infrastructure such as towers, backhaul, core, and subscriber management systems. The IMPORTANT NOTE: CONFIDENTIALITY AGREEMENT: paragraph is deleted from this RFP. The State has determined that the data contained in Exhibit B is not confidential and therefore language regarding confidentiality related to Exhibit B and/or tower sites is deleted. A revised Exhibit B containing updated information on tower sites is posted to the website as Attachment #3. This section is revised to read as follows: 1.2 BACKGROUND The State of New Jersey was granted a waiver by the FCC on May 11, 2010 to use the 700 MHz public safety broadband spectrum, (763-768 MHz and 793-798 MHz) subject to the requirements established in Federal Communications Commissions (FCC) Order in PS Docket 06-229, adopted on May 11, 2010 (FCC 10-79, Waiver Order) (http://hraunfoss.fcc.gov/edocs_public/attachmatch/FCC-10-79A1_Rcd.pdf). th Additional guidance was adopted on December 10 with FCC order DA102342 (http://hraunfoss.fcc.gov/edocs_public/attachmatch/DA-102342A1.doc) and FCC Fourth Report and Order adopted January 25, 2011 (http://hraunfoss.fcc.gov/edocs_public/attachmatch/FCC-11-6A1_Rcd.pdf ). On August 1, 2010 the State of New Jersey was awarded a $39.6 million grant from the National Telecommunication Information Administration`s (NTIA) Broadband Technology Opportunities Program (BTOP) (http://www2.ntia.doc.gov/) to support the construction of a wireless public safety network in the Northern New Jersey Urban Area Security Initiative (UASI) region of the State. The New Jersey Office of Information Technology (OIT) is managing the network build out. The funds will support network build out (including equipment and labor) and State administrative costs, but the grant requires a match valued at $11,550,000. It is the States intention to construct a Band Band 14 - 700 MHz Public Safety Interoperable Broadband Wireless Network (700 MHz-PSI-BWN or System) that will satisfy all applicable requirements of the FCC and the spectrum license holder. Bidder proposals must ensure that the System is in full compliance with all applicable requirements in effect during the period of the contract. The System will be designed and built to be a fully

1.1

1.2

Page #

RFP Section Reference

Additions, Deletions, Clarifications and Modifications interoperable segment of the future nationwide network. Authorized users of other LTE networks in the same spectrum will be able to roam seamlessly onto the New Jersey LTE Public Safety network. The 700 MHz PSI-BWN will consist of both a Radio Access Network (RAN) initially deployed in the NJ UASI Region and a Core Network to handle public safety communications traffic within the UASI region. The State wants the network is to be engineered and designed with the ability to scale to handle public safety communications traffic throughout New Jersey and possibly Northeastern United States. It is envisioned that a single carefully engineered single Core Network in the Northeast could be shared with the neighboring states (e.g. Connecticut, Maine, Massachusetts, New Hampshire, Rhode Island, Vermont, New York, Delaware, District of Columbia, Maryland, Pennsylvania, Virginia and W. Virginia, etc [Exhibit C] or, even large cities in FEMA regions I, II, and III. The State envisions forming an Alliance of these States as shown in Exhibit C. In this scenario the Core Network would be leased by the Alliance. It is the States intention to build RANs in other counties of New Jersey with similar grants in the future. The State reserves the right to expand the scope of work related to this RFP to other counties beyond the UASI district within New Jersey. Further, it is assumed that each Northeastern state will build out its own RANs. The Core Network built for the State of New Jersey will have the scalability to become the Core for all 4G/LTE public safety communications for the Northeast. To that end, OIT is seeking product and services proposals for a 700 MHz PSI-BWN from qualified respondents to help the State achieve its vision and goals. The following sections are added to the RFP as follows: 1.2.2 CRITICAL FEDERAL GRANT-RELATED REQUIREMENTS As noted above, this RFP and the associated project to provide a broadband wireless capability to public safety are funded by a federal BTOP grant. Bidders must recognize and accept the limitations imposed by the grant, including two particularly critical ones: the period of performance, and the match requirement. 1.2.2.1 GRANT PERIOD OF PERFORMANCE New Jersys BTOP award funds must be fully expended by July 31, 2013. Accordingly, the System contemplated herein must be fully deployed and accepted sufficiently in advance of that date, as specified in Section 3.1, below. Two-thirds of the BTOP award funds must be expended by July 31, 2012. Thus, as specified in Section 3.1, the project must be two-thirds completed sufficiently in advance of that date. As noted in Section 1.1, above, the State will consider any solution that can meet the BTOP period of performance requirements, including but not limited to solutions that rely upon existing Bidder infrastructure such as towers, backhaul, core, and subscriber management systems.

1.2.2

Page #

RFP Section Reference

Additions, Deletions, Clarifications and Modifications

1.2.2.2 TOTAL COST AND GRANT MATCHING REQUIREMENT The States $39,638,152.00 federal BTOP grant award provides only 77.4 percent of the overall value of the approved project. As a result, the State, through this RFP, is requesting proposals from the vendor community not only to use the $39.6 million award to implement the project, but also to identify and provide during the grant period the required matching amount ($11,550,000), be it in cash or in-kind contribution. In considering their proposal in response to this match requirement, Bidders should familiarize themselves with the applicable cost principles for match valuation, including those outlined in the CD-450 award document (http://www2.ntia.doc.gov/files/grantees/newjerseydeptoftreasury_infrastruct ure_cd-450.pdf) and described in detail in OMB Circular A-87 (http://www.whitehouse.gov/sites/default/files/omb/assets/omb/fedreg/2005/0 83105_a87.pdf). In order to protect the State from costs beyond those covered by the federal grant funding, Bidders should ensure that proposals do not contemplate payments for goods and services beyond a total of $37,638,152, which leaves $2,000,000 in grant funds to offset other project costs incurred by the State. This amount does not include operations and maintenance costs incurred after System acceptance; such costs are not allowable under the BTOP grant. 5 2.2 The following definitions are added to the section 2.2, or revised as reflected below: 2.2 CONTRACT-SPECIFIC DEFINITIONS BTOP - Broadband Technology Opportunity Program - The American Recovery and Reinvestment Act provided the Department of Commerces National Telecommunications and Information Administration (NTIA) with a $4.7 billion grant program to support the deployment of broadband infrastructure, enhance and expand public computer centers, encourage sustainable adoption of broadband service, and develop and maintain a nationwide public map of broadband service capability and availability. Core see EPC. Coverage Area Commitment (CAC) - The agreed to Design Coverage Area between the State and the Contractor. DRP Disaster Recovery Plan describes how vendor proposes to ensure System recovery from potential disasters EPC Evolved Packet Core or Core is the IP-based core network defined by 3GPP in Rel-9 standards for use by LTE and other access technologies. The goal of EPC is to provide simplified all-IP core network architecture to efficiently give access to various services. EPS Evolved Packet System or 700 MHz PSI-BWN - The RAN and the Core are collectively called Evolved Packet System or EPS.

Page #

RFP Section Reference

Additions, Deletions, Clarifications and Modifications Key Performance Indicators (KPI) Metrics for measuring system performance. Manage -- includes but is not limited to all necessary network monitoring, actions, repairs, optimization, summary reports, and procedures necessary to maintain the network infrastructure in proper operating condition per the specifications of this RFP. Modulation and Coding Scheme (MCS) - a table lookup number that defines the depth of modulation and forward error correction encoding for the air interfaces of 3GPP systems. On Street Mobile (Vehicular) Coverage Coverage levels that are obtained with a standard baseline 0 dBd roof mounted reference antenna at a nominal height of 6 above ground level. This definition is used for standardizing coverage predictions and plots. Operate -- includes but is not limited to all necessary actions required to support the subscribers of the network including daily operation changes such as subscriber adds, moves or deletions, reports or other procedures necessary for billing subscribers or roaming charges. RAN Radio Access Network is part of a mobile telecommunication system. It implements a radio access technology. Conceptually, it sits between the Mobile device and the core network (CN). The mobile device is varyingly known as user equipment (UE), terminal equipment, mobile station (MS). Roam Seamlessly - occurs when a System subscriber device is handed over (with session persistence) to the System RAN from an adjacent public safety Band-14 LTE RAN or vice-versa. Service Level Agreement (SLA) - Agreement to perform at or above a specified level of service, usually measured via KPIs Target Coverage Area (TCA) - The entire area of the 7 UASI Counties of Bergen, Passaic, Morris, Hudson, Essex, Union and Middlesex. eUTRAN Universal Terrestrial Radio Access Network is a collective term for the eNodeBs and Radio Network Controllers which make up the UMTS radio access network. X2 Interface between eNodeBs.

