901406 Addendum 1 Prisoner Transport Truck

Total Page:16

File Type:pdf, Size:1020Kb

901406 Addendum 1 Prisoner Transport Truck

COUNTY OF ALAMEDA ADDENDUM No. 1 to RFP No. 901406 for Prisoner Transport Trucks

Specification Clarification/Modification and Recap of the Networking/Bidders Conferences Held on October 6, 2015 and October 7, 2015

This County of Alameda, General Services Agency (GSA), RFP Addendum has been electronically issued to potential bidders via e-mail. E-mail addresses used are those in the County’s Small Local Emerging Business (SLEB) Vendor Database or from other sources. If you have registered or are certified as a SLEB, please ensure that the complete and accurate e-mail address is noted and kept updated in the SLEB Vendor Database. This RFP Addendum will also be posted on the GSA Contracting Opportunities website located at http://www.acgov.org/gsa_app/gsa/purchasing/bid_content/contractopportunities.jsp

Alameda County is committed to reducing environmental impacts across our entire supply chain. If printing this document, please print only what you need, print double-sided, and use recycled- content paper.

1401 Lakeside Drive, Suite 907  Oakland, CA 94612 Phone: 510-208-9600  Website: http://www.acgov.org/gsa/departments/purchasing/ County of Alameda, General Services Agency-Procurement RFP No. 901406, Addendum No. 1

The following Sections have been modified to read as shown below. Changes made to the original RFP document are in bold print and highlighted, and deletions made have a strike through.

J. TERM / TERMINATION / RENEWAL

1. The term of the contract, which may be awarded pursuant to this RFP, will be four years. three years.

EXHIBIT A – BID RESPONSE PACKET, page 1, last paragraph:

. IF BIDDERS ARE MAKING ANY CLARIFICATIONS AND/OR AMENDMENTS, OR TAKING EXCEPTION TO POLICIES OR SPECIFICATIONS OF THIS Error! Reference source not found. RFP, INCLUDING THOSE TO THE COUNTY SLEB POLICY, THESE MUST BE SUBMITTED IN THE EXCEPTIONS, CLARIFICATIONS, AMENDMENTS SECTION OF THIS EXHIBIT A – BID RESPONSE PACKET IN ORDER FOR THE BID RESPONSE TO BE CONSIDERED COMPLETE

EXHIBIT A – EXCEPTIONS, CLARIFICATIONS, AMENDMENTS, page 12, first paragraph:

List below requests for clarifications, exceptions and amendments, if any, to the Error! Reference source not found. RFP and associated Bid Documents, and submit with your bid response.

EXHIBIT B – INSURANCE REQUIREMENTS, page 1, first paragraph:

Insurance certificates are not required at the time of submission; however, by signing Exhibit A – Bid Packet, the bidder agrees to meet the minimum insurance requirements stated in the Error! Reference source not found. RFP, prior to award. This documentation must be provided to the County, prior to award, and shall include an insurance certificate and additional insured certificate, naming the County of Alameda, which meets the minimum insurance requirements, as stated in this Exhibit B – Insurance Requirements.

RFP No 901406, Addendum No. 1 Page 2 County of Alameda, General Services Agency-Procurement RFP No. 901406, Addendum No. 1

Responses to Written Questions

Q1) What is considered a current reference? A) A current reference is a supplier with whom a bidder is currently doing business.

Q2) For this bid, is there a list of approved SLEB vendors that a non-SLEB Prime Bidder can subcontract with to provide items listed on Page 28 – 31 of Exhibit D and Page 24 – 27 of Exhibit E, Audio and Video Surveillance System Specifications? A) The County does not have a list of approved SLEB vendors for this bid. To conduct a general vendor search, please refer to the hyperlink (http://acgov.org/sleb_query_app/gsa/sleb/query/slebindexadv.jsp) located at the top of page 19 of the RFP. On the left side of the webpage, bidders are able to use the Find A Vendor search option to complete a general or filtered search for vendors who Bidders can subcontract with. For purposes of this bid, applicable industries include, but are not limited to, the following NAICS Codes: 336120 and 336211.

Q3) On page 8 of the RFP, Section D (SPECIFIC REQUIREMENTS), Item 3. states: Contractor shall provide a pre-build meeting and a final inspection meeting at the manufacturing facility. Will the contractor be responsible for providing the location of meetings along with travel and transportation costs for the meetings? A) The County will cover the costs of travel and transportation. The contractor is responsible for coordinating the location for the pre-build and final inspection meetings.

