Check the "Contract Updates for the Week"

PUBLIC SAFETY ANSWERING POINT SYSTEM

(contract last updated 07/23/2010)

SCOPE: Contract for the University of Wisconsin Madison Police Department for a Public Safety Answering Point (PSAP) System.

CONTRACT # DESCRIPTION
10-5247 PUBLIC SAFETY ANSWERING POINT SYSTEM
CONTRACT ORIGIN: ADDITIONAL INFORMATION:
UW-Madison
Purchasing Services
21 N Park St, Ste 6101
Madison, WI 53715-1218
UW-Madison users contact:
Susanne Matschull
(608) 262-3198 / FAX (608) 262-4467
smatschull@bussvc.wisc.edu
  Non-UW-Madison users contact: Vendor Representative
RESTRICTED TO: University of Wisconsin Madison Police Department
COOPERATIVE PURCHASING: NO
CONTRACT TERM: August 1, 2010 through July 31, 2013, with automatic renewal extensions to July 31, 2015, unless amended, cancelled or rebid.

Vendor(s)
113756
AT&T Global Services Inc
722 N Broadway
Milwaukee  WI  53202
     
Sales Representative: PHONE # FAX #
Deborah Ambruso 262-455-5213 847-513-0639
E-mail DA7652@ATT.COM
  PHONE # FAX #
Ordering/Expediting: 262-455-5213 847-513-0639
Invoice Information: 800-424-1911  
Supplier Diversity Reporting: 314-235-0594 314-247-5290
Website: www.att.com
Commodity Code 725-15
725-18
725-28
F.O.B. “I” F.O.B. DESTINATION FREIGHT PREPAID INCLUDED AND INSTALLED
“V” F.O.B. SERVICE/MAINTENANCE
Terms: N/30
Invoicing: Invoices shall reflect contract pricing.
Warranty: The warranty period will begin following the successful acceptance testing.
Back Orders: Will notify ordering department within 24 hours of order/release.
Pricing Information: SEE BELOW

ITEM

DESCRIPTION

UNIT PRICE

1

Public Safety Answering Point System

$130,626.46

2

Maintenance Agreement - First Year

Included

3

Annual Maintenance Years Two through Five

$22,521.06

SPECIFICATIONS

 

Public Safety Answering Point Specifications

1.

All equipment must comply with any and all Federal Communications Commission Rules and Regulations, including Part 68. 

2.

The system must conform to the following NENA Standards and Recommendations:  Generic Standards for E9-1-1 PSAP Equipment (Issue 2).

3.

The system must conform to the following NENA Standards and Recommendations: NENA PSAP Master Clock Standard (Issue 3).

4.

The system must conform to the following NENA Standards and Recommendations: Generic Standards for E9-1-1 PSAP Intelligent Workstations.

5.

The system must conform to the following NENA Standards and Recommendations: FCC Wireless E9-1-1, 94-102 and addendums.

6.

The system must conform to the following NENA Standards and Recommendations: NENA-02-010 Standard Formats & Protocols for ALI Data Exchange, ALI Response, & GIS Mapping.

7.

The system must conform to the following NENA Standards and Recommendations: NENA-08-002 NENA Functional and Interface Standards for Next Generation 9-1-1.

8.

The system must provide reliable high quality next generation enhanced 9-1-1 service with modern features for the PSAP users. 

9.

All equipment and component parts furnished shall be new and meet the minimum requirements stated herein, and be in operable condition at the time of delivery.

10.

Overall design of the ANI/ALI system and associated telephone system shall be fault tolerant in such a manner that one single point of failure does not disable overall operation of the system.

11.

The system must be a turnkey solution that is Next Generation E911 ready and must be capable of receiving transferred Wireless Phase I and II calls.

12.

The PSAP system and associated equipment will be delivered to its proper location and installed by the Vendor without additional cost or expense to UW-Madison and accomplished with the minimum of interruption to the normal business operation with all work done in a neat and professional manner and compliant with the applicable national, state and local codes and regulations.

13.

Contractor will be responsible for removal and disposal of any current phone equipment no longer needed for this phone system.

16.

All current UW-Madison Police Dept. administrative phone lines must be able to  function with the new system.

17.

Call Positions will only require a network connection(s) for all application operations and be able to be located in the primary location and secondary location in different facility for backup operations.

18.

Administrative telephone, ANI, ALI server functions will be located at the UW-Madison Police Department.

 ii.

Specific Specifications

20.

The Contractor must provide a fully state of the art ANI/ALI system for 1 (one) PSAP (Public Safety Answering Point) with 4 911 lines, 2 call taker positions,  5 administrative lines, ring down lines, direct transfer lines, and all other lines  currently in use at the UW-Madison Police Dept Communication Center. 

21.

Voice transfer must be an available option for the PSAP system.

22.

The controller must be able to receive wireless phase I and II transfer calls.  

23.

The system must have the ability to be expanded/upgraded.

24.

The system must include Caller ID on administrative lines.

 ii.

Specific Specifications

25.

UW-Madison Police Dept. uses HTE Computer Aided Dispatch (CAD) software. The system must be able to integrate with the CAD system and services must be available for integration with future CAD system upgrades.

26.

A network based alarming system monitoring the controller shall be provided that will signal appropriate personnel upon a device, circuit, or module failure by audible alarm, pager, email, and to report over network to the central network management software. 

27.

Network based remote access through the UW-Madison Police Dept’s secure VPN or equivalent alternate method for maintenance and support is required.

28.

The system must have the capability to interface with multiple telephone company ALI remote databases and formats for wire line and wireless providers as well as future connections such as ACN.

29.

The system must have the capability to automatically or manually query ALI data (re-bid) if not initially received.

30.

The system must have the capability for abandoned call retrieval with display of ANI/ALI (within the limits of ANI capture from tandem switch). 

31.

The system must have the capability of alerting for abandoned calls and provide processes for call takers to determine abandoned call status and also provide a mechanism for clearing abandoned calls.

32.

The system must include integrated management reports program to indicate call and call taker activity and to summarize this activity by call taker and by hour and day for a time period of at least one month intervals. 

33.

The system should provide reports regarding call and call taker activity by day, week or month and be able to print on demand or scheduled print as required.

34.

The system must provide three-way call transfer/conference capability, allowing dispatcher to drop from conversation without disconnecting caller (unsupervised call transfer). 

35.

The system must provide the three-way call transfer/conference capability with CO based selective routing, 7 digit POTS lines or single button ring downs.

36.

The system must permit, at the discrepancy of the agency, the ability to barge into a telephone call in progress between an outside caller and the dispatcher. 

37.

The system must provide call queuing on the ALI display.  This display must show how many  calls are currently ringing into the center and which line is to be answered next. 

38.

The system must automatically perform call queuing.  All calls should ring at each position; callers should automatically be routed in the order in which the ANI/ALI controller received them simply by answering the telephone.

39.

All calls received must be presented to the dispatcher for one button answer.  The dispatcher must have the option of answering another incoming line if necessary. 

40.

The system must have the capability to transfer 911 trunks and overflow administrative calls to specified stations using a single keystroke.  The transfer must work in an E911 tandem environment or using the ANI/ALI controller to set up the connection using outside lines (trunk to trunk transfer).

41.

Each dispatch position must incorporate TDD functionality and operate independently of each other.  A challenge feature is also required to test for ASCII connection with auto switch and communication when required. 

42.

Automatic Baudot detection and automated response with user-defined messages is required.  No common TDD modems are allowed.  This function will allow the dispatcher to communicate by using the keyboard or using up to 20 preset send messages via mouse. 

44.

The system must also be VCO/HCO compatible.

45.

Telephone/Radio Headset Interface capability is required.  This must be compatible with the Orbacom radio console, and be able to be interfaced with other radio consoles should the system be upgraded. 

46.

The telephone application must automatically shunt the radio application when the incoming call is received. 

47.

The Telephone/Radio Headset Interface capability must be compatible with 6 wire headsets.

48.

There shall be the capability to mute the transmitter of the handset or headset with visual indications to the dispatcher.

50.

The system shall allow the dispatcher to automatically dial a pre-programmed system wide speed dial number with the push or click of a single button.

51.

 It is desired that the system have the capability of at least 100 system wide speed calling numbers.

52.

The dispatcher speed dial list shall allow the dispatcher to quickly access frequently called telephone numbers.  The list should allow numbers to be arranged by categories.

53.

The ANI/ALI controller shall have the ability to ring back a 911 caller by providing a ring back signal on the incoming trunk or to callback a 911 caller by dialing the ANI received during the 911 call setup over a telephone line.  The dispatcher should not have to choose which method has to be used. 

54.

The answering position should provide a single feature key to perform the ring back a 911 caller.  Manual dialing of the number should not be necessary.  The ring back of TDD and wireless calls should be performed in the same manner. 

55.

The ANI/ALI controller should allow programming the ANI callback format to meet the requirements for toll calls and access PBX/Centrex lines. 

56.

The callback format shall be defined on a per NPA-NXX basis. 

58.

Dispatchers must have the capability of retrieving 911 calls that have been placed on hold at another dispatcher’s position. 

59.

The ANI/ALI controller must store  the ANI/ALI information while the call is on hold hence avoiding repetition of the ALI request. 

60.

The PSAP CPE must provide Redundancy of servers, power supplies, ringing supplies.

61.

The PSAP CPE must provide Windows 2003/2008 Server & Windows XP SP3 or Vista SP1 Workstation operating system.

63.

The PSAP CPE must provide Remote maintenance and alarm reporting.

65.

The PSAP CPE must provide Distinctive ringing for 911 vs. administrative lines.

66.

The PSAP CPE must provide High reliability and long life cycle.

67.

The PSAP CPE must provide Minimal spare parts requirements, maintenance, and support for ten years.

68.

The PSAP CPE must provide Master Clock port in a format compatible with NENA-04-003.

69.

The PSAP CPE must provide UPS system capable of providing power for a minimum of 30 minutes.

iii.

Installation, Maintenance and Training

70.

24 hour technical and maintenance support with on on-site response time of no more than four (4) hours for critical failures.

71.

A letter from the manufacturer that it will support the proposed equipment for a minimum of ten (10) years from purchase date will be required with bid submission.  If not available please document the expected support of the equipment.

72.

Provide training for operation call taking equipment for all dispatchers, supervisor, technical/IT support.  Please detail how training will be conducted.

73.

The prime contractor shall be responsible for all aspects of this project.  A Project Manager shall be assigned and he or she will be available at all times during the course of implementation. 


Revision History

link to top of document