<<

Atlanta Regional Commission Homeland Security and Recovery Group

Urban Area Security Initiative of Atlanta, Georgia

REQUEST FOR PROPOSAL

Multi-Jurisdictional, Multi-Helicopter Modification and Completion, Airborne and Ground Digital Downlink System Upgrade and Modification Specifications

07/21/2017 - Final

INTRODUCTION This regional project is intended to provide sharable video from existing aerial assets to all authorized law enforcement agencies across the Atlanta UASI footprint including the City of Atlanta, Clayton County, Cobb County, DeKalb County, Fulton County and Gwinnett County. Through this project various pieces of equipment will be purchased, installed and integrated on helicopter systems and at several ground stations with the intent that will make video sharable and available to all authorized users via desktop computers, laptops and handheld devices using the existing connectivity infrastructure. The expectations are that the successful bidder will provide one‐stop/full service/turnkey job to implement and maintain various upgrades and full integration of all equipment, services and products to the existing systems outlined within this RFP. Bids will be considered based on the modification and completion cost and according to compliance with specifications and other criteria, all described herein.

1. Description of Helicopters and Receivers/Servers. A. The modification and completion of one (1) Airbus/Eurocopter AS350B2 helicopter (S/N 3807 ‐ N90DK) operated by DeKalb County, Georgia; one (1) Bell 206L3 helicopter (S/N 51389 ‐ N296CC), operated by Clayton County, Georgia; one (1) MD 530F helicopter (S/N 0604FF – N1605K) operated by Gwinnett County, Georgia; and one (1) MD500E helicopter (S/N 0557E – N369PD) operated by the City of Atlanta. B. The modification and updating of three (3) existing Fixed Downlink Receiver Sites and their servers. Current site locations are: 1. DeKalb County Sites: a. Tower Receiver Site located at: 701 Camp Rd, Decatur, GA 30032. b. Server Located at: 1950 West Exchange Place, Tucker, GA 30084. 2. City of Atlanta proposed Sites: a. Tower Receiver Site 1 located at: 133 Peachtree St NW, Atlanta, GA (Georgia Pacific Building). Multi‐Jurisdictional Multi‐Helicopter Modification and Completion, Airborne and Ground Digital Downlink System Upgrade and Modification Specifications

b. Tower Receive Site 2 located at: 3201 Roswell Rd NE, Atlanta, GA 30305 (Atlanta Fire Station #21). c. Server located at: City of Atlanta Center, 180 Peachtree St, Atlanta, GA 30303.

2. Fiscal Agent and Operating Agency. Throughout this document there will be references to The Atlanta Regional Commission – Urban Area Security Initiative (“ARC UASI”) and the Operating Agency or its designees. The ARC UASI will be the fiscal agent and is the overall responsible party for this project. The ARC UASI will provide the funding and shall be designated as the payor. The project is to be funded by Grant Award Number: EMW‐2015‐SS‐00065‐S01, Grant Name: FY2015 DHS HSGP, Urban Area Security Initiative (UASI) and the Catalog of Federal Domestic Assistance (CFDA) Number: 97.067. All work shall be completed within five (5) months of the Notice of Award and issuance of Purchase Order (PO). The Operating Agency is the entity that owns or operates the helicopters and/or original equipment to be upgraded, installed, configured, modified, warrantied and inspected. Both the ARC UASI and the Operating Agency may identify and name an individual or group of individuals to oversee their interest in the project. These “designees” shall be identified and named to the vendor after award and prior to the start of the project. Future references to ARC UASI and the Operating Agency include such designees.

3. Instructions. Vendors/Bidders responding to this proposal should adhere to the following additional instructions: A. Submit eight (8) hard copies and one (1) copy in digital format, either in Word, Excel or PDF format, no later than 5:00 pm EST on Thursday, August 31, 2017. B. Proposals must be submitted to the following address: Atlanta Regional Commission ATTN: Greg Mason Homeland Security & Recovery Group International Tower 229 Peachtree Street NE Suite 100 Atlanta, Georgia 30303

Page 2

Multi‐Jurisdictional Multi‐Helicopter Modification and Completion, Airborne and Ground Digital Downlink System Upgrade and Modification Specifications

C. Proposals shall not exceed a total of 40 pages (8.5 x 11), inclusive of resumes and firm experience. Covers, end sheets and an introductory letter shall not count against this maximum. Font size shall be a minimum of 10 point in all cases. D. Vendors shall provide a quotation on each piece of equipment required to meet the specifications of this RFP. Group quotations of similar equipment will not be accepted (Example: “Avionics,” with one listed price, will not be accepted). An example of the Mandatory Price Sheet can be found at the end of this document referenced as Exhibit B. Bidders may create their own form in Word or Excel as long as it follows the example provided. E. In addition to the individual price list referenced in item D, responders to this RFP must also provide a roll‐up of the proposed budget using the attached PDF form called Exhibit A. F. The successful firm or team of firms should be prepared to begin work immediately and complete work within the time frame specified in this document. G. Proposals must include the following information: 1. Name of lead firm and any sub‐consultants. 2. Listing of key project personnel and their qualifications. 3. Point of contact (name, title, phone number, mailing address, and email address) at lead firm. 4. Description of experience on similar projects including a list of at least 5 references with current contact information. 5. Geographic location of the consultant’s office performing the work. 6. Any other pertinent information.

ARC reserves the right to award a contract based on this RFP to a bidder based on initial proposals received without formal interviews and to award all or part of this project to one or more firms. If interviews are necessary, the short‐listed firms will be invited to participate in an interview process with an evaluation committee. To further assist prospective bidders successfully propose on this project, ARC will host a vendor/bidders conference on Wednesday, August 9, 2017 from 2:00 to 3:30 PM in the I. Emerson Bryan Conference Room at Atlanta

Page 3

Multi‐Jurisdictional Multi‐Helicopter Modification and Completion, Airborne and Ground Digital Downlink System Upgrade and Modification Specifications

Regional Commission, International Tower, 229 Peachtree Street NE, Suite 100, Atlanta, Georgia 30303.

4. Best Value. Selection of a vendor will be based on “Best Value” to the ARC UASI and the Operating Agency. The ARC UASI and the Operating Agency shall solely determine the “Best Value” through evaluation of each vendor proposal per the criteria described below.

5. Evaluation Criteria. The following are evaluation criteria. While negotiations may be held, vendors are advised to submit their most competitive Cost and Technical Responses. A. Qualifications and Experience: 35% 1. Qualifications (including financial). 2. FAA Licensure/Certifications. 3. Relevant Experience/Number of Aircrafts/Similar Projects Completed. 4. References. B. Cost: 30% C. Technical Response Requirements: 25% 1. Security/Encryption/Encoding ability. 2. Video Feed technology, including broadcast technology, data compression, streaming, transmission, interoperability, interface System Maintenance/Technical Response. D. Proximity to Operating Agency Location: 10%

6. Certification. The helicopter(s) to be modified must be able to obtain standard airworthiness certificates, issued by the Federal Aviation Administration, when accepted by the Operating Agency after modification and completion. All installed equipment and accessories must have Federal Aviation Administration approval and have no negative impact on the standard airworthiness certificate.

7. Airworthiness Directives. All current airworthiness directives must be complied with at the time of Operating Agency acceptance. Any anticipated airworthiness directives must be listed within the proposal response, to include the costs associated with their compliance. Any recurring

Page 4

Multi‐Jurisdictional Multi‐Helicopter Modification and Completion, Airborne and Ground Digital Downlink System Upgrade and Modification Specifications

airworthiness directives shall be noted as to the efforts ongoing by the manufacturer or vendor to provide a remedy.

8. Scope of Work. The items listed under section 9. Vendor Modification and Completion Requirements and Standards shall be provided by the vendor unless that item is specifically listed as provided by the Operating Agency as customer furnished equipment. Customer furnished equipment items shall be quoted as to installation only.

9. Experience, Qualifications and Location. A. Vendors or sub‐contractors shall have documented previous experience with complex law enforcement helicopter modifications similar to this project. The complex completions must have included the installation of communications systems with multiple mission transceivers (excluding those transceivers used for air traffic control communications), gyro stabilized camera systems which included infrared and video cameras, and custom cockpit panel layouts. Vendors or sub‐contractors must have completed at least five (5) such complex completions to helicopters within the immediately previous 36 calendar months. Vendors or sub‐contractors shall provide contact information (name, address, phone and email) for the customer(s) of such five (5) completions. B. Vendors or sub‐contractors shall be licensed as Federal Aviation Administration avionics repair stations associated with this work.

10. Vendor Modification and Completion Requirements and Standards. A. The Downlink Modifications/upgrades must maximize the performance and reliability of the secured video downlink system, and are intended to increase the effective range of the aircraft and increase the reliability and stability of the signal within the coverage area. Furthermore, ARC‐UASI and the Operating Agency desire the same high quality video signal to be available to networked devices such as laptops, personal computers, etc., at the designated receivers. B. All equipment shall be new quality. C. Unless the Operating Agency chooses to deliver the helicopter(s) to the vendor, the vendor shall be responsible for the transfer of the helicopter(s) from the Operating

Page 5

Multi‐Jurisdictional Multi‐Helicopter Modification and Completion, Airborne and Ground Digital Downlink System Upgrade and Modification Specifications

Agency’s location to the vendor’s location. All check flights, prior to final inspection by the Operating Agency as described in Section 23, shall be performed by the vendor, together with the Operating Agency. All flights performed by the vendor shall be piloted by and completed only by approved personnel from the Operating Agency. D. Vendor shall be financially responsible to the Operating Agency for the cost of the helicopter, and for all customer furnished equipment delivered to the vendor, from the time the vendor takes possession of each helicopter from the Operating Agency, until such time as the Operating Agency accepts the helicopter(s) as described in Section 23; provided, however, that the vendor shall not be financially responsible to the Operating Agency for damages caused to the helicopter(s), or to customer furnished equipment, on account of a mishap or accident while an Operating Agency pilot is in command during flight tests as described in Section 23 if the mishap or accident is found to be caused exclusively by the negligence of such pilot in command, so long as the mishap or accident is not due to the work performed, or installation of equipment, by the vendor. E. All modification and completion work shall be performed at the vendor’s place of business. F. The vendor shall ensure that all work, installations, and necessary documentation are performed to Federal Aviation Administration standards, maintaining the Standard Airworthiness Certificate of the helicopter(s). G. All cockpit and cabin lighting as well as all installed avionics and equipment shall be night vision goggle (NVG) compatible. H. The vendor shall include and install all wiring, necessary displays, switches, relays, interconnects, hardware, firmware, and to make all systems and devices fully functional and interface together to the full extent of their design capabilities. I. All wiring installed by the vendor shall be indelibly marked along its entire length at a minimum of every twelve (12) inches to identify its function. After installation, every individually installed wire shall be checked for excessive electrical resistance (ohms) and integrity. J. Service loops shall be provided for all connections for all cockpit equipment installed. The length of the service loops shall be specified by Operating Agency after

Page 6

Multi‐Jurisdictional Multi‐Helicopter Modification and Completion, Airborne and Ground Digital Downlink System Upgrade and Modification Specifications

consulting with the vendor. The service loop lengths must be approved by Operating Agency prior to acceptance of the helicopter(s) as described in Section 23. K. Throughout this document particular antennas are specified for some applications and particular antennas are not specified for other applications. The vendor shall ensure that appropriate antennas are installed to operate all the listed equipment and that each antenna is labeled as to its function. All antenna installations shall meet the manufacturer’s minimum distance installation requirement from other installed antennas or equipment. L. All communications systems, including avionics, police radios, FLIR, and recording devices shall be free from electrical interference and electrical noise, including electrical noise generated by the Nightsun, generator(s), et cetera. M. Customized wiring diagrams for the helicopter(s) shall be provided to the Operating Agency. Wiring diagrams shall be computer‐aided design (CAD) and shall be provided in electronic and printed paper format. N. The helicopter(s) center of gravity location shall be such that the removal of any one or random combination of modularly installed police equipment shall not displace the center of gravity out of the certified limits, or deny subsequent flight, due to the center of gravity being outside of the certified limits with any random mix of crew, passenger, and / or modularly installed police equipment. Helicopter certification shall include all possible combinations of equipment. O. Load Response shall include the helicopter’s actual empty weight and the estimated useful load based on the installation of all specified equipment. Upon completion of all work a new weight and balance for all configurations of removable equipment for the helicopter(s), “on and off,” must be provided by the vendor. In addition, a final actual weight of helicopter shall be conducted in the completed helicopter’s standard operational configuration. P. Upon helicopter delivery, the vendor shall provide the Operating Agency with an equipment list, in addition to that required in the pilot operating handbook/helicopter flight manual, listing the name, weight, part number, and center of gravity location for each piece of equipment installed. Q. Equipment may be marked Proprietary or Or Equal to. 1. Equipment marked with Proprietary:

Page 7

Multi‐Jurisdictional Multi‐Helicopter Modification and Completion, Airborne and Ground Digital Downlink System Upgrade and Modification Specifications

Vendors must respond to items conforming exactly to these requirements and specifications and include only the manufacturer make and model number(s) specified. 2. Equipment marked with Or Equal to: Catalogs, brand names, or manufacturer's references are descriptive only, and indicate type and quality desired. If proposing other than the referenced brands/model numbers, Respondent must show manufacturer, brands or trade name, product number and provide complete descriptive information of product offered. Failure to take exception to specifications or reference data will require Respondent to furnish specified brand names, numbers, etc. R. Upon helicopter delivery, the vendor shall provide the Operating Agency with a listing for each piece of equipment, in addition to that required in the pilot operating handbook and/or airplane flight manual, listing the following: 1. Name. 2. Weight. 3. Part number. 4. Center of gravity location.

11. Subcontractors. Subcontractors may be used but vendor must provide list of proposed Subcontractors in their bid package and is subject to approval by the ARC‐UASI and Operating Agency.

12. Contract; Work Conferences and Inspections. Within thirty (30) calendar days of the bid award, representatives of ARC‐UASI and the Operating Agency shall meet with the successful vendor at the vendor’s facility for a work scope meeting and to negotiate the final terms and conditions of a contract between the parties. ARC‐UASI and the Operating Agency shall determine and approve, in this and in additional conferences with the vendor as described in the following paragraph, the details of the configuration of the helicopter(s), including but not limited to, electrical system, panel layout, switch layout, paint, and all other aspects of the helicopters’ completion. Additionally, the vendor shall provide a tour of its facility to illustrate the vendor’s ability to meet the specifications and completion schedules as contained within this document.

Page 8

Multi‐Jurisdictional Multi‐Helicopter Modification and Completion, Airborne and Ground Digital Downlink System Upgrade and Modification Specifications

13. Deviations. Additional conferences shall be held as deemed necessary by ARC‐UASI and the Operating Agency throughout the completions. At any time if the original agreed upon work scope cannot be completed or any deviation occurs, all work will stop until the ARC‐UASI and the Operating Agency and vendor can discuss and agree on an appropriate modification. The vendor will suggest option(s) to correct the deviation and the Operating Agency must agree to any modification before work will continue.

14. Inspections. The successful vendor at all times during the contract term shall allow Operating Agency to inspect the status of the completion work performed to the helicopters during normal business hours or as otherwise agreed upon by the vendor and Operating Agency.

15. Warranty. All work performed by the vendor shall be warranted by the vendor for repair, to include parts and labor, for not less than 1,000 flying hours or 24 months, whichever occurs first, after acceptance of the helicopter by the Operation Agency as described in Section 23. Any warranty repairs shall be performed at the assigned operating station of the helicopter, as determined by the Operating Agency within the State of Georgia, unless the Operating Agency chooses to have the warranty repairs performed at the facilities of the vendor. The vendor will provide one‐stop/full service/turnkey job to implement and maintain various upgrades and full integration of all equipment, services and products to the existing systems outlined within this RFP. ARC UASI will expect to only make one (1) call/email/text to the vender for assistance and not have to go to any other vendor, suppliers or companies for assistance for the service request. A. The vendor shall ensure that all manufacturers’ warranties for purchased parts, components, and products, whether installed in a helicopter(s) or delivered as loose equipment with a helicopter(s), are transferred to the Operating Agency so that the Operating Agency enjoys the full benefit of those warranties as offered by the manufacturers. B. The vendor shall ensure that all manufacturers’ warranty periods for purchased parts, components, and products, whether installed in a helicopter(s) or delivered as loose equipment with a helicopter(s), begin with the date that the Operating Agency accepts the helicopter(s). The vendor shall ensure that the Operating Agency receives the full warranty period allowed by the parts, components, or products

Page 9

Multi‐Jurisdictional Multi‐Helicopter Modification and Completion, Airborne and Ground Digital Downlink System Upgrade and Modification Specifications

manufacturers, as though the Operating Agency had purchased the part, component or product, and had immediately placed that part, component or product into the service of the Operating Agency, having met all conditions required to receive the full effect of the manufacturers’ warranty period. C. Should the vendor fail to comply with the requirements of the preceding two (2) paragraphs, the vendor shall act in the part, component, or product manufacturers’ stead, and shall satisfy the part, component, or product manufacturers’ warranty obligation as though the requirements of the preceding two (2) paragraphs had been satisfied, so that the Operating Agency receives the full benefit of those warranties as offered by the manufacturers. D. If the helicopter(s) is grounded due to a warranty repair item, and mission demands require immediate repair and return to service, the Operating Agency shall make necessary repairs by the most expeditious means available and shall be reimbursed for parts and labor by the vendor. E. Annual Service maintenance shall include software/firmware upgrades for all devices associated with this downlink project to be maintained by the vendor including cloud usage. The warranty and annual service maintenance will include but is not limited to the following: 1. 24/7/365 live technical support coverage provided by vendor. 2. Integration of all equipment. 3. Two (2) year full warranty on parts and labor. For purposes of future consideration, bidders should also provide a price for extending the warranty for a third year. This separate quote should be place in the appropriate found in Exhibit A. 4. Valid transfers of OEM warranties to the vendor with expedited factory service access for supplier from OEM. 5. Loaner system equipment provided within 48 hours after on‐site service call, if needed. 6. Unlimited service calls with vender within three (3) business days of repair request. 7. Vendor must be authorized to conduct warranty repair work and to supply replacement parts through the appropriate manufacturers.

Page 10

Multi‐Jurisdictional Multi‐Helicopter Modification and Completion, Airborne and Ground Digital Downlink System Upgrade and Modification Specifications

8. End User Training (Travel & Expenses Included). One Day On‐Site Training for forty (40) agency personnel annually for a two (2) year period. 9. Technical and operational consultation services, if needed. 10. The annual service maintenance cost shall increase no more than 5.0% per contract year.

16. PRICING NOTE – Equipment. The pricing for the following equipment must be proposed separately as outlined on a Mandatory Price Sheet.

17. Antennas. The vendor shall ensure that equipment requiring antenna or antennas have those items properly installed to operate all the listed equipment herein. Each antenna is to be labeled externally on the helicopter as to its function and/or assigned piece of equipment.

18. Law Enforcement Equipment. Each helicopter will be specifically equipped with equipment listed below as per the designated helicopter and Operating Agency in the equipment description: A. Moving Map (Atlanta). One (1) each Proprietary: this system shall be complete and installed (MD500E helicopter [S/N 0557E – N369PD] operated by the City of Atlanta). 1. Churchill . a. Augmented Reality System (ATOM) – One (1) Each. b. Mission Management System – One (1) Each. c. NVIS Keyboard – One (1) Each. d. Internal mounted and remote controlled digital video recorders – Two (2) Each. e. Internal Navigation System – Honeywell IMU. f. GNSS Antenna – Novatel External (L1/L2 Dual Frequency). g. Analog to HD/SDI Converter. h. SDI/HDMI Cross Converter and De‐interlacer/Format converter (Decimator MD‐HX recommended). i. Any other cable, mating, or required hardware for installation and completion not mentioned to ensure proper operation.

Page 11

Multi‐Jurisdictional Multi‐Helicopter Modification and Completion, Airborne and Ground Digital Downlink System Upgrade and Modification Specifications

j. The system shall include Lifetime Map Updates, Lifetime Software Updates, and Software Customization to meet the requirements of the Operating Agency. k. Include all the necessary GIS Integration as determined by the Operating Agency. l. Include all third party peripheral systems integration as determined by the Operating Agency.

B. Moving Map (DeKalb, Clayton and Gwinnett). Three (3) each Proprietary: (1) Airbus/Eurocopter AS350B2 helicopter [S/N 3807 ‐ N90DK], operated by DeKalb County, Georgia, (2) Bell 206L3 helicopter [S/N 51389 ‐ N296CC] operated by Clayton County, Georgia, (3) MD 530F helicopter [S/N 0604FF – N1605K] operated by Gwinnett County, Georgia. This system shall be complete and installed. Helicopter 1 and 2 will need item (m) listed below. Helicopter 3 will not need the IMU installed into the Aerocomputers LE6000. 1. Aerocomputers LE6000. a. UC‐6000 CPU. b. UC‐6000 Install Kit. c. AK‐4 keyboard with night vision goggle (NVG) filtering. d. Annual Hardware and Software Maintenance. e. All products and installed Downlink System Ground Receiver equipment shall be warrantied for a period described in Section 15. f. ViewSync Level 3 Gimbal Command Software for integration EO/IR Sensors. g. Internal Gimbal Hardware Interface Adaptor. h. ViewSync L‐2 with Internal GPS Rev B Adaptor. i. Tactical Parcel Maps. j. Parcel data for Georgia installed in the system. k. The central processing unit (CPU) shall be shock mounted (shock mounts included in install kit). l. Universal bus (USB) port, with cover, at a location to be determined by the Operating Agency after consulting with the vendor, shall be

Page 12

Multi‐Jurisdictional Multi‐Helicopter Modification and Completion, Airborne and Ground Digital Downlink System Upgrade and Modification Specifications

installed in the cockpit to allow uploading or downloading of data to the UC‐6000. m. SPAN IMU Integrated SPAN receiver and ADIS16488 IMU n. Any other cable, mating, or required hardware for installation and completion to ensure proper operation. o. Software Maintenance Agreement which provides UltiChart System Updates, Map and Data Updates, and AeroParcel Updates. Custom and Optional Map Types not included. Term 1 Year. p. All products and installed Downlink System Ground Receiver equipment shall be warrantied for a period described in Section 15.

C. Digital Video Downlink Helicopter System. Two (2) each Proprietary: (Bell 206L3 helicopter [S/N 51389 ‐ N296CC] operated by Clayton County, Georgia, MD 530F helicopter [S/N 0604FF – N1605K] operated by Gwinnett County, Georgia). The system shall be complete and installed. 1. Transmitter. a. Skymaster Transmitter. b. 6.425‐6.525 GHz, 3w‐MPEG 4 High Definition (HD). c. COFDM Modulation DVB‐T. d. AES Encryption 256 Bit. e. USA; VAR; 1Band; 6.4 portion of BCST 7GHz, Typical for Law Enforcement Operations. f. MPEG‐2 Option. g. B‐Crypt encryption for transmitters, factory installed. 2. Airborne Antenna System. a. SkyLink Control C90, High Performance, avionics grade control system. Integration within moving map and optional control of complete airborne ENG, ALE, or EMT system. i. Controls up to Four (4) radios, Rx/Tx. ii. Interfaces with existing VGA monitor to display microwave control map.