2.2

The following definition is removed from section 2.2: ACR (Area Coverage Reliability or Signal Reliability) The text of this section has been changed to the following: 3.0 SCOPE OF WORK The Contractor shall construct a Band 14 - 700 MHz Public Safety

3.0

Page #

RFP Section Reference

Additions, Deletions, Clarifications and Modifications Interoperable Broadband Wireless Network (700 MHz-PSI-BWN), hereinafter referred to as the System. The System shall satisfy all applicable requirements of the FCC, the spectrum license holder, or other controlling authority. The System must be and remain in full compliance with any and all such requirements in effect during the period of the contract. Given the current uncertain status of Band Class 14, spectrum contractor shall ensure that the System operates on all Band Class 14 spectrum allocated for public safety broadband services during the term of the contract. The System shall be designed and built to be fully interoperable with any other public safety LTE network operating in the allocated Band Class 14 spectrum. Authorized users of such other public safety Band Class 14 LTE networks must be able to roam seamlessly onto and off of the New Jersey LTE Public Safety network. The System has two major components: (1) Radio Access Network (RAN); and, (2) Long Term Evolution (LTE) Core The Contractor shall have complete responsibility for engineering, furnishing, licensing, and installing the System compliant with 3GPP Release 9. The contractor shall be responsible for system performance, including a guarantee of coverage; installation of System equipment; identification, selection and development of network sites, communication center interface equipment, transport backbone equipment, optimization of the LTE infrastructure and transport backbone; and the training of System users, network administrators, and maintenance personnel. The contractor must complete and pass all acceptance tests (see Section 3.8, below) of System components software and equipment to the satisfaction of the State. The Contractor shall construct a complete and fully operational system that meets or exceeds the specifications herein. If the Contractors system as installed does not meet the technical requirements of the contract, all additions or modifications required to meet those technical requirements to the satisfaction of the State shall be at the sole expense of the Contractor. This Request for Proposal (RFP) is divided into two parts: (a) Design, Build and Manage LTE Radio Access Network (RAN) for the UASI Region of the State of New Jersey. The RAN will be for Public Safety entities. The project design must contemplate future RAN extension throughout the SONJ. The State has identified and provided an inventory of government owned tower and other sites located throughout the UASI footprint (Exhibits D & E). The State makes no representations as to whether these sites are of sufficient height or can accommodate the antenna components required by the System; such determination is the responsibility of any Bidder wishing to make use of these sites. The State has further identifed specific towers that may potentially be connected to the States fiber backbone to allow for backhaul to the Core; again, the State makes no representations as to the fitness of these towers for such purpose and leaves any such determination to the Contractor. The Contractor may use the government owned sites or alternate sites for RAN and/or RAN aggregation points to achieve the Coverage Area Commitment as

Page #

RFP Section Reference

Additions, Deletions, Clarifications and Modifications defined in this RFP. (b) Design, Build, Manage and Operate the Core Network to handle all System traffic. The Core Network must be scalable to support a statewide network and designed such that it could be shared by among several similar networks in other states in the future. Thus the Core Network shall be capable of providing connectivity in a phased approach for: 1) Radio Access Network as initially built for the UASI region of the State of New Jersey; 2) Future Radio Access Networks in other parts of the State of New Jersey; and, 3) Future Radio Access Networks in other States. Upon System acceptance, the Contractor shall provide maintenance and operation services as requested by the State; Bidders shall describe and provide pricing for, as well as the option to purchase, such services. Upon notification to the Contractor no later than three months before the end of any purchased maintenance and operation period, the State may elect not to purchase additional maintenance and operation services and therefore allow the contract to expire. The contract shall not run longer than the term contained in Section 5.2, not including the allowable extensions.

3.1

The text of this section has been changed to the following: 3.1 Project Plan The Contractor shall undertake a three-phase approach to design and implementation of the System. In general, such phases are as follows: Phase 1: Hudson, Bergen Counties includes Radio Access Network(s) designed to backhaul aggregation sites used for this geographic area. Phase 2: Union, Middlesex Counties includes Radio Access Network(s) designed to backhaul aggregation sites used for this geographic area. Phase 3: Morris, Passaic, Essex Counties includes Radio Access Network(s) designed to backhaul aggregation sites used for this geographic area. Network monitoring and control equipment shall be furnished and installed with a view toward possible future extension to other geographic areas, as described in Section 1.2, above. Regardless of the location the of the central control and monitoring center, the Contractor shall provide the State monitoring and management capabilities from a State of New Jersey facility(ies) (See Section 3.4.4.1). 1. The entire implementation is required to be complete by June 15, 2013. In addition, the BTOP grant requires the implementation to be two thirds complete by July 31, 2012. In order to meet the rigorous timeline it is

Page #

RFP Section Reference

Additions, Deletions, Clarifications and Modifications expected that the phases will overlap; none need be completed prior to the start of another. The contractor must adhere to the schedule proposed in section 4.4.3.3 CONTRACT SCHEDULE. Any changes to the schedule must be approved by the State and cannot extend the st th July 31 2012 and June 15 , 2013 milestones. The text of this section has been changed to the following: 3.1.1 DETAILED DESIGN REVIEW Within each phase, the Contractor shall initiate a detailed design review process that includes the development of a detailed design plan for each major component of the system (RAN and Core) infrastructure, and, to the extent proposed, interoperability with existing/legacy public safety networks, backhaul, and facilities. The Detail Design Process shall mean the process by which the Contractor and the State finalize the technical details of each phase. This process shall result in a Contractor-developed Detailed Design Plan (DDP) which must be approved by the State. At a minimum, the DDP shall include, but not be limited to, radio frequency interference analysis, radio frequency coverage review, microwave design review, RAN and Core performance, compliance and interoperability, results of the site acquisition process, site-by-site equipment review, final statement of work by phase, equipment list revisions, and schedule adjustment for each phase. The Contractor shall ensure that work progresses according to the approved DDP. A Critical Path Method (CPM) based schedule/work plan including tasks, milestones, Work Breakdown Structure (WBS), and task duration shall be developed and maintained by the Contractor using Microsoft Project software. Contractor shall report progress on the project schedule bimonthly, including submission of the progress report (two hard copies and an electronic copy formatted as requested by the State) to the States Contract Manager. This section is revised to read as follows: 3.1.2 CONTRACT SCHEDULE Within one week of contract start-up, the Contractor shall update the preliminary contract schedule (described in Section 3.1.,above) and submit it to the State Contract Manager for approval. The Contractor shall continually update the contract schedule over the term of the contract. Any changes to the schedule must be approved by the State Contract Manager. Upon recognizing that the contract schedule cannot be met, the Contractor shall immediately notify the State Contract Manager of the issue. The contractor shall detail why the schedule cannot be met, what the impact of the delay is, and what remedial action is necessary to get the project back on schedule.

3.1.1

10

3.1.2

11

3.1.3

The following section is added to the RFP as follows: 3.1.3 RISK MANAGEMENT PLAN As part of the Project Plan required in this Section 3.1, Contractor shall also

Page #

RFP Section Reference

Additions, Deletions, Clarifications and Modifications provide a Risk Management Plan to identify all major project risks and risk mitigation actions. Contractor shall update the Risk Management Plan and review it with the State Contract Manager at least quarterly.

12

3.2

This section is revised to read as follows: 3.2 SYSTEM COMPONENTS AND SOFTWARE COMPATIBILITY AND INTEGRATION The Contractor shall furnish and install system components and/or software, together with any and all associated equipment it provides, as an integrated system that must operate in accordance with the specifications and representations stated in this RFP, including those requirements incorporated by reference. The Contractor may, with prior State approval, implement changes in the System (in the performance of the work or substitute components and/or software of more recent design) provided that any such changes, modifications, and substitutions, under normal use, do not degrade the systems performance, or result in any cost increase. For any post-acceptance alterations to the System functional components or software, Contractor shall perform regression testing to ensure continued system component and software compatibility. The State reserves the right to update a software version at the States expense for delivered system component(s) although the system meets the technical requirements outlined in this RFP.

13

3.3

This section is revised to read as follows: 3.3 DISASTER RECOVERY PLAN The Contractor shall provide a Disaster Recovery Plan (DRP) as detailed below The DRP shall address a sufficiently broad range of scenarios to capture and address the recovery challenges in responding to possible threats that might materially and adversely impact the operation of the Network. The plan shall address the inherently implemented aspects of the Network and planned resources available and actions taken after a disaster that provide the continuity and resiliency capabilities necessary to minimize and react to service disruptions in the Network after a disaster. At a minimum the DRP must address: Loss of the Network Monitoring site Loss of a single RAN Loss of a cluster of contiguous RAN sites Core Element hardware and/or software failure(s) Backhaul failures Natural disaster impacts and responses to these Fires or other total destruction of key network locations

Page #

RFP Section Reference

Additions, Deletions, Clarifications and Modifications Intentional sabotage of key network locations Outside IP network sabotage or attacks (Cyber Attacks)

The Contractor must address specific resiliency capabilities for mission critical network components, infrastructure, facilities and software at a minimum for: Network Monitoring Facilities Core Network Elements Aggregated Backhaul Elements Single Points of Vulnerability

The Contractor must state how: The SOW(s) described elsewhere in Section 3.6.6.1 of this RFP can be integrated into the DRP An alternate Core could be deployed if necessary Alternate Network Monitoring locations could be activated if necessary System spares will be maintained, and the quantities of spares required to address disaster recovery. What role the commercial roaming feature required in Section 3.4.3 below, will play in the DRP

The DRP shall address timelines required for elements of the DRP to be implemented in the event of a disaster.

14

3.4

The title of this section is revised to read as follows: 3.4 700 MHZ PSI-BWN SPECIFICATIONS All text contained in this section, including sub-sections is deleted and replaced as indicated below.

15

3.4.1

This section is revised to read as follows: 3.4.1 COVERAGE PRIORITIES Contractor shall adhere to the Coverage Area Commitment detailed in section 4.4.3.6.1. Coverage shall prioritize areas in all major population centers within the Target Coverage Area, as well as strategic locations such as major highways and thoroughfares; airports, bus terminals, rail stations and other transportation hubs; convention centers, sports arenas, and other venues that attract large crowds; areas susceptible to hurricanes, floods or other natural disasters; and strategic locations identified as vulnerable to terrorist attack.

# 16

Page #

RFP Section Reference 3.4.2.1

Additions, Deletions, Clarifications and Modifications This section is revised to read as follows: 3.4.2.1 Release 9 Compliance Matrix. Contractor must meet all 3GPP Release 9 Technical Specifications identified in section 4.9.

17

3.4.2.2

This section is revised to read as follows: 3.4.2.2 Mobility. Contractor shall comply with Mobility functionality identified in section 4.10.

18

3.4.2.3

This section is revised to read as follows: 3.4.2.3 The text in this section is deleted in its entirety. The section is nowintentionally left blank. This section is revised to read as follows: 3.4.2.4 Public Safety Roaming. Consistent with FCC requirements, the System must include the ability to roam (with handover) to and from other LTE public safety networks using the same frequencies as the System. Contractor shall ensure that a System subscriber device is handed over (with session persistence) to the System RAN from an adjacent public safety Band-14 LTE RAN when the device returns to System coverage.

19

3.4.2.4

20

3.4.2.5

This section is revised to read as follows: 3.4.2.5 Devices. Contractor shall provide at a minimum two types of user devices, as follows: Type 1: USB dongles with the necessary connection management software enabling use in Windows, Mac, and Linux computers and laptops. Type 2 : Mini PCI Express (also known as PCI Express Mini Card, or Mini PCI-E) embedded data cards that can be used in public safety end user devices such as Mobile Data Computer laptops (e.g., Panasonic Toughbook series) or ruggedized vehicle modems and/or routers). Driver software is required for these Mini PCI-E devices, enabling use in Windows laptops and Linux-based modems and routers. All devices in all categories must be FCC Type Certified.

21

3.4.2.6

This section is revised to read as follows: 3.4.2.6 This section intentionally left blank.

22

3.4.2.7

This section is revised to read as follows:

Page #

RFP Section Reference

Additions, Deletions, Clarifications and Modifications 3.4.2.7 This section intentionally left blank.

23

3.4.2.8

This section is revised to read as follows: 3.4.2.8 Security. Contractors security features shall ensure that the network can be used only by authorized individuals, that data transmitted over the network is secure, that the sender and receiver of the data are authenticated, and that the network is and remains secure. Contractor shall adhere to the Security requirements detailed in section 4.4.3.7. This section is revised to read as follows: 3.4.2.10 This section intentionally left blank.

24

3.4.2.10

25

3.4.2.11

This section is revised to read as follows: 3.4.2.11 LTE/EPC shall support all nine Quality of Service Class Identifiers (QCI) defined in 3GPP Release 9, with corresponding performance and latency requirements as detailed in 3GPP TS 22.278.

26

3.4.2.12

This section is revised to read as follows: 3.4.2.12 The System shall support traffic types as described in 3GPP Release 9.

27

3.4.2.13

This section is revised to read as follows: 3.4.2.13 This section intentionally left blank.

28

3.4.2.14

This section is revised to read as follows: 3.4.2.14 This section intentionally left blank.

29

3.4.2.15

This section is revised to read as follows: 3.4.2.15 The System shall support both IPv4 and IPv6 connectivity. IPv4 only, IPv6 only, and dual mode (IPv4/IPv6) terminals shall be supported. Interworking between terminals, servers and access systems supporting different versions of IP shall be possible. Mobility between access systems supporting different IP versions shall be supported with minimal network/terminal impacts.

30

3.4.2.16

This section is revised to read as follows: 3.4.2.16 This section intentionally left blank.

31

3.4.2.17

This section is revised to read as follows: 3.4.2.17 This section intentionally left blank.

# 32

Page #

RFP Section Reference 3.4.2.18

Additions, Deletions, Clarifications and Modifications This section is revised to read as follows: 3.4.2.18 The System should support all of the defined MCS (Modulation Coding Scheme) Indices in the Band 14 spectrum as defined in 3GPP Release 9 Standards. This section is revised to read as follows: 3.4.2.19 Priority Assignment. The System shall be capable of supporting all of the priority levels defined by the 3GPP specifications.

33

3.4.2.19

34

3.4.2.20

This section is revised to read as follows: 3.4.2.20 This section intentionally left blank.

35

3.4.2.21

Section 3.4.2.21 and its subsections are revised to read as follows: 3.4.2.21 Additional System Requirements 3.4.2.21.1 Coverage Area Commitment. The Contractor shall adhere to the Coverage Area Commitment detailed in section 4.4.3.6.2. The Coverage Area Commitment is the geographic area(s) where Contractor shall meet the coverage requirements of this RFP, including the throughput requirements of section 3.4.2.21.10. 3.4.2.21.2 This section intentionally left blank. 3.4.2.21.3 The Contractor may make use of existing towers specified in Exhibit (A and B), or make use of alternate sites/towers as necessary in its coverage approach. . 3.4.2.21.4 This section intentionally left blank. 3.4.2.21.5 Contractor shall work closely with the Regional Planning Committee (RPC). The Contractor shall prepare all frequency coordination and license applications for signature by the State. 3.4.2.21.6 Network monitoring, diagnostics, O&M and control, to be compliant with 3GPP LTE Rel-9. 3.4.2.21.7 This section intentionally left blank. 3.4.2.21.8 Based on Release 9, the following Interface requirements must be supported: Uu - LTE air interface S6a Visited MME to Home HSS S8 - Visited SGW to Home PGW S9 - Visited PCRF to Home PCRF for dynamic policy arbitration S10 - MME to MME support for Category 1 handover support X2 - eNodeB to eNodeB

Page #

RFP Section Reference

Additions, Deletions, Clarifications and Modifications S1-u - between eNodeB and SGW S1 - MME between eNodeB and MME S5 - between SGW and PGW S6a - between MME and HSS S11 - between MME and SGW SGi - between PGW and external PDN Gx - between PGW and PCRF (for QoS policy, filter policy and charging rules) Rx - between PCRF and AF located in a PDN Gy/Gz - offline/online charging interfaces 3.4.2.21.9 The System must be capable of modular expandability to accommodate user population growth as well as geographical network growth to potentially cover the entire State of New Jersey as well as additional states that may comprise a Northeast States Alliance as envisioned by the State. 3.4.2.21.10 Minimum Throughput Requirements - The minimum throughput of the System design shall be 768 Kbps in the downlink and 256 Kbps uplink at any location in the Coverage Area Commitment. The throughput is measured at the TCP/IP Layer. 3.4.2.21.11 System Capacity - The System shall be equipped with an initial capacity of 10,000 users. Contractor shall include options to purchase goods and services to add users in increments of 10,000 up to 100,000 users. 3.4.2.21.12 System Redundancy/Fault Tolerance - The System shall provide redundancy in the form of fault tolerance. For fault tolerance, the equipment shall detect and automatically recover from hardware or software failures, including automatic restart if necessary for continuous service.. Contractor shall include sufficient redundancy to avoid any single points of hardware, software, or operational failure. 3.4.2.21.13 Backup Power Supplies Contractors design shall provide for a minimum of 72 contiguous hours of uninterruptible power for all Core, Backhaul, and RAN elements. If this design requirement cannot be met at any location, the Contractor shall indicate the number of hours of backup power can be supplied and explain why it cannot meet the design goal.

36

3.4.3

This section and its subsections are deleted and replaced with the following: 3.4.3 COMMERCIAL ROAMING Currently, State public safety personnel and other government users rely on commercial services for mobile broadband connectivity. The State contemplates that the System will replace these commercial services. However, to ensure that System users continue to enjoy service at least equal to their current commercial service even when beyond the coverage area of the public safety Band-14 LTE network provided pursuant to this RFP, a commercial roaming feature must be included. Through this feature, System users will enjoy public safety-grade LTE service within the Coverage Area Commitment. When users are outside the Coverage Area

Page #

RFP Section Reference

Additions, Deletions, Clarifications and Modifications Commitment (or otherwise outside coverage of the public safety LTE network), they would have access to commercial service at least equal to their current service. Contractor shall ensure that a System subscriber device is handed over (with session persistence) to the System RAN from the commercial roaming feature when the device returns to System coverage.

37

3.4.4.1

This section is revised to read as follows: 3.4.4.1 GENERAL Contractor shall furnish, install and manage a central network monitoring and control system. The network management system can reside at a State of New Jersey facility. If so it shall be located at the States primary data center in West Trenton, with any backup network management system located at a secondary location in Woodbridge Township. Each network management system shall be an integral part of the System and shall provide system supervisors access to databases for data entry and retrieval, record keeping, adjustment of the system operating parameters, system usage, performance and efficiency parameters. The network management computer system(s) shall be standard equipment utilizing industry standard operating systems (e.g. Unix, Linux, or Microsoft), and application software to provide the required functionality. In addition to the central control and monitoring facility (and any backup), the Contractor shall provide the State with remote monitoring and management capabilities that the State will operate from a State of New Jersey facility. This section and its subsections are revised to read as follows: 3.4.4.2 FUNCTIONALITY The network management system shall be equipped for multiple user terminal control and multiple user sessions. User network management and provisioning terminals shall be installed at the primary Control Center and at the secondary location. The network management system shall provide the capability to allow an operator to create, change, and delete managed objects such as adding sites, user groups, and updating subscriber programming, including encryption keys. The network management system shall be capable of downloading software updates and/or changes. The network management system shall provide the following features and functions: 3.4.4.2.1 Password Protection - each terminal operator shall receive a separate password. In addition to the login password, certain functions shall be password protected, such as regrouping and deactivating Mobile Devices over the air. Bidder should also detail any additional proposed features for increasing terminal security, such as two- or three-factor authentication methods. 3.4.4.2.2 User Interface- the management system shall include a userfriendly user interface.

38

3.4.4.2

Page #

RFP Section Reference

Additions, Deletions, Clarifications and Modifications 3.4.4.2.3 Access to Equipment Parameters the authorized operators shall have secure access to equipment parameters from any user terminal. 3.4.4.2.4 Maintain Mobile Device Profiles - authorized operators shall have secure access to subscriber databases to review and/or modify subscribers parameters, applications, services and features. 3.4.4.2.5 Set Individual Group Priority Levels - authorized operators shall have the ability to set and modify the priority levels for individuals and groups. 3.4.4.2.6 Activate/Deactivate Mobile Devices Over the Air - authorized operators shall have the ability via Over-the-Air methods to activate/deactivate any Mobile Device from transmitting and receiving. 3.4.4.2.7 System Activity Reports - authorized operators shall be able to request system activity reports and have them printed at the local printer. 3.4.4.2.8 Monitor and Log Mobile Device Activity system shall be capable of monitoring and reporting site, session type, session ID, session time, and session duration. 3.4.4.2.9 Fault Management (Alarms and Diagnostics) Network management system shall include monitoring and reporting of failures of site links, system controllers, transmitters, receivers, power, etc. upon occurrence. The system shall maintain a historical record of failures. 3.4.4.2.10 Accounting/Performance Management Network management system shall be provide historical and statistical information for call data (types and duration) and site activity (calls, call types, busies, etc.). The following section is added to the RFP as follows: 3.4.5 SITE SECURITY The Contractor is responsible to ensure logical security for all aspects of the System. In addition for non State owned sites the Contractor will ensure physical security, including access control.

39

3.4.5

40

3.5.1

This section is revised to read as follows: 3.5.1 GENERAL To the extent that Contractor uses State or local government owned towers for backhaul aggregation nodes, such backhaul nodes shall either reside on or have spur access to the States fiber core network. It shall be the Contractors responsibility to effectively and efficiently engineer the RAN network(s) making use of any such backhaul nodes. The contractor may use additional and/or alternative site(s)/tower(s)/fiber for backhaul a the proposed coverage approach dictates. Use of aggregation nodes should be optimized to requires use of as few such nodes as possible.

Page #

RFP Section Reference

Additions, Deletions, Clarifications and Modifications An inventory of the available existing State or local government-owned towers is illustrated in Exhibit A and inventoried in Exhibit B This section is revised to read as follows: 3.5.2.1 SUPPORT OF WIDE AREA NETWORK Regardless of design methodology System backhaul shall meet all of the requirements (reliability, bandwidth, time delays, etc.) as specified in 3GPP technical specifications for release 9.

41

3.5.2.1

42

3.5.2.2

This section is revised to read as follows: 3.5.2.2 TRANSMISSION MEDIA CONSIDERATIONS This Section 3.5.2.2 applies only to the extent that Contractor uses State or local government-owned tower sites and/or backhaul.

The RAN backhaul design shall consist of microwave (operating in licensed band) and existing fiber optic-based systems associated with aggregation nodes outlined in Section 3.5.1. The microwave backhaul system shall include microwave radios, antennas, waveguide, cabling, aggregation routers, mounting hardware and any other accessories required for a complete turn-key project at each designated site. The State has not done any evaluation to determine if facilities or towers need to be upgraded, modified or newly installed. The Contractor shall use FCC licensed frequencies for this application. 43 3.5.2.3 This section is revised to read as follows: 3.5.2.3 This section intentionally left blank. 44 3.5.2.4 This section is revised to read as follows: 3.5.2.4 RELIABILITY The contractor shall design the RAN/Core backhaul for availability including scheduled downtime. 45 3.5.2.5 This section is revised to read as follows: 3.5.2.5 REDUNDANCY The key entities in the Core and backhaul shall be designed to achieve 99.999% reliability. The Bidder shall state what key entities have been designed for 99.999% reliability and describe the design features included in each key entity to achieve that level of reliability. The following section is added to the RFP as follows: 3.5.3 BACKHAUL PLAN The System shall provide a Backhaul Plan that provides: 99.9999%

46

3.5.3

Page #

RFP Section Reference

Additions, Deletions, Clarifications and Modifications Link by Link map showing the backhaul routes Link by Link description of the backhaul method (i.e. microwave, fiber, leased) If microwave links are used, the location coordinates, antenna heights and gains, frequency of operation and a path study of the proposed path If fiber links are used, the ownership of the fiber facilities If other transport methods are used, the nature and provider of the service Link by Link listing of the required backhaul capacity Link by Link listing of the provided backhaul capacity

47

3.6

The following sentence is added to the end of this section: All of the Contractors proposed network equipment requiring FCC Type Certification must have FCC Type Certification at the time of deployment. The Contractor must provide to the State proof of this Certification for all subject equipment.

48

3.6.2

This section is revised to read as follows: 3.6.2 SUBMITTAL OF REGULATORY LICENSES The Contractor is responsible for obtaining any regulatory licenses and meeting any regulatory requirements necessary for it to perform under the Contract.

49

3.6.3

This section is revised to read as follows: 3.6.3 ANTENNA SYSTEMS This Section 3.6.3 applies only to the extent that Contractor uses State or local government-owned tower sites. All Antenna systems shall be installed per manufacturers direction. All antenna systems shall be effectively grounded and provide surge protection to all equipment. This section is revised to read as follows: 3.6.4 SITE SELECTION AND CLASSIFICATION Exhibit B shows the existing Radio transmission sites currently used by a State or local government entity. The State has completed environmental assessments on each of the sites and is posted to the website as Attachment 3.

50

3.6.4

51

3.6.5

This section and its subsections are deleted and revised to read as follows: 3.6.5 MOBILE DEVICES

Page #

RFP Section Reference

Additions, Deletions, Clarifications and Modifications The Contractor shall provide 400 Type 1 devices and 600 Type 2 devices as described in Section 3.4.2.5. Contractor also shall provide pricing and an option to purchase additional devices, including a discount schedule for quantities exceeding the initial amount in Attachment 2, Table X-8 and X-9. This section is revised to read as follows: 3.6.6 SITE ON WHEELS (SOW) In an effort to enhance its state of readiness, the State will stage one SOW. To that end, the Contractor shall provide one (1) complete SOW and options to purchase two (2) additional SOWs. The SOW unit shall consist of trailer(s) carrying eNodeB, tower unit and power generation unit necessary to operate the SOW. The unit shall be lightweight in design to facilitate towing by a full size pickup truck. The tower unit shall consist of one pneumatically operated 100 ft. tower, antenna system, and all necessary interconnection cables. The unit shall also be equipped with all necessary electronics and antenna systems to establish a microwave hop to connect the SOW to the EPC. During a deployment, the Contractor shall provide the personnel necessary to activate, operate and deactivate the SOW. The State will be responsible for transporting the SOW to the location. The heading for this section is deleted. This section is revised to read as follows: 3.7 SHELTER REQUIREMENTS The requirements set forth in this Section 3.7 apply only to the extent that Contractor uses State or local government-owned towers/sites. The last sentence is paragraph one is revised as follows: The fuel storage system shall be installed above ground and shall be sized to provide seventy-two (72) hours operation at full rated load. The heading for this section is revised to read as follows: 3.8 TESTING, ACCEPTANCE, KEY PERFORMANCE INDICATORS AND SERVICE LEVEL AGREEMENTS

52

3.6.6

53 54

3.6.6.1 3.7

55

3.7.13

56

3.8

57

3.8.2

This section is revised to read as follows: 3.8.2 FIELD TESTING 3.8.2.1 Network Functionality and Conformance Testing The Contractor shall perform Evolved Packet System (LTE/EPC) Compliance Performance and Interoperability Certification by performing interoperability testing of the LTE interfaces as described by the FCC Waiver Order (see Section 1.2) to determine System roaming capabilities and make sure that these capabilities are sufficient. The Contractor shall demonstrate that the five required applications of the FCC waiver (See Section 1.2) are fully functional from a device and through

Page #

RFP Section Reference

Additions, Deletions, Clarifications and Modifications the EPC. The Contractor shall perform demonstrations that Multimedia sessions and connections (Voice, Video and Data) are fully functional from a device and through the EPC. The Contractor shall conduct conformance testing on the System (RAN and EPC) to ensure compliance with technical requirements associated with the 3GPP Release 9 Compliance Matrix as detailed in ection 3.4.2.1 of this RFP. 3.8.2.2 Individual RAN Site Testing The Contractor shall perform spectrum clearing tests prior to coverage testing for each site. The contractor is responsible for assuring (via RF spectrum measurements) that there are no spurious emissions from other sources that would interfere with coverage tests. The Contractor is responsible at its cost for ensuring that any harmful interference introduced by the installation of this systems RAN equipment to other co-located private, public or commercial systems at the site are mitigated. The Contractor shall perform commission testing for each site that demonstrates that the site is successfully integrated into the network, provides all network services and the expected coverage. The Contractor and State will agree on a specific site commission testing plan. This section is revised to read as follows: 3.8.3 BENCHMARK MEASUREMENT Multimedia-Downlink Rating/ Uplink Rating - for each Site. Each sector of a cell site should be loaded (one at a time) to approximately 70% uplink and downlink capacity with a test UE (or several test UEs if necessary). The coverage test above should be performed at near, mid, and edge of cell points to benchmark uplink and downlink throughputs at the TCP/IP layer, and verify successful handovers to/from all adjacent cell sites. The following sentence is added to the beginning of this section: Verify site inspection & testing checklists are completed for each of the following:

58

3.8.3

59

3.8.4

60

3.8.5

The following sentence is added to the beginning of this section: Configure, execute tests and document test results for each of the following:

61

3.8.6

This section is revised to read as follows: 3.8.6 TEST PLANS Contractor shall provide test plans consistent with this Section 3.8, including procedures, check lists, forms, test equipment requirements, and recommended State personnel involvement. The tests shall be conducted to completely verify all features, functions, and specifications of the System and its sub-systems. This shall include alarm and control hardware and software, EPC hardware and software, network management equipment, sites, towers, shelters, and grounding. The test plans shall specifically address: 1. Factory Tests - The Systems shall be factory staged and tested.

Page #

RFP Section Reference

Additions, Deletions, Clarifications and Modifications 2. Field Specifications Tests - After the System has been installed, integrated, and optimized for field specifications, testing for the sites shall commence. 3. Coverage Tests - After the System has been installed, integrated, and optimized, coverage testing shall commence. 4. Field Functional and Operational Tests. After the Field Specifications and Coverage Testing is successfully completed, field functional and operational tests shall be conducted by site. This testing shall also include roaming, tests. Each type of roaming and handover function shall be successfully executed. The test plans shall include descriptions of specific tests to verify operation of any equipment, which, as a result of features and functions that are scheduled for implementation after the equipment has been installed, requires modifications to equipment installed and operating in the field. The Contractor shall submit Test plans for each of the tests to the State Contract Manager for approval. Contractor modifications to the Test plans must be approved by the State. Tests are not considered valid tests unless the test plan has received prior written State Contract Manager approval. Contractor will provide the State the opportunity to monitor all tests, and only tests that the State monitored or declined the opportunity to monitor shall be considered valid.

62

3.8.7

The first paragraph of this section is revised to read as follows:

All tests executed shall be documented according to the approved test plans. All records generated during the Testing and Acceptance Process shall be made available to the State at any time and provided to the State as part of the System deliverable documentation. The documentation shall at least consist of: The bulleted list remains unchanged. 63 3.8.10 This section is revised to read as follows: 3.8.10 COVERAGE AREA COMMITMENT TESTING Contractor shall test coverage and mobility by a sequence of alternating uplink and downlink file transfers (e.g., 1 MB file size) over a continuously connected UE Evolved Packet System (EPS) bearer while the test vehicle is driving along the test route. The source (download) and sink (upload) server must be attached at the proposed point of interconnection with the SONJ network. A test (i.e., Test number N) begins at the start of the file transfer (with a recorded time stamp), and ends at the completion of the file transfer (with another recorded time stamp). The location of the vehicle (GPS lat/long) shall be recorded and time stamped, so that "time stamps" of the "location" recording can be used to denote the location of the start and end of each test in the recording of test measurements. The Contractor shall devise a grid of test squares of 0.25 square miles (0.5

Page #

RFP Section Reference

Additions, Deletions, Clarifications and Modifications by 0.5 miles) contiguously throughout the Coverage Area Commitment. The Contractor must drive all US Interstate Highways, US Highways, State Highways and County maintained roads within each test square. If the test square does not have at least one mile of US Interstate, US Highway, State Highway or County roads, additional local roads shall be added to the route so that at least one mile of roads will be driven. In testing squares where there are less than one mile of passable roads, all roads must be driven. For test squares that do not have any passable public roads, the testing square is removed from the coverage testing requirement. The test route chosen by the Contractor shall be devised as to maximize continuous driving between test squares and within test squares. Each test in the set of measurements used to calculate the percentage of tests passed shall be at a location at least 100' away from all other tests in the set. A test square passes if 95% of the throughput tests conducted in the test square meet or exceed the criteria of 3.4.2.21.10. A test square fails if the file transfer is not successful or the bearer is dropped (i.e., the bearer for Test Number N is the not the same as for Test Number N-1). The System passes if 100% of the Test Squares pass. For any test square that does not pass, the Contractor is responsible, at its cost, to correct the coverage within the area and re-test these test squares. In addition the Contractor shall conduct individual On-Street tests at each Strategic Location listed within the Coverage Area Commitment. The test plan will be agreed to in advance between the Contractor and the State. For the testing to pass, at least 95% of the tests conducted at these areas must pass the requirements of paragraph 3.4.2.21.10. This section is revised to read as follows: 3.8.11 MODIFIED GRID TEST This section intentionally left blank. The following sentence is added to the beginning of this section: Contractor shall achieve each of the milestones specified in this Section 3.8.12 prior to System acceptance. A new section is added as follows: 3.8.13 KEY PERFORMANCE INDICATORS (KPIs) and SERVICE LEVEL AGREEMENTS (SLAs). 3.8.13.1 KEY PERFORMANCE INDICATORS (KPIs) Contractor shall track and report monthly its performance with regard to each of the KPIs set forth in this section 3.8.13.1. Contractor shall specify a specific methodology for tracking and reporting each KPI. 3.8.13.1.1 Mean Time To Repair (MTTR) MTTR is the time to repair a network related outage. The MTTR is the measure of time from when a trouble ticket is opened until it is cleared (minus customer / vendor suspend time). The Contractor shall measure and

64

3.8.11

65

3.8.12

66

3.8.13

Page #

RFP Section Reference

Additions, Deletions, Clarifications and Modifications report on MTTR based on the specific formula submitted with its proposal. The formula shall classify service outages in three categories (Critical, Major, Minor): Critical (an outage that impacts 20 or more users with complete loss of service) Major (an outage that impacts 5-19 users with complete loss of service, or that impacts 20 or more users with degradation of service) Minor (an outage that impacts 1-4 users with complete loss of service, or any number of users with intermittent degradation of service)

3.8.13.1.2 e-UTRAN. 3GPP Release 9 (TS 32.450 and TS 32.451) defines five KPIs for the eUTRAN (the LTE base stations, called Radio Access Network eNodeBs), each of which is a KPI under this RFP: 1) Accessibility (a measure of the probability that an end user is provided with a radio access bearer at the time of request) 2) Retainability (a measurement that shows how often an end user abnormally loses a radio access bearer while the bearer is in use) 3) Integrity (user plane) (a combination of two indicators of how the e-UTRAN impacts the quality of service to the end user: throughput and latency) 4) Availability (the percentage of time that the eNB can provide a radio access bearer to a UE) 5) Mobility (the percentage of handovers that are successfully prepared and executed). 3.8.13.1.3 Additional KPIs. The Contractor shall specify a specific formula for measuring, tracking, and reporting the following performance metrics: coverage, end-to-end accessibility, end-to-end service availability, end-to-end retainability, end-toend integrity, end-to-end mobility. 3.8.13.1.4 Reporting and Mitigation For any event classified as either Critical or Major under Section 3.8.13.1.1, above, the Contractor shall: (a) Deliver a written event report to the Program Manager within 24 hours of discovering the event, and

Page #

RFP Section Reference

Additions, Deletions, Clarifications and Modifications (b) Provide on a monthly basis a root-cause analysis and mitigation plan for each such event. (c) For those system outages for which software was the root cause, the Contractor shall communicate its plan for developing, testing and delivering software fixes in a software upgrade at least twice annually. 3.8.13.2 SERVICE LEVEL AGREEMENT (SLA) Contractor shall comply with Service Level Agreement specified in section 4.5. 3.8.13.3 SHORTFALL REMEDIES Contractor shall comply with Shortfall Remedies specified in section 4.5.1 This section is revised to read as follows: 3.9 WARRANTY The Contractor shall provide Warranty and Post Warranty services for the 700 MHZ PSI-BWN System. These services shall be categorized as the following: Maintenance and Inspection Program2 Year Warranty Period (M&IP2WP); Operations Program2 Year Warranty Period (OP2YWP); Maintenance and Inspection ProgramPost `Warranty Period (M&IPPWP); and Operations ProgramPost Warranty Period (OPPWP). If requested by the State, the renewal option for years 9 through 11 shall include a hardware refresh for Core and RAN components.

67

3.9

68

3.9.1

This section is revised to read as follows: 3.9.1 MAINTENANCE AND INSPECTION PROGRAM 2 YEAR WARRANTY PERIOD (M&IP2WP) The Contractor shall provide an all inclusive Maintenance and Inspection Program of all installed equipment for the 700 MHZ PSI-BWN System for a period of two years from the date of final system acceptance. The Contractor Maintenance and Inspection Program shall include network equipment operations, System equipment defects and repair, Mobile Devices, and software execution, fixes and updates. The Contractor shall provide remedial and preventative maintenance. The Contractor shall provide a toll free number for the reporting of System problems that will be answered 24x7x365. The contractor shall initiate trouble resolution within 15 minutes of receiving a report. The Contractor shall be on-site of any system outage within four (4) hours of notification. Any system outage is to be continuously worked until the outage is resolved and service has been restored. The Contractor shall furnish the State with a monthly report of all system and subscriber maintenance requests and resolutions during the warranty and contracted maintenance periods. This section is revised to read as follows: 3.9.2 OPERATIONS PROGRAM 2 YEAR WARRANTY PERIOD

69

3.9.2

Page #

RFP Section Reference

Additions, Deletions, Clarifications and Modifications (OP2YWP) The Contractor shall provide an all inclusive Operations Program (network monitoring and control, report generation, maintenance call-out, etc.) of all equipment and software installed for the 700 MHZ PSI-BWN System for a period of two years from the date of final system acceptance. This section is revised to read as follows: 3.9.3 MAINTENANCE AND INSPECTION PROGRAM POST WARRANTY PERIOD (M&IPPWP) The Contractor shall provide an all inclusive Maintenance and Inspection Program of all installed equipment excluding antenna supporting structures, equipment shelters, emergency power systems, and site grounds for the 700 MHZ PSI-BWN system after the expiration of the Maintenance and Inspection Program 2 Year Warranty Period. The M&IPPWP shall be for one 3-Year period with three 3-Year renewable periods and one 2-Year renewable period. The Contractor shall provide a toll free number for the reporting of System problems that will be answered 24x7x365. The contractor shall initiate trouble resolution within 15 minutes of receiving a report. The Contractor shall be on-site of any system outage within four (4) hours of notification. Any system outage is to be continuously worked until the outage is resolved and service has been restored. The Contractor shall furnish the State with a monthly report of all system and subscriber maintenance requests and resolutions during the warranty and contracted maintenance periods. This section is revised to read as follows: 3.9.4 OPERATIONS PROGRAM POST WARRANTY PERIOD (OPPWP) The Contractor shall provide an all-inclusive Operations Program Post Warranty (OPPWP) for the equipment installed for the 700 MHZ PSI-BWN system after the expiration of the Operations Program 2 Year Warranty Period. The OPPWP shall be for one 3-Year period with three 3-Year renewable periods and one 2-Year renewable period. The Contractor shall provide system administration and help desk operations. The following sentence is added to the end of this section: To the extent that Contractors own personnel or subcontractor personnel provide services under this contract, Contractor shall provide to the State, certification that such Contractor and subcontractor personnel possess training and experience appropriate to their roles in providing services to the State. This section is added to the RFP as follows: 3.10.9 Customer Documentation Prior to network acceptance, Contractor shall provide Customer Documentation as described in section 4.8. This section is revised to read as follows: 3.11 PAYMENT The Contractor may invoice the State upon acceptance by the State

70

3.9.3

71

3.9.4

72

3.10.7

73

3.10.9

74

3.11

Page #

RFP Section Reference

Additions, Deletions, Clarifications and Modifications Contract Manager for each of the following four (4) major milestones: 1. Completion of Phase 1: Hudson and Bergen Counties implemented including all equipment, testing and training. 2. Completion of the Core System. 3GPP LTE/SAE compliant Core Network with full operational functionality across the entire UASI region implemented including all equipment, testing and training, and including the commercial roaming feature. 3. Completion of Phase 2: Union and Middlesex Counties implemented including all equipment, testing and training. 4. Completion of Phase 3: Morris, Passaic, and Essex Counties implemented including all equipment, testing and training. Notwithstanding any other provision of this RFP, the State may withhold payment of up to 10 percent of the value of the Contract pending resolution to the States satisfaction of all Contract compliance issues. Maintenance costs will be paid as ordered on a per year basis at the start of each year. Operations costs will be paid on a monthly basis based on the cost for the period ordered. This section is revised to read as follows: 4.4 BID PROPOSAL CONTENT The bid proposal should be submitted in two volumes with the content of each volume as indicated below. Volume 1 Section 1 - Forms (Sections 4.4.1 and 4.4.2) Section 2 - Technical Proposal (Section 4.4.3, 4.4.4, 4.4.6 through 4.4.10) NOTE: This section of the bidders submission should be no smaller than a 12 point font. Section 3 - Organizational Support and Experience (Section 4.4.5) Volume 2 Section 4 Price Schedule (Section 4.4.11) This section and its subsections are deleted and replaced with the following: 4.4.1.4 SET-ASIDE CONTRACTS All text under Section 4.4.1.4 and above Section 4.4.1.4 is deleted. This RFP is not a Small Business Set Aside Contract. This RFP is designed to attempt to meet Small Business requirements through the use of NJ Small Business subcontractors. This section is revised to read as follows: 4.4.3.3 CONTRACT SCHEDULE Bidder shall include in the proposal a preliminary project schedule for Phases 1, 2, and 3. Entire mandatory implementation (i.e. RAN coverage in NJ-UASI Region; and allied Core Network) is desired within 16 months. Phase 2 detailed design will start one month after the initiation of Phase 1

75

4.4

76

4.4.1.4

77

4.4.3.3

Page #

RFP Section Reference

Additions, Deletions, Clarifications and Modifications detailed design process. Phase 3 detailed design will start one month after the initiation of the Phase 2 detailed design process. The Bidder shall prepare a preliminary project schedule using Microsoft Project 2007 that depicts the tasks, events, and milestones. Bidder shall provide both a printed and electronic copy of the schedule as part of its proposal. At a minimum, the proposed 700 MHZ PSI-BWN schedule shall include the following activities and milestones.