Q4) What are considered as travel and transportation expenses? (e.g. air travel, car rental, hotel). A) The County will cover the cost of airfare, lodging, transportation and food for its employee(s) to attend the pre-build and final inspection meetings. No reimbursements for the contractor’s expenses will be allowed. Pricing should include all costs.

Q5) What is the Milestone Systems Software? A) Milestone Systems Software is the video management system software that the Alameda County Sheriff’s Office (ACSO) requires to be used inside the transport trucks.

Q6) Does the vendor have to provide any additional storage aside from the audio, visual, and necessary equipment on the transport trucks, to work with the current Milestone Systems Software? A) No. The County will be responsible for the storage at Santa Rita Jail in Dublin, CA where the transport trucks are parked.

Q7) Does the County need an interface for the data to transfer from the transport trucks to the enterprise system? A) Yes. The County is asking to have an interface to transfer data from the transport trucks to the enterprise system.

RFP No 901406, Addendum No. 1 Page 3 County of Alameda, General Services Agency-Procurement RFP No. 901406, Addendum No. 1 Q8) How does the County want the data to be stored? A) The data will need to be stored inside the transport trucks until the transport trucks are able to interface with the County’s enterprise system.

Q9) How much data does the County want to store? A) Data will be transferred from each transport truck every night. The amount of storage expected for each vehicle is 30 days.

Q10) Are the current transport trucks equipped with shore power? A) No. The current transport trucks are not equipped with shore power.

Q11) The large transport truck has 16 cells and the small transport truck has five cells. Does the County want the same type of equipment and appropriate storage capability for each of the large and small transport trucks? A) Yes. The County would like the same equipment and appropriate storage capability for both large and small transport trucks.

Q12) What version of the Milestone Systems Software do the transport truck system need to integrate with? A) The County is requesting that the system integrates with Milestone Software Systems 2014 7.0b.

Q13) Does the County have a Milestone Systems Software license available to allow the contractor to program and test the Enterprise System? A) Yes. ACSO currently has an Enterprise license for the Milestone Systems Software. Any new camera installed would require a license and would need to be purchased by the contractor.

Q14) Can the County please describe which functions operators in the Milestone Systems Software expect to perform on video and audio recorded in the contractor’s system? A) The County will be using the Milestone Systems Software to store audio and video files.

Q15) Does the County have a local vendor that installs and maintains the Milestone Systems Software that is currently in place for the prisoner transport trucks? A) ACSO currently manages the Milestone Systems Software.

Q16) How many transport trucks and channels per transport truck will the Milestone Systems Software integration need to support in the short and long term? A) In the short term, the County is purchasing the six transport trucks through this RFP. In the long run, the County plans to expand this system to approximately another 30 transport trucks. Bidders should bid on the quantities listed in the bid form.

Q17) Should the bidder include costs for all building side equipment to be provided, installed, and integrated?

RFP No 901406, Addendum No. 1 Page 4 County of Alameda, General Services Agency-Procurement RFP No. 901406, Addendum No. 1 A) Yes. All costs for building side equipment to be provided, installed and integrated should be included as part of the transport trucks cost.

Q18) Will the County please provide a preferred local vendor for the contractor to partner with to facilitate the building side installation? A) The County currently does not have a preferred vendor for the building side installation.

Q19) Does the County prefer to have IP cameras or analog cameras? A) The County prefers to have IP cameras.

Q20) On page 29 of EXHIBIT D – LARGE TRUCK SPECIFICATIONS RESPONSE, Section Noise Cancellation (applies to page 25 of EXHIBIT E – SMALL TRUCK SPECIFICATIONS RESPONSE, Section Noise Cancellation as well), states: 4 Channel DSP (Digital Signal Processor) based background noise reduction unit. It is designed to digitally screen out voice from other (back ground) sounds picked up by microphones. The OSP is also effective in eliminating microphone pre-amplifier noise. If the County prefers to have IP cameras, are the noise cancellation items still required for this RFP? A) The noise cancellation items are a minimum requirement of this bid, however, the bidder can propose the use of IP cameras as part of their bid response in Exhibit A, page 12, EXCEPTIONS, CLARIFICATIONS, AMENDMENT.

Q21) Should the bidder include the additional hardware costs required to run the Milestone Software Systems recording platform? A) The Milestone Software Systems licensing should be included in the bid for the cost per transport truck.