Page 13

Multi‐Jurisdictional Multi‐Helicopter Modification and Completion, Airborne and Ground Digital Downlink System Upgrade and Modification Specifications

b. Remote interface Protocol Driver and Software for External Mapping Systems. c. Steerable Antenna Control (POD) must include simple moving map data of local sites. d. IMT Skymaster Tx Control. i. Provides both radio control and data power. ii. Includes software GUI panels. iii. Software only. e. SkyLink MINI II, high performance directional antenna with Internal INS. i. Stand‐alone Antenna with built‐in servo drive may be controlled from C90/100 or customer supplied control system (not included). ii. Internal INS. iii. Frequency: 4.9 and 6.5 GHz (one at a time). iv. One (1) 2x1 RF switch (band selector). v. TNC connector for 4.9 GHz and N‐Type connector for 6.5 GHz. vi. Az/El control. vii. Includes slip rings. f. SkyLink MINI Coupler Assembly with Down Look Antennas. i. In‐line 6 dB Coupler. ii. Two (2) Integrated Down Look Antennas for 4.9 and 6.5 GHz. iii. 75/25 split (HG/DL). iv. One (1) circulator GPS Antenna and Cable for C100 Antenna pod, 20Ft. v. Installation Connector Kit, SkyLink C‐100. vi. Connectors for Power and Compass. (includes cable termination instructions). vii. Installation Connector Kit, SkyLink C90. viii. Installation Cable Kit, Tx Only, IMT. ix. Connectors for Control Cable (power, nav, data) ‐ includes cable termination instructions.

Page 14

Multi‐Jurisdictional Multi‐Helicopter Modification and Completion, Airborne and Ground Digital Downlink System Upgrade and Modification Specifications

x. Installation Connector Kit, C100 to MINI w/Internal INS (includes cable termination instructions). 3. Meeker Helicopter Mounts. a. Meeker Dovetail Mount‐ To be installed and certified on helicopter (1) Bell 206L3 helicopter [S/N 51389 ‐ N296CC] operated by Clayton County, Georgia, (2) MD 530F helicopter [S/N 0604FF – N1605K] operated by Gwinnett County, Georgia. b. Meeker Post Mount location will be determined by Operating Agency after consulting with vendor.

19. Downlink System Ground Receiver (DeKalb). One (1) each Proprietary: The system shall be complete and installed. Exact mounting and installation of ground equipment will be determined by Operating Agency after consulting with the vendor. This system will be physically located at: Tower Receiver Site‐ 701 Camp Rd, Decatur, GA 30032. Server Location‐ 1950 West Exchange Place, Tucker, GA 30084. A. DMR600 Diversity Receiver. 1. 6 Channel Diversity Rx. 2. Maximum ratio combining, DVB‐T demodulator > ASI output and UDP streaming over IP. 3. Internal power supplies with independent switching for external BDC’s. 4. Front panel local control or remote control via serial, Ethernet, or dial up. 5. 50 MHz to 7 GHz, with correlation down converters. B. 24 Port Gigabit Managed Ethernet switch. C. Existing Video Network Server with Transcoder Upgrade to support additional new receiver (18. A.) 1. Four (4) input streams, multiple output each. 2. Controls up to two (2) receive sites. 3. Eight (8) client connections. D. Stand‐alone IP Decoder with B‐Crypt Decryption and Echo Transport Stream. 1. Output Resolution: Up to 1080P (user selectable). 2. Output Type: HDMI and simultaneous Composite. a. (RCA Video, Audio) (Composite is down converted from HDMI).

Page 15

Multi‐Jurisdictional Multi‐Helicopter Modification and Completion, Airborne and Ground Digital Downlink System Upgrade and Modification Specifications

3. Input: Ethernet. 4. Control: IR remote (included with external IR). a. Detector (for remote mounting). 5. Control: USB keyboard, included. 6. Supports full decryption – managed from VNS. a. Server side, (managed as “user” by server). 7. B‐Crypt decryption (direct connection to receiver). 8. Echo transport stream – user can specify secondary. 9. IP to echo incoming stream (used with direct receiver connections). a. Echo with B‐Crypt. b. Echo clear. c. Echo uni‐cast or multicast. 10. Full support for CP‐TAS‐4000. E. All equipment installed MUST meet R56 Grounding Standards. F. Warranties. All products and installed Downlink System Ground Receiver equipment shall be warrantied for a period described in Section 15. In addition to the newly installed equipment, previously installed and owned equipment of the same manufacturer, and purpose shall be added into this warranty. Exact location, type, and designated equipment to be warrantied shall be determined by Operating Agency after consulting with vendor.

20. Downlink System Ground Receiver (Atlanta). Two (2) each Proprietary: The system shall be complete and installed. Exact mounting and installation of ground equipment will be determined by Operating Agency after consulting with vendor. This system will be physically located at: Tower Receiver Site 1‐ 133 Peachtree St NW, Atlanta, GA (Georgia Pacific Building). Tower Receiver Site 2‐ 3201 Roswell Rd NE, Atlanta, GA 30305 (Atlanta Fire Station #21). Server Location‐ City of Atlanta Communications Center, 180 Peachtree St, Atlanta, GA 30302. A. DR6000, UHF Receiver; MPEG2 and H.264, 4:2:2. B. 6 way Diversity High Definition Receiver. C. Must have compatible IP transport stream with current AWS server. D. BTP (BMS Scrambling). E. Integrated Com‐Server, Streaming Video via IP.

Page 16

Multi‐Jurisdictional Multi‐Helicopter Modification and Completion, Airborne and Ground Digital Downlink System Upgrade and Modification Specifications

F. GenLock input, 6/7/8MHz. G. ASI/SD/HD‐SDI/CVBS/HDMI outputs; 4 Audio; UHF in. H. Includes AC cable and manual. I. UHF Distribution Amplifier with outputs for up to Six, 6‐way diversity Receivers. J. 3 x 1RU 19'' rackmount units, external DC power. K. All equipment installed MUST meet R56 Grounding Standards. L. Warranties. All products and installed Downlink System Ground Receiver equipment shall be warrantied for a period described in Section 15. In addition to the newly installed equipment, previously installed and owned equipment of the same manufacturer and purpose shall be added into this warranty. Exact location, type, and designated equipment to be warrantied shall be determined by Operating Agency after consulting with vendor.

21. Cloud Service and Video Exploitation. The received video signal will be sent to a cloud hosted media server that is on a separate network from the Operating Agency’s servers. The cloud hosting company shall be responsible for maintaining video integrity in order to facilitate distribution of the video to internet connected laptops, personal computers, tablet, and other mobile devices. The cloud service system MUST meet or exceed all Federal Law‐ Enforcement Standards for security and encryption.

22. Handheld Receiver. Two (2) each Proprietary. The system shall be complete. IMT Mobile Commander. A. Frequency, Family, UI, and Chassis‐ 6.4‐6.7 Band Mobil CMDR. B. Decoding Options‐ MPEG4 HD w/Spectrum Viewer. C. Demodulation Options ‐ COFDM Demodulation DVB‐T. D. Decryption ‐ AES Decryption 256 Bit. E. Streaming Video ‐ Video over IP. F. Frequency Plan ‐ USA; VAR; 1Band; 6.4GHz for LA Law Enforcement. G. Documentation ‐ Product and User Manuals.

23. Inspection and Acceptance.

Page 17

Multi‐Jurisdictional Multi‐Helicopter Modification and Completion, Airborne and Ground Digital Downlink System Upgrade and Modification Specifications

A. Final Inspection. Final inspection shall be conducted at the vendor’s location prior to the Operating Agency taking acceptance of the associated helicopter. The Operating Agency shall have sole authority to determine that the specifications have been met. Inspection shall include the verification that all equipment has been installed, that the equipment is working properly, and shall include flight tests, the number and length to be determined by the Operating Agency. If a defect is found with a helicopter and/or modification and completion, and the remedy for the defect will take an extended period of time as determined by the Operating Agency, then subsequent inspections shall occur until the contract specifications are met as determined by the Operating Agency and each helicopter is accepted. B. Shipping Expenses. Any loose equipment, packing cases, documentation, and etcetera, which cannot be transported within a helicopter to its assigned duty station, shall be shipped to the address as determined by the Operating Agency at the vendor’s expense. C. Completion Schedules. All helicopters and any relevant components shall be fully equipped, certified as per specifications, and delivered to the Operating Agency, in accordance with the provisions of this document, within 120 calendar days of the execution by the parties of a legally binding contract. Similarly, all ground based receiver equipment and any relevant components will be installed, configured and operational in accordance with provisions of this document within 120 calendar days of the execution by the parties of a legally binding contract. Such contract shall be negotiated and executed by the parties, a helicopter completion schedule will be provided to the vendor and the first helicopter released to the vendor within 30 days. Any time delay created as a result of the Operating Agency’s failure to provide personnel for the inspection and acceptance of the helicopter and/or completion of the ground based receiver equipment, as described within this document, shall be added to the 120‐day period described hereinabove, and vendor shall not be penalized therefor. D. Completion Penalties. Vendor understands and agrees that the delivery and acceptance deadline stated within this document is critical to the Operating Agency and that damages for failure to meet the completion schedule are difficult to calculate. Therefore, in the event the vendor fails to meet the delivery schedule as

Page 18

Multi‐Jurisdictional Multi‐Helicopter Modification and Completion, Airborne and Ground Digital Downlink System Upgrade and Modification Specifications

described within this document, the Operating Agency shall have the right to impose liquidated damages in the amount of $500 per calendar day. These liquidated damages are intended to represent a reasonable estimate of the damages which will be incurred by the Operating Agency, and are not intended to be a penalty. ARC UASI has the right to offset any liquidated damages payable to the Operating Agency, as specified above, against any payments due to the vendor. If insufficient payments are available to offset such liquidated damages, then the vendor shall pay the Operating Agency any remaining liquidated damages within fifteen (15) calendar days following receipt of written notice of the amount due. E. Bid price per helicopter completion shall be the invoice price per helicopter completion. ARC UASI shall remit payment for all vendor provided equipment and vendor provided services only after the Operating Agency has determined that the specifications as described within this document have been met through the procedures as described in this Section 23.

24. Required Federal Clauses and Certifications. Vendors should note that all ARC‐UASI solicitations and resulting contracts shall contain the following Federal Acquisition Regulations (FAR) https://www.acquisition.gov/browsefar and other clauses as applicable: A. Debarment and Suspension. B. Conflict of Interest. C. Lobbying and Certification and Disclosure. D. Sensitive Security Information. E. Federal Civil Rights Laws and Regulations. F. Federal EEO requirements. G. Disadvantaged Business Enterprises/Small and Minority Firms and Women’s Business Enterprises. H. Labor Requirements. I. Environmental Protections. J. Energy Conservation. K. Georgia E‐verify. L. Audit requirements.

Page 19

EXHIBIT A AVIATION RFP BUDGET SHEET

Bidder Company Name: Pricing Contact Name:

Company Street Address & Suite: Bidder Phone Number:

Company Company Zip Company State: Bidder Email Address: City: Code: Aircraft Jurisdiction Aircraft (or Airborne) Ground Total Spec

Moving Map Digital Video Downlink Aircraft System Downlink System Ground Receiver

One (1) each Proprietary: Exact mounting and installation of ground equipment will be determined by operating agency or its designee. Potential Tower Receive DETAILS: (1 System) MD500E helicopter Site 1 Georgia Pacific Building Tower Receive Site 2 Atlanta Fire Station #21 Atlanta Server Location City of Atlanta Communications N/A Qty Price Total Qty Price Total Churchill ATOM Churchill

DETAILS: (1 System) Bell 206L3 helicopter; Digital Video Downlink Aircraft System DETAILS: (1) Downlink System Bell 206L3 helicopter

Clayton Qty Price Total Qty Price Total N/A LE6000 LE6000 Aerocomputer Aerocomputer

DETAILS: DETAILS: (1 System) MD 530F helicopter (1) Downlink System MD 530F helicopter Digital Video Downlink Aircraft System Gwinnett Qty Price Total Qty Price Total N/A LE6000 LE6000 Aerocomputer Aerocomputer

One (1) each Proprietary: Exact mounting and installation of ground equipment DETAILS: (1 System) Airbus/Eurocopter AS350B2 helicopter will be determined by operating agency or its designee. Tower Site Receive Location: 701 Camp Rd, Decatur GA 30032 Server Location 1950 West Exchange Place, Tucker GA 30084 Dekalb N/A

LE6000 LE6000 Qty Price Total Qty Price Total Aerocomputer Aerocomputer

Year 1 & 2 Year 3 Warranty Training (40 people)

Cloud Based Services

GRAND TOTAL EXHIBIT B. SAMPLE Mandatory Price Sheet

Estimated Estimated Estimated Category Notes Quantity Cost per Unit Subtotal

Aerial Downlink Equipment - Airbus/Eurocopter AS350B2 helicopter

fsdds

Labor and installation Airbus/Eurocopter AS350B2 Costs Total

Aerial Downlink Equipment - Bell 206L3 helicopter

fsdds

Labor and installation Bell 206L3 Costs Total

Aerial Downlink Equipment - MD 530F helicopter

fsdds

Labor and installation MD 530F Costs Total

Downlink System Ground Receiver (DeKalb)

fsdds

Labor and installation DeKalb Downlink Costs Total

Downlink System Ground Receiver (Atlanta)

Confidential Proprietary Page 1 Estimated Estimated Estimated Category Notes Quantity Cost per Unit Subtotal fsdds

Labor and installation Atlanta Downlink Costs Total

Cloud Service and Video Exploitation

Labor and installation Cloud Service and Video Expliotation Subtotal

Handheld Receiver

Labor and installation Handheld Receiver Subtotal

Additional Costs (i.e.,Training, Warranty)

Labor and installation Additional Costs Subtotal

TOTAL

Confidential Proprietary Page 2