Activity No. Overall 1. 2.

Activity Description

3. 4. 5. 6. 7. 8. 9. 10.

Contract execution Phase 1, 2, and 3 site assessments (review/analysis rd of sites previously assessed by 3 party), acquisitions/purchase options (if any) Construction Permits Process (if any) Network (LTE RAN/CN) deployment Backhaul Evaluation and deployment Acceptance test Phase acceptance milestones System acceptance milestone Implementation two-thirds complete no later than July 31, 2012 System fully deployed and accepted by June 15, 2013

Per Phase 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 78 4.4.3.6 Notice to proceed Detailed design review process Submittals Detailed design plan Contract release (purchase order) Site installations complete (all sites site development, antenna supporting structures, equipment shelters) Site inspections complete (all sites-site development, antenna supporting structures, equipment shelters Backhaul installation milestone 700 MHz LTE RAN/EPC equipment installation milestone 700 MHz LTE/EPC equipment integration milestone Phase acceptance milestone

The following sections are added top the RFP as follows: 4,4.3.6 COVERAGE 4.4.3.6.1 COVERAGE PRIORITIES Bidder shall propose the Coverage Area Commitment. The State desires to maximize, within the available budget (see Section 1.2.2.2), the level of System coverage within the seven-county UASI Target Coverage Area. Bidder shall provide coverage maps consistent with the requirements of

Page #

RFP Section Reference

Additions, Deletions, Clarifications and Modifications Section 3.4.2.21. Coverage proposals shall prioritize coverage in all major population centers within the Target Coverage Area, as well as strategic locations such as major highways and thoroughfares; airports, bus terminals, rail stations and other transportation hubs; convention centers, sports arenas, and other venues that attract large crowds; areas susceptible to hurricanes, floods or other natural disasters; and strategic locations identified as vulnerable to terrorist attack. 4.4.3.6.2 COVERAGE AREA COMMITMENT. In the response to this RFP, the Bidder shall provide in its proposal a Coverage Area Commitment. The Coverage Area Commitment is the geographic area(s) where the Contractor will meet the coverage requirements of this RFP, including the throughput requirements of section 3.4.2.21.10. Bidder shall provide coverage maps indicating where the throughput requirement will be met with 70% loading, 50% loading, and 30% loading on the sector(s). The throughput is measured at the TCP/IP Layer. The Bidder shall in its proposal provide propagation and throughput predication maps for the Coverage Area Commitment. The propagation maps must include a detailed radio frequency link budget used to determine the coverage levels. The propagation maps required herein must indicate at least the following: The minimum receiver sensitivity Additional margins included for fading Additional margins included for reliability Other margins used in the calculations of the on-street mobile (vehicular) coverage

The Propagation Maps must be accompanied by detailed descriptions of the: Proposed eNodeB locations Proposed antenna heights Proposed main beam elevation for omni sites and the elevation and azimuth from true north for each sector antenna Ground clutter and land use Terrain databases used Propagation model(s) used and tuning parameters Propagation Tool used to produce the maps What antenna configuration (SISO or MIMO), and if MIMO, the MIMO configuration is proposed.

The Bidder shall provide the propagation and throughput coverage maps for On-Street Mobile (Vehicular) coverage. The throughput maps will show the predicted throughput (uplink and downlink, measured at the TCP/IP layer) and the assumptions behind the estimates. A clear delineation of the Coverage Area Commitment must be shown.

Page #

RFP Section Reference

Additions, Deletions, Clarifications and Modifications The Bidder shall supply the area in square miles of Coverage Area Commitment. In addition to the coverage maps, the Contractor shall supply the population covered by the Coverage Area Commitment using the 2010 US Census Bureau tract level data. The Bidder shall list all major population centers within the Target Coverage Area, as well as any locations within the proposed Coverage Area Commitment that meet the description in section 3.4.1 of this RFP for prioritized locations. The Coverage Area Commitment plots shall reflect on-street, mobile (vehicular) coverage. The Bidder shall use a 0 dBd roof mounted reference antenna at a height of 6 (2 meters) above ground level for coverage predictions and plots. Throughput is defined at the TCP/IP layer. This section is added to the RFP as follows: 4.4.3.7 Security. The State is concerned about the security of the network and the user experience and will consider the relative security proposals of the Bidders. Bidder should describe in detail what security features they propose to include in the System to ensure that the network can be used only by authorized individuals, that data transmitted over the network is secure, that the sender and receiver of the data are authenticated, and that the network is and remains secure. The FCC has issued a Notice of Proposed Rulemanking (FCC document 11-6, available at http://hraunfoss.fcc.gov/edocs_public/attachmatch/FCC-11-6A1_Rcd.pdf) that indicates security and encryption requirements it may impose in the future. Bidder shall state in their proposal how they will meet these potential future requirements if imposed and what, if any, additional costs are associated with providing such security features in Table X-24. In the Compliance Matrix required in Section 3.4.2.1 of this RFP, Bidder shall specify the Release 9 security features they will implement in the System. This section is revised to read as follows: 4.4.5 DISASTER RECOVERY PLAN The Bidder shall provide a Disaster Recovery Plan (DRP) as detailed in Section 3.3. The Bidder shall identify the complementary State resources (personnel, equipment, storage areas, etc.) that are anticipated to support the DRP. Any additional costs for the Disaster Recovery Plan should be itemized in Pricing Table 23. (12-X-22195BidSpecificForms-0-Rev1.xls)

79

4.4.3.7

80

4.4.5

81

4.4.7

This section is revised to read as follows: 4.4.7 SYSTEM PROPAGATION ANALYSIS The Bidder shall include detailed propagation maps as per Section 3.4.2.21.1. Bidder shall also specify the RF planning tool (vendor, product name & version(s)) used to develop the propagation maps, including a list of specific planning input parameters used in the analysis.

# 82

Page #

RFP Section Reference 4.4.8

Additions, Deletions, Clarifications and Modifications This section is revised to read as follows: 4.4.8 FCC SPECTRUM FREQUENCY REQUIREMENTS The Bidder shall include a plan that details how inter-jurisdictional interference will be coordinated with the affected entities. This section is revised to read as follows: 4.4.9 BIDDER PROPOSED NEW SITES This section intentionally left blank. The last sentence in this section is revised to read as follows: Renewal option for years 9-11 shall include hardware refresh for Core network components. The following section is added to the RFP as follows:

83

4.4.9

84

4.4.10.1

85

4.5

4.5 SERVICE LEVEL AGREEMENT (SLA) Bidder shall state the level of performance it will maintain as measured by each KPI listed in Section 3.8.13.1. The stated level of performance will be considered a Service Level Agreement (SLA) between Contractor and State, and Contractor will be required to meet such level of performance. Each Bidder shall indicate how it proposes to report performance as measured by each KPI and how they will address performance shortfalls. The Contractor shall specify in the proposal a specific formula for measuring, tracking, and reporting MTTR as per revised Section 3.8.13.1.1 in Part 2 above. 4.5.1 SHORTFALL REMEDIES

Bidder shall propose remedies that will be at the States disposal in the event that Contractor fails to meet an SLA. 86 4.6 4.6 COMMERCIAL ROAMING FEATURE Bidder must provide a detailed description of the commercial roaming feature as described in section 3.4.3. Pricing must be included on Table X26. The following section is added to the RFP as follows: 4.7 SITE SELECTION AND CLASSIFICATION Exhibit B shows the existing Radio transmission sites currently used by a State or local government entity. The State has completed environmental assessments on each of the sites and is posted to the website as Attachment 3. The State makes no representations as to whether these sites are of

87

4.7

Page #

RFP Section Reference

Additions, Deletions, Clarifications and Modifications sufficient height or can accommodate the antenna components required by the System; such determination is the responsibility of the Bidder wishing to make use of these sites. The State has further identified specific towers that may potentially be connected to the States fiber backbone to allow for backhaul to the Core; again, the State makes no representations as to the fitness of these towers for such purpose and leaves any such determination to the Bidder. Bidders may propose which, if any State sites to use and Bidders may propose alternate sites for RAN and/or RAN aggregation points to achieve the Coverage Area Commitment as defined in this RFP.