Q22) Do the transport trucks have to have wireless capability? A) Yes. The transport trucks must have a wireless system in order to transfer data seamlessly from the transport trucks to the enterprise system.

Q23) Does the County currently have a Wi-Fi system in place for transferring video data from the transport trucks to ground storage? A) No. The County does not currently have a Wi-Fi system in place to transfer video data from the transport trucks to ground storages.

Q24) Is the County requesting for a live transmitting Wi-Fi system or should it be a pull down Wi-Fi system? A) The County is requesting for a pull down Wi-Fi system.

Q25) Has there been a wireless survey completed to indicate available frequencies in the area?

RFP No 901406, Addendum No. 1 Page 5 County of Alameda, General Services Agency-Procurement RFP No. 901406, Addendum No. 1 A) No. The County currently does not have information regarding available frequencies in the area. Currently, there is no Wi-Fi system in place to transfer data. At this time, data is transferred when the transport trucks are parked.

Q26) Should the bidder include costs for building or supplying equipment for the Wi-Fi system? A) Yes. The contractor should include costs for building and supplying the equipment for the Wi-Fi system.

Q27) Can the County please provide details on the location where the transport trucks will be parked? A) The transport trucks will be parked behind the Santa Rita Jail in Dublin, CA.

Q28) What is the distance from where the transport trucks will be parked to where the ground side Access Point antenna(s) will be installed? A) All transport trucks will be parked within a distance of 300 feet from the building.

Q29) At what height can the Access Point antenna(s) be installed? A) The antenna can be installed on top of a two-story building at the parking location.

Q30) Are there any obstructions between the transport truck parking location and ground side Access Point Radio? A) No. There are no obstructions.

Q31) On page 2 of EXHIBIT D – LARGE TRUCK SPECIFICATIONS RESPONSE, Section A. Chassis, Item 1. (a) states: a. SPECIFIC RATINGS  Drive - 4 x 2  G.V.W.R Capacity - 37,700 lbs  Wheelbase - 288"  Rear Axle Ratio - 5.22 Ratio The 5.22 rear axle ratio is not available on the specified Freightliner M2-106 chassis. Will the County accept the available 5.38 rear axle ratio instead? A) Yes. The County will accept a 5.38 rear axle ratio.

Q32) On page 2 of EXHIBIT D – LARGE TRUCK SPECIFICATIONS RESPONSE, Section A. Chassis, Item 1. (b) states: b. POWER TRAIN  Engine  2015 Onboard Diagnostics/2010 EPA/CARB GHG14  2008 CARB Emission Certification - Exempted Vehicle, No Clean Idle Label Required – Cum ISC 6.7-360 360 HP@ 2400 rpm, 2600 gov, 800 lb/ft @ 1800 rpm  Cummins Turbocharged 18.7 CFM air compressor  Electric grid air intake warmer

RFP No 901406, Addendum No. 1 Page 6 County of Alameda, General Services Agency-Procurement RFP No. 901406, Addendum No. 1  Cummins exhaust brake integral with variable geometry turbo with on/off dash switch, activates stop lamps  Engine Cooling System  950 Sq. In. Aluminum Radiator  Transmission Allison 3000 EVS automatic transmission with PTO provision  Dash mounted, push button shift  Water to Oil transmission cooler – frame mounted  Exhaust – Exit rear of truck body The Freightliner M2-106 is no longer available with a Cummins ISC engine because it is no longer produced. Will the County accept an ISB engine with 360HP instead? A) Yes. The county will accept an ISB engine with 360HP.

Q33) On page 4 of EXHIBIT D – LARGE TRUCK SPECIFICATIONS RESPONSE, Section A. Chassis, Item 1. (i) states: i. CAB EXTERIOR  Cab –106" BBC High-Roof Aluminum conventional w/air mounts  Bumper – Three-Piece 14” Chromed Steel Bumper with collapsible ends  Frame – 7/16” x 3 - 9/16” x 11- 1/8 steel – square end frame  Grille – Chrome plastic hood-mounted  Mirrors  Door mounted on right and left side, 116” equipment width  Aftermarket, switch controlled retractable mirror arms to provide 102” clearance  Primary – S/S West Coast with heater, remote  Auxiliary – 8" convex, w/addt. down view on right side and 8”convex right fender mounted.  Windows  Tinted Safety Glass  Manual w/non-operating wing windows  Lighting  Five (5) LED marker lights  Headlights – Integral with daytime running lamps  Turn signals  Clear Fog Lights  Horn – Dual electric  Wipers – Single electric with delay  Fuel Tank – Equiflo system  Rectangular, Dual 50 Gallon Aluminum, right and left side mounted  Fuel filter/water separator with heated bowl The specifications request aftermarket switch controlled retractable mirror arms. This is not a readily available item, and therefore may present extreme difficulty in the future for service. Is this a required item or would manually retractable mirrors be acceptable? A) The switch controlled retractable mirror arms are preferred. If this option is not available, please note this on Exhibit A, page 12, EXCEPTIONS, CLARIFICATIONS, AMENDMENT.

