2024-024 Justice Center Emergency Panic Duress System Addendum 4

Agency: Cherokee County
State: Georgia
Level of Government: State & Local
Category:
  • 63 - Alarm, Signal, and Detection Systems
Opps ID: NBD14672992403989945
Posted Date: Apr 24, 2024
Due Date: Apr 26, 2024
Solicitation No: 2024-024
Source: Members Only

Attachment Preview

Cherokee County Board of Commissioners
Purchasing Department
1130 Bluffs Parkway, Canton, GA 30114
Phone: (678) 493-6000
Fax: (678) 493-6035
REQUEST FOR PROPOSALS
RFP# 2024-024 Justice Center Emergency Panic Duress System
THE PROJECT: The Cherokee County Board of Commissioners Purchasing Department (County) on
behalf of the Cherokee County Sheriff’s Office (“Using Agency”) invites interested and qualified Justice
Center Emergency Panic / Duress System hardware and software equipment installers to submit a
written response to requirements outlined in this Request for Proposal (RFP) in support of an
upgraded, Justice Center Emergency Panic Duress System meeting the specifications and as
described herein.
There will be a mandatory pre-bid meeting on April 10, 2024, at 10:00 am at the Justice Center
located at 90 North Street, Canton, Georgia 30114 to review the requirements and the opportunity
to review the work areas.
All times in the solicitation are local times to Cherokee County, Georgia in the Eastern Time Zone.
The Cherokee County Standard Solicitation Terms and Conditions, contains all the standard forms
potentially required to accompany a submission. Required forms are indicated below and are required
for upload. No other vendor Terms & Conditions will be accepted.
Funding for this project is provided by the U.S. Treasury Department through the American Rescue
Plan Act of 2021 (ARPA). This project supports the U.S. Treasury’s Expense Category 3.4: Public Health-
Negative Economic Impact: Public Sector Capacity Effective Service Delivery. The awarded vendor
will be expected to adhere to all applicable requirements and regulations outlined in the Final Rule
which took effect on April 1, 2022. The Final Rule is available for download and review at: Coronavirus
State and Local Fiscal Recovery Funds | U.S. Department of the Treasury.
The County reserves the right to reject any or all bids/proposals, to waive technicalities and to make
a selection and final award as deemed to be in the best interest of the County, including using any
form of contract it deems most advantageous to the County.
SCHEDULE:
RFP 2024-024 Solicitation Requirements and Instructions Page 2 of 10
RFP Issued Through Bidnet
Mandatory Pre-Bid Meeting
Vendor Questions Due
Cherokee County Answers Due
Vendor Proposals Due
Anticipated Award Date / BOC Meeting
March 29, 2024
April 10, 2024 10:00 AM
April 16, 2024
April 19, 2024
April 26, 2024 4:00 PM
May 21, 2024
THE EXPECTED PERIOD OF PERFORMANCE:
The base period of performance is broken down into two areas: Physical Delivery of Product(s) and
Service Delivery. This is a function of the Statement of Work (SOW) and/or specification and reflects
if there is physical item or items to be delivered and / or delivery of services. An X in the box
corresponding to item 1 below, Physical Delivery indicates a physical item or items are to be delivered
and an X in the 2. Delivery of Services indicates that Services are to be performed. Either or both may
apply to the work contemplated by this solicitation.
Additionally, should there be an X in the box corresponding item 3. Option Grant, then the County
requests the right to extend the period of performance beyond the Base Rate as specified.
1. NO PHYSICAL ITEMS/GOODS
PHYSICAL DELIVERY OF ITEMS/GOODS REQUIRED:
For Physical Delivery solicitations, the period of performance for an award shall begin with
either the placement of Purchase Order or the date indicated on the Agreement. All items to
be delivered are to be FOB Cherokee County at the address indicated in the solicitation.
Performance shall be complete upon final acceptance by the County. Time is of the essence
for the delivery of each item specified. Warranty requested as below:
Warranty Term Requested: Three Years Parts, One Year Labor
2. No SERVICES REQUIRED
PERFORMANCE OF SERVICES:
For Performance of Services solicitations, the period of performance shall begin with the
placement of either a Purchase Order or the date of the Agreement unless the Agreement, the
SOW or the Solicitation Terms indicate that performance shall begin upon the issuance of a
Notice to Proceed (NTP), in which case the NTP would represent the beginning of
performance. Term of services requested are as below:
RFP 2024-024 Solicitation Requirements and Instructions Page 3 of 10
Services Term:
One Year
Two Years
Three Years
Other: Service agreement with the option to automatically renew for an
additional four, one-year terms after labor warranty expiration.
3. OPTION GRANT:
This solicitation contains requested options; please see Statement of Work for details.
SUBMITTAL INSTRUCTIONS:
Interested Bidders/Proposers should carefully review the requirements defined herein and provide
complete and accurate submissions that should include the following items (only items indicated with
an “X” in the corresponding boxes are required for this solicitation):
Information and Addenda Acknowledgement Form (Appendix A)
Non-Influence and Non-Collusion Affidavit (Appendix B)
E-Verify Affidavit (Appendix C)
References* (Appendix D)
Acceptance of County’ Standard Agreement**, as below: (Appendix E)
Professional Services Agreement (Sample provided)
Construction Services Agreement (Sample Provided)
Architectural & Engineering Services Agreement (Sample Provided)
Small Construction and Trades (SCAT), (Sample Provided)
Certification Regarding Debarment, Suspension, and Other Responsibility Matters
Primary Covered Transactions (Appendix F)
Contractor’s License Certification (Appendix G)
Bonds Requirements if the price bid/proposal base price > $100K
Ability to Provide Performance, Labor & Matl. Payment Bond (Appendix H)
Bid Bond (See Appendix I)
Evidence of/ability to provide Insurance at the limits identified herein,***
Certifications, Licenses or Registrations as required by law and/or as requested.
Pricing on Proposer’s Company Letterhead
Pricing on imbedded Bidnet pricing sheet
Contractor’s Qualifications Statement (Appendix J)
Added Terms to Construction Service Agreement (Attachment)
ARPA Terms, Conditions, Certifications & Representations (Attachment)
Substitutions Proposed: See Instructions Standard Solicitation Terms****, Item 9
Any other requirements as requested under the scope of work or as a required upload.
Notes:
*The County reserves the right to contact not only those references provided, but may also use
previous performance for the County, other contacts it identifies, and other sources of information
believed to be viable to evaluate capability, viability, and performance.
RFP 2024-024 Solicitation Requirements and Instructions Page 4 of 10
**If Acceptance of County’s Standard Agreement is checked, all work/items defined herein are to be
quoted according to these requirements. Copies of these agreements can be located at the County’s
Procurement web page.
***Insurance levels requested are those identified in the County’s Standard Agreement, section “I.”
****Standard Solicitation Terms Refer to Cherokee County Standard Solicitation Terms and
Conditions
ARPA Terms and Conditions will be incorporated into the final contract.
****** END OF PAGE ******
RFP 2024-024 Solicitation Requirements and Instructions Page 5 of 10
EVALUATION CRITERIA AND WEIGHTING PERCENTAGES EXPLAINED:
1. Technical Capability (30%): This criterion assesses the proposer's ability to meet the technical
requirements of the Panic / Duress System. It evaluates the proposer's experience in similar projects
regarding management, staff qualifications, and the use of technology in providing a complete,
effective, Panic / Duress Emergency System. The goal is to ensure the selected vendor has the
expertise and resources to effectively manage and mitigate emergency issues within the specified
facilities.
Key Aspects of Evaluation:
Experience in managing similar projects for County Governments, Law Enforcement.
Staff qualifications, including certifications and training in Panic / Duress Systems
Supplier Questions:
What experience does your company have with similar Panic / Duress projects in
governmental Courts or large governmental facilities in State, Local Governments,
Law Enforcement?
What specific related certifications and training do your technicians hold?
Have you integrated or provided a setup for integration of this system with a
Motorola system?
Documents for Evaluation:
Appendix J.
Certifications and training records of technical staff.
Descriptions of technologies and methods used in Panic / Duress Emergency System
2. Price (60%): Price evaluation will focus on the direct (Labor & Materials) and indirect costs (proposed
markup costs) as provided by the Panic / Duress Emergency System Company. Pricing information will
be submitted within the Bidnet software.
Documents for Evaluation:
County Provided BidNet pricing form imbedded in the RFP – filled out completely.
3. Service Delivery and Management (10%): This criterion assesses the efficiency and effectiveness of
the vendor’s service delivery model, including responsiveness, communication, and problem-solving
capabilities. It ensures the vendor can reliably meet the County's needs, especially in emergency
situations.
Supplier Questions:
What is your standard response time for emergency requests?
Documents for Evaluation:
Warranty and supplier service agreement.
Examples of communication materials or reports provided to clients, particularly
proof of service delivery.
This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >