CCS Career & Technical Education (CTE), Request For Proposals No. 173-24036 for a 911 Simulator System Installation and Training, Bid Closes March 18, 2024

Agency: Cumberland County Schools
State: North Carolina
Level of Government: State & Local
Category:
  • 69 - Training Aids and Devices
  • U - Education and Training Services
Opps ID: NBD15915816057196570
Posted Date: Mar 8, 2024
Due Date: Mar 18, 2024
Source: Members Only

Attachment Preview

Request for Proposals
No. 173‐24036
The Cumberland County Schools Career and Technical Education Department (CCS) is requesting
proposals for the following 911 Simulator System and related training per the specifications and scope
of work shown. If you are interested in submitting a proposal, proposals are due by:
12:00 p.m. (ET) March 18, 2024
Item
911 Simulator System with installation and training at various CCS school sites.
Specifications
This RFP covers the requirements to provide 911 simulator training equipment for CCS. Unless otherwise
provided for in this document, the name of a certain brand, make or manufacturer does not restrict
bidders to the specific brand, make or manufacturer named, but conveys the general style, type,
character, and quality of the item desired. Any item which CCS, in its sole discretion, determines to be
the equal of that specified, considering quality, workmanship, economy of operation, and suitability for
the purpose intended, shall be accepted. It is the bidder’s responsibility to provide sufficient descriptive
literature, catalog cuts and technical data to enable CCS to determine if the product offered meets the
requirements of the solicitation. Failure to provide adequate data for evaluation purposes may result in
declaring a bid non‐responsive.
The cost for each device must include all shipping costs including inside delivery.
911 Simulator Training System
The following specifications are based on the Learning Labs Inc/911Simulators.com Basic 3‐Position
Admin/Server 3 Monitor system (3 License) and Call‐Taker/Dispatcher/Role‐Player 2‐Monitor system (2
License). CCS will be purchasing a configuration of one (1) Admin/Server 3 Monitor System and two (2)
Call‐Taker/Dispatcher/Role‐Player 2‐Monitor Systems.
Main Features
• Full featured realistic simulation and multi‐screen environment.
• Phone module is TDD and wireless capable, text time stamped for review.
• Radio module transmits and receives between positions and can also connect with hand‐held radios
with optional interface.
• Digital sound effects create realistic sound environment.
• Computer Aided Dispatch “CAD” includes mapping, incident entry, traffic‐stop data search, view unit
and incident location, and optional Pro QA integration with training license.
• Live view of students’ CAD entry and actions.
• Creates CAD reports with data entry for future assessment and review.
• Audio recording and playback for phone and radio.
Customizable Features
• ANI/ALI with Lat Long.
• Wireless calls with caller ID including map location.
• Bother emergency and non‐emergency phone lines including ring down.
• Ring down lines and transfer/speed dials
• Background sound features for both 911 Caller and Radio Field Unit role‐players.
• Programmable buttons to open protocols or scenarios.
• Dynamic mapping including locations, views and zoom level.
• Incident type by 10 code or plain talk.
• 20 Types of field units.
• Student logins and passwords.
Training
Include with your proposal the cost of simulator training and how training is conducted with the
implementation and setup of the system.
Questions
Questions should be submitted by email only to mikeanderson@ccs.k12.nc.us.
Submittal
Please send your proposal to Mike Anderson, Purchasing Officer by email to:
mikeanderson@ccs.k12.nc.us
To respond to this Request for Proposals, you must submit a proposal on your company letterhead, sales
order form, etc. with pricing, specifications and estimated delivery after receipt of a Cumberland County
Schools purchase order. Include descriptive literature or any other information that will be helpful to
our evaluation.
All proposals will be evaluated and award will be based on the lowest, responsive proposal.
Consideration may be given to the following:
Price
Quality of product
Delivery
References
By responding to this RFP, the Vendor agrees to the following terms and conditions.
Confidentiality during RFP process: During the evaluation period and prior to award, all information
concerning the proposal is confidential and possession of the proposals and accompanying information
is limited to personnel involved in this procurement process, and to other personnel participating in the
evaluation. Any attempt on behalf of a Vendor to gain such confidential information, or to influence the
evaluation process in any way is a violation of North Carolina purchasing law and regulations and shall
constitute sufficient grounds for disqualification of Vendor’s offer from further evaluation of
consideration in the discretion of CCS.
Brand Names: Items referenced and specified herein are based upon a particular manufacturer, but are
used for the purpose of identification and to establish a general quality level. Such references are not
intended to be restrictive, and functionally equivalent products of other manufacturers will be
considered. However, bidders are cautioned that any deviation from specifications must be pointed out
in their bid. Functional equivalency shall be determined by CCS. CCS shall not be obligated to accept
deviations if deemed not to be in the best interest of CCS.
Pricing: Quoted price shall constitute the total cost to CCS for delivery, fully assembled and ready for
use, including all applicable charges for shipping, delivery, handling, administrative and other similar
fees. Vendor shall not invoice for any amounts not specifically allowed for under this quote.
Transportation and Identification: The vendor shall deliver Free on Board (FOB), with all transportation
costs included in the quote.
The CCS purchase order number shall be shown on all packages and shipping manifest to ensure proper
identification and payment of invoices. Vendors shall not ship any products until they have received an
official CCS purchase order.
References: CCS reserves the right to require a list of users of the exact item offered. CCS may contact
these users as part of its evaluation of the proposal.
Warranty: Manufacturer’s standard warranty shall apply. Vendors shall include a copy of the
manufacturers’ standard warranty with the proposal response.
Availability of funds: Any and all payments to the Vendor are dependent upon and subject to the
availability of funds to Cumberland County Schools for the purpose set forth in this agreement.
Taxes: CCS is not exempt from North Carolina sales tax. Any applicable taxes shall be invoiced as a
separate item.
Situs: The place of this contract, its situs and forum shall be the state of North Carolina, where all
matters, whether sounding in Contract or tort, relating to its validity, construction, interpretation and
enforcement shall be determined.
Governing Laws: This contract is made under and shall be governed and construed in accordance with
the laws of the State of North Carolina, without regard to its conflict of laws or rules.
Payment Terms: Payment terms are Net not later than 30 days after receipt of correct invoice or
acceptance of goods, whichever is later.
Rejection of Proposal/Bid: Cumberland County Schools reserves the right to reject any and all bids in
whole or in part at our discretion.
Federal Uniform Guidance: This purchase contract will be funded with Federal grants and as such shall
be subject to the following additional provisions.
a.) Debarment and Suspension (Executive Orders 12549 and 12689) – Contractor certifies that
during the term of an award for all contracts by Cumberland County Schools (CCS) resulting
from this procurement process, the contractor certifies that neither it nor its principals are
presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily
excluded from participation by any federal department or agency.
b.) Termination for Cause and for Convenience by CCS – When Federal funds are expended by
CCS, the school system reserves the right to immediately terminate any agreement in excess
of $10,000 resulting from this procurement process in the event of a breach or default of
the agreement by Contractor, in the event Contractor fails to: (1) meet schedules, deadlines,
and/or delivery dates within the time specified in the procurement solicitation, contract,
and/or a purchase order; (2) make any payments owed; or (3) otherwise perform in
accordance with the contract and/or the procurement solicitation. The School System also
reserves the right to terminate the contract immediately, with written notice to Contractor,
for convenience, if the School System believes, in its sole discretion that it is in the best
interest of the School System to do so. The Contractor will be compensated for work
performed and accepted and goods accepted by the School System as of the termination
date if the contract is terminated for convenience of the School System. Any award under
this procurement process is not exclusive and the School System reserves the right to
purchase goods and services from other vendors when it is in the best interest of the School
System.
c.) Clean Air Act (42 U.S.C. 7401‐7671q.) and the Federal Water Pollution Control Act (33 U.S.C.
1251‐1387J) Compliance ‐ The Contractor certifies that during the term of an award for all
contracts by the CCS resulting from this procurement process in excess of $150,000, the
Contractor agrees to comply with all applicable standards, orders or regulations issued
pursuant to the Clean Air Act (42 U.S.C. 7401‐ 7671q) and the Federal Water Pollution
Control Act as amended (33 U.S.C. 1251‐ 1387). Violations must be reported to the Federal
awarding agency and the Regional Office of the Environmental Protection Agency (EPA).
d.) Compliance with Solid Waste Disposal Act – In the event the Contract involves the purchase
of more than $10,000 in items designated by guidelines of the Environmental Protection
Agency at 40 C.F.R. Part 247, Contractor agrees to comply with the requirements of section
6002 of the Solid Waste Disposal Act. In particular, the Contractor certifies that the
percentage of recovered materials to be used in the performance of the contract will be at
least the amount required by applicable specifications or other contractual requirements.
e.) Byrd Anti‐Lobbying Amendment (31 U.S.C. 1352) – For an award exceeding $100,000, the
contractor certifies that during the term and after the awarded term of an award for all
contracts by the CCS resulting from this procurement process, that it is in compliance with
all applicable provisions of the Byrd Anti‐Lobbying Amendment (31 U.S.C. 1352). The
contractor further certifies that:
No Federal appropriated funds have been paid or will be paid for on behalf of the
contractor, to any person for influencing or attempting to influence an officer or
employee of any agency, a Member of Congress, an officer or employee of congress, or
an employee of a Member of Congress in connection with the awarding of a Federal
contract, the making of a Federal grant, the making of a Federal loan, the entering into a
cooperative agreement, and the extension, continuation, renewal, amendment, or
modification of a Federal contract, grant, loan, or cooperative agreement.
If any funds other than Federal appropriated funds have been paid or will be paid to any
person for influencing or attempting to influence an officer or employee of any agency,
a Member of Congress, an officer or employee of congress, or an employee of a
Member of Congress in connection with this Federal grant or cooperative agreement,
the undersigned shall complete and submit Standard Form‐ LLL, “Disclosure Form to
Report Lobbying”, in accordance with its instructions.
The contractor shall require that the language of this certification be included in the
award documents for all covered sub‐awards exceeding $100,000 in Federal funds at all
appropriate tiers and that all sub‐recipients shall certify and disclose accordingly.
f.) Access to Records – The contractor agrees to provide the Cumberland County Board of
Education / Cumberland County Schools, the Comptroller General of the United States, or
any of their authorized representatives access to any books, documents, papers, and
records of the contractor which are directly pertinent to this contract for the purposes of
making audits, excerpts, and transcriptions. The contractor agrees to permit any of the
foregoing parties to reproduce by any means whatsoever or to copy excerpts and
transcriptions as reasonably needed. The provisions herein are not intended to limit access
to records under other relevant N.C. and Federal regulations, such as North Carolina Public
Records Law.
g.) DHS Seal, Logo, and Flags – The Vendor/Contractor shall not use the DHS seal(s), logos,
crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA
pre‐approval. See generally DHS Standard Terms and Conditions, v 3.0, ¶ XXV (2013).
h.) Compliance with Federal Law, Regulations, and Executive Orders – All parties to this
Agreement acknowledge that Federal financial assistance will be used to fund the contract,
and not for any other purpose. Additionally, the Vendor/Contractor will comply with all
applicable federal law, regulations and executive orders.
i.) No Obligation by Federal Government – All parties to this Agreement acknowledge that the
Federal Government is not a party to this contract and is not subject to any obligations or
liabilities to the non‐Federal entity, contractor, or any other party pertaining to any matter
resulting from the contract.
j.) Program Fraud and False or Fraudulent Statements or Related Acts – The Vendor/Contractor
acknowledges that 31 U.S.C. Chapter 38 (Administrative Remedies for False Claims and
Statements) applies to the Vendor/Contractor’s actions pertaining to this contract.
k.) Domestic Preference – As detailed in 2 C.F.R. Part 200.322, as appropriate and to the extent
consistent with law, Contractor certifies that, to the greatest extent practicable, the goods,
products, or materials furnished through this award will be produced in the United States
(including but not limited to iron, aluminum, steel, cement, and other manufactured
products).
The Federal Government is not a party to this contract.
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 >