Information to Bidders



STATE OF IDAHo

Division of Purchasing

RFP02152

request for proposal

DATA CAPTURE SYSTEM

for

BSU NURSING SIMULATION LAB

TABLE OF CONTENTS

Page

1.0 GENERAL OVERVIEW 2

2.0 GENERAL INFORMATION AND INSTRUCTIONS 4

3.0 TECHNICAL SPECIFICATIONS 9

4.0 PROPOSER RESPONSE INFORMATION 12

APPENDIX A (FIXED COST PROPOSAL SHEET) 15

APPENDIX B (EQUIPMENT ITEMS) 16

APPENDIX C (CONSOLIDATED BALANCE SHEET) 18

APPENDIX D (REFERENCE QUESTIONAIRE) 19

APPENDIX E (SUB CONTRACTOR DISCLOSURE) 22

State of Idaho Signature Page 23

1.0 GENERAL OVERVIEW

1.1 Purpose

The Division of Purchasing is seeking proposals for Boise State University to provide a comprehensive Data Capture System for a Simulation Lab to provide a safe, simulated, learning environment where students can improve their knowledge and skills in nursing or other medically related fields.

1.2 Current Environnent

The Simulation Lab Data Capture System will be located in the new nursing facility that is currently under construction on the Boise State University campus. The building will be approximately 81,300 square feet, with 3,120 square feet of this building designated for the Simulation Labs and debriefing areas. The expected completion date is on or about April 2009.

1.3 Issuing Office and Submission of Questions

This Request for Proposal is issued by the Division of Purchasing. The Division of Purchasing is the only contact for this solicitation.

Bonnie Sletten, Purchasing Officer

State of Idaho, Division of Purchasing

E-mail: Bonnie.Sletten@adm.

All correspondence will be in writing. In the event that it becomes necessary to revise any part of this ITB, addenda will be posted at . It will be the responsibility of the Bidder to monitor for any updates or amendments. Any oral interpretations or clarifications of this ITB shall not be relied upon.

All questions must be received in writing or email directly to Bonnie.Sletten@adm. no later than 5:00 PM local time December 8th to be considered.

Answers to written questions received will be answered in the form of an amendment and posted to .

1.4 Schedule of Events

Pre-Bid Conference December 4, 2008

Questions due December 8, 2008

Response to Questions (approx) December 22, 2008

Bid closing date January 15, 2009

A Pre-bid Conference will be held at BSU Student Union Building Cataldo Conference Room on December 4th at 10:00 AM. All interested proposers wishing to attend must RSVP by email to Bonnie.Sletten@adm. by no later than December 1st 5:00 pm to confirm your attendance.

1.5 Special Terms and