88

4.8

The following section is added to the RFP as follows: 4.8 Customer Documentation Bidders proposal shall include a list and description of all Customer Documentation of system/network elements proposed to be owned by the State. For each such document listed and described, Bidder shall include a table of contents, estimated page count, and screen shots of sections addressing common provisioning and maintenance functions such as adding a subscriber, performing a subscriber session trace, etc. The following section is added to the RFP as follows: 4.9 Release 9 Compliance Matrix. Each Bidder shall submit in its proposal a Compliance Matrix (in Microsoft Excel 2007) indicating each 3GPP Release 9 Technical Specifications, indexed by Technical Specification number, section and paragraph, with which the Bidders proposed solution complies. The following section is added to the RFP as follows: 4.10 Mobility. To the extent that Bidder proposes to provide mobility to/from any access systems in addition to those required herein, Bidder shall describe the types of access systems and the 3GPP specification with which Bidder will comply to provide the proposed mobility solution. Mobility functionality shall be optimized meaning that it offers minimal signaling overhead, minimal handover interruption time, secure handover procedure and local breakout.

89

4.9

90

4.10

91

4.12

4.11 Public Warning System (PWS)/Tsunami Warning System (ETWS) The Bidder shall specify to what extent LTE System meets the Public Warning System (PWS)/Tsunami Warning System (ETWS) requirements in compliance with 3GPP TS 22.168, TS 22.268 or later releases (where ETWS will become part of PWS). The following sub-sections are added as follows: 5.5.1 FCC AND OTHER AUTHORIZED ENTITIES REQUIREMENTS 5.5.1.1 As a recipient of a waiver from the FCC permitting it to use the PSBB spectrum for operation of a public safety network, the State is bound by the conditions the FCC placed on the waiver. Some of those conditions are contained in the FCCs Waiver Order, and others can be found in the subsequent Technical Order. (See referenced documents in paragraph 1.2

92

5.5

Page #

RFP Section Reference

Additions, Deletions, Clarifications and Modifications of this RFP.) In addition to these existing requirements, the FCC may from time to time add new requirements or change existing ones. For any such FCC requirementscurrent or futurethe Contractor must ensure, at its own expense, that the System is and remains in compliance, whether the FCC imposed the requirement upon the Contractor or upon the State. For any requirements whereby the FCC requires the State to impose upon the Contractor an obligation, the Contractor must accept and deliver upon such obligation. For example, because the Technical Order requires that waiver recipients provide plans for interoperability testing and commit to testing on a regular basis, the Contractor must provide such plans to the State and ensure that the System undergoes the required testing. 5.5.1.2 In the Waiver Order, the FCC further mandates that waiver recipients require their vendors to participate in the demonstration project being conducted by the Public Safety Communications Research (PSCR) program. Accordingly, each proposal must include a description of the Bidders past and current participation in the PSCR project as well as the Bidders commitment to participate in the future. If the Bidder is willing to participate in the PSCR project but has not yet begun such participation, the Bidder must provide an explanation for the delay in participation. 5.5.1.3 As the governance model for the nationwide 700 MHz public safety broadband network develops, authorized entities other than the FCC may impose requirements on the State related to the System, particularly with regard to interoperability. Contractor must ensure, at its own expense, that the System complies with any and all requirements imposed by such entities, whether the entity imposed the requirement upon the Contractor or upon the State. Contractor shall provide any necessary support, at no additional charge, to ensure that the State meets any System requirements mandated by the FCC or other authorized entity. 5.5.1.4 Per the FCC Waiver Order (FCC 10-79 referenced in section 1.2 of this RFP) the State must coordinate with the (FCC) ERIC as described in paragraph 55 of the Waiver Order. The Contractor shall work with the State to develop detailed network interoperability plans and provide to the State necessary plans and other resources to meet this obligation. 5.5.1.5 As part of the Bidders response to this RFP, the Bidder must supply a FCC Compliance matrix that details how the proposed solution will be compliant with all current FCC and other authorized entities requirements. In addition, the Bidder must supply a statement that addresses how the Solution will be compatible with and capable of supporting: a) Additional future requirements outlined in the Fourth Further Notice of Proposed Rulemaking (FCC 11-6) b) Other authorized entities future requirements. The following is added to the end of the last paragraph: The contractors security plan shall also indicate the extent to which the System will be compliant with each of the relevant policy areas in CJIS Security Policy, CJISD-ITS-DOC-08140-5.0, Version 5.0 Jan 1, 2011.

93

5.9.3

# 94

Page #

RFP Section Reference 5.15

Additions, Deletions, Clarifications and Modifications This section is revised to read as follows: 5.15 RETAINAGE See Section 3.11, above. This section is revised to read as follows: 6.4.1 TECHNICAL EVALUATION CRITERIA Each responsive bid proposal will receive a Technical Evaluation Score which will be the average of each voting members Technical Evaluation Score for the proposal. The following evaluation criteria categories, not necessarily listed in order of significance, will be used to evaluate bid proposals received in response to this RFP. The evaluation criteria categories may be used to develop more detailed evaluation criteria to be used in the evaluation process: A. The bidders technical response to the scope of work including but not limited to the response to the LTE network specifications, software compatibility and integration, disaster recovery and the technology road map. Subcategories for technical evaluation will include, but not be limited to: Architecture (including aspects such as compliance to 3GPP standards, interoperability, scalability, security, reliability & fault tolerance, maintainability, ease of operation, etc), Coverage, Devices, Radio Access Network, Backhaul, Core network, and Applications. The qualifications and experience of the bidder including corporate information, management, supervisory or key personnel assigned to the contract, including the candidates recommended for each of the positions/roles required. Corporate evaluation will be based on the Bidders experience on projects of similar size and scope, the bidders contract management plan and contract organizational chart. Personnel evaluations will be based on submitted resumes and how well they match to the requirements of Section 3.0 as well as on documented experience in successfully completing work on contracts of similar size and scope to the work required by this RFP. The Bidders response to the maintenance inspection and operations requirements, testing and acceptance requirements and training. Subcategories for technical evaluation will include, but not be limited to: Customer documentation, Customer training, Ease and speed of end user provisioning and service management, Ease and speed of device management operations, Ease of network administration and network operations management, Comprehensiveness of interoperability testing and support of inter-vendor interoperability testing and regression testing, and Comprehensiveness of network optimization and spectrum interference mitigation.

95

6.4.1

B.

C.

96

Attachment-2

The following section on page 5 is deleted. RAN/Layer-1-Interoperability With Legacy Systems

97

Bid Specific Forms Price

The price sheets referenced under the link labeled Bid Specific Forms # 0 Price Sheets have been revised and replaced by the price sheets posted on

Page #

RFP Section Reference Sheets

Additions, Deletions, Clarifications and Modifications the website as Attachment 6. BIDDER MUST SUBMIT ITS PRICING USING THE PRICE SHEETS FOUND UNDER THE LINK FOR ATTACHMENT 6. WHEN UPLOADING THE PRICE SHEETS, THE BIDDER SHOULD DOUBLE CHECK TO ENSURE IT IS USING THE PRICE SHEETS MARKED ATTACHMENT 6. A BIDDER SUBMITTING THE INCORRECT PRICE SHEETS MAY BE DEEMED NONRESPONSIVE. Dates on the Signatory page related to contract effective and expiration are hereby deleted. The contract will be effective on the date it is actually awarded and it will expire according to the terms in RFP Sections 3.0 and 5.2. Revised Exhibit B is posted as Attachment 3. There are no confidentiality requirements related to this document. Attachment 4 contains and environmental site survey for each of the tower sites contained in Attachment 3. Attachment 5 contains revised instructions for completing the revised pricing sheets. This attachment replaces Attachment 2. Attachment 6 contains revised price sheets which must be submitted as part of the response to this RFP. The price sheets currently posted on the website cannot be used for pricing and bidders submitting those price sheets may be deemed non-responsive. The revised price sheets contained in Attachment 6 must be submitted as a bid specific form if the bidder is submitting an ebid. Exhibit 2 containing the confidentiality instructions is deleted. The attachment containing the Confidentiality Agreement is deleted. Attachment 2 is replaced by Attachment 5.

98

Signatory Page

99 100 101 102

Attachment 3 Attachment 4 Attachment 5 Attachment 6 (Revised Price Sheets)

103 104 105

Exhibit 2 Attachment 1 Attachment 2

Вам также может понравиться