RFP No 901406, Addendum No. 1 Page 7 County of Alameda, General Services Agency-Procurement RFP No. 901406, Addendum No. 1 Q34) If the County requires switch controlled retractable mirror arms, is there a preferred vendor for future service concerns? A) No. There are currently no preferred vendors for retractable mirror arms.

Q35) The previous specifications request for a manual crank type windows. Can the County please verify this is correct and electric windows are not desired? A) No. The County would like electric windows as opposed to manual crank type windows.

Q36) On page 24 of EXHIBIT D – LARGE TRUCK SPECIFICATIONS RESPONSE, Section J. Loose Equipment states: The following equipment shall be shipped loose with the vehicle:  Spare tire and wheel  Tire changing tools  Twenty four (24) J236 keys There is no space allotted for a spare tire and wheel. In addition, tire changing on heavy duty Freightliner chassis require heavy commercial equipment and training to safely change a tire. Is this still a requirement? A) Yes. The spare tire and wheel is for the County’s heavy duty mechanics.

Q37) It is recommended that in lieu of utilizing Wi-Fi for audio and video data transfer (due to limited bandwidth capabilities, increasing data transfer times created by the high volume of transmitted data from multiple cameras), a VPN tunnel system may be an alternate solution. Is it acceptable to integrate a VPN tunnel system via a 4G cellular communications platform? This configuration will allow for ongoing live VPN access to the vehicle. A) No. The County requires a Wi-Fi platform to transfer audio and video data.

Q38) On page 2 of EXHIBIT E – SMALL TRUCK SPECIFICATIONS RESPONSE, Section A. OEM Chassis, Item 1. (b) states: b. POWER TRAIN  Engine  Cummins 6.7L ISB  330 HP, 725 lb./ft. @ 1600 RPM, 2600 RPM Governed Speed – Black Heater, 120V/750 Watt  Starting Motor – 12V  Transmission  6 speed with Overdrive  3 Year/unlimited miles warranty  Engine Cooling System  Radiator, 717 Sq. In. cross flow  Exhaust –Exhaust system in accordance with Federal Motor Carrier Safety Regulations, Part 393.83 –Discharge at the right side of the vehicle, forward of wheel

RFP No 901406, Addendum No. 1 Page 8 County of Alameda, General Services Agency-Procurement RFP No. 901406, Addendum No. 1 –Tailpipe outlet shall not terminate within six inches of the vertical axis of the fuel tank filler openings A Cummins engine is no longer available for the Ford F-650. Is the Ford 6.7 Liter Powerstroke Diesel Engine acceptable? A) Yes. The Ford 6.7 Liter Powerstroke Diesel Engine is acceptable.

Q39) The previous specifications requests for a 3 year/unlimited miles transmission warranty. Ford’s standard transmission warranty is 60 months/250,000 miles; the unlimited mile warranty is not available from Ford factory. If an unlimited mile extended service plan is available, is this required to meet the bid specifications? A) No. The factory warranty is acceptable.

Q40) On page 3 of EXHIBIT E – SMALL TRUCK SPECIFICATIONS RESPONSE, Section A. OEM Chassis, Item 1. (g) states: g. ELECTRICAL  Alternator – 270 Amp Leece-Neville  Batteries – Three Motorcraft 900CA  Jump Start Single Stud – Remote mounted on battery box The Ford F-650 is not available with a 270 amp OEM alternator. A 220 amp alternator is available as an OEM option or dual alternators combining for 350 amps are available. Which one of the following does the County prefer? A) Please provide the dual alternators combining for 350 amps.

Q41) On page 4 of EXHIBIT E – SMALL TRUCK SPECIFICATIONS RESPONSE, Section A. OEM Chassis, Item 1. (i) states: i. CAB EXTERIOR  Exterior – XLT  Grille – Chrome  Front Bumper – Chrome  Tow Hooks – Front, two frame mounted  Mirrors – West Coast Style – Rectangular, 7.5” x 16.5”, 102” Wide Spacing  Windows – Tinted glass  Lights – Halogen Headlights – Clearance/Marker Lights  Horn – Dual electric  Windshield Wipers – Electric two Speed integral; Wash and Intermittent Feature  Fuel Tank – 45 Gallon, top draw, mounted left side, under cab  Fuel water separator with drain indicator light

RFP No 901406, Addendum No. 1 Page 9 County of Alameda, General Services Agency-Procurement RFP No. 901406, Addendum No. 1 The XLT package is no longer available for the Ford F-650 and options are available as stand- alone items. Is this acceptable? A) Yes. The County will accept stand-alone items.

Q42) The previous specifications requests for a fully chrome grille which is no longer available. Is a dark grille with chrome trim acceptable? A) Yes. A dark grille with chrome trim is acceptable.

Q43) The previous specifications requests for West Coast Style mirrors. Does the County want electrically retractable mirrors (as requested on the Freightliner chassis)? A) The County does not require electrically retractable mirrors on the small transport trucks.

Q44) How many transport trucks need to be equipped with wheelchair lifts? A) One out of the four large transport trucks require a wheelchair lift, and both small transport trucks should be equipped with a wheelchair lift.

RFP No 901406, Addendum No. 1 Page 10 County of Alameda, General Services Agency-Procurement RFP No. 901406, Addendum No. 1

The following participants attended the Bidders Conferences:

Company Name / Address Representative Contact Information Phone: 800-245-6303 Braun Northwest E-Mail: [email protected] P.O. Box 1204 John McCroskey Prime Contractor: Yes Chehalis, WA 98532 Subcontractor: No Certified SLEB: No Phone: 407-323-9414 MBF Industries, Inc. E-Mail: [email protected] 210 Tech Drive Bryan Tittle Prime Contractor: Yes Sanford, FL 32771 Subcontractor: No Certified SLEB: No Phone: 818-232-7726 Patronus Laboratories E-Mail: [email protected] P.O. Box 174 Rod Russell Prime Contractor: No Trout Creek, NY 13847 Subcontractor: Yes Certified SLEB: No

RFP No 901406, Addendum No. 1 Page 11 EXHIBIT C VENDOR LIST

RFP No. 901406 – Prisoner Transport Trucks

This Vendor Bid List is being provided for informational purposes to assist bidders in making contact with other businesses as needed to develop local small and emerging business subcontracting relationships to meet the requirements of the Small Local Emerging Business (SLEB) Program: http://www.acgov.org/gsa/departments/purchasing/policy/slebpref.htm.

This RFP Addendum is being issued to all vendors on the Vendor Bid List; the following revised vendor list includes contact information for each vendor attendee at the Networking/Bidders Conferences.

RFP No. 901406 - Prisoner Transport Trucks Contact Contact Business Name Address City State Email Name Phone Braun Northwest, John JohnMcCroskey@BraunNorthwe 800-245-6303 P.O. Box 1204 Chehalis WA Inc. McCroskey st.com 407-323-9414 MBF Industries John Baker 210 Tech Drive Sanford FL [email protected] x112 Clay Schaumbu A--Z Bus Sales, Inc. 916-391-1092 3418 52nd Ave CA [email protected] Hartman rg Bay Equipment & Rcih Retzner 510-783-9050 3393 Enterprise Ave Hayward CA [email protected] Repair El Dorado Bus Sales Dan Williams 650-222-2618 29220 Pacific Street Hayward CA [email protected] Golden Gate Truck Les Schwindt 510-632-3535 8200 Bladwin St Oakland CA [email protected] Center Motor Coach 1700 East Gold Road, Schaumbu Gary Pugsley 602-999-9427 IL [email protected] Industries Ste 300 rg Trivan Truck Body Ryan 360-815-7610 1385 W. Smith Rd. Ferndale WA [email protected] LLC Vandriel Sirchie Finger Print Aubrey Hall 609-654-0777 612 Gravelly Hollow Rd. Medford NJ [email protected] Laboratories Farber Specialty Scott 949-488-0338 7052 Americana Pkwy. Columbus OH [email protected] Vehicles Pearson Grover Patronus Labs Rod Russell 818-232-7726 825 West Grand Ave. CA [email protected] Beach Bryan- MBF Industries Bryan Tittle 407-323-9414 210 Tech Dr. Sanford FL [email protected]

Exhibit C – RFP No. 901406 Page 1

Recommended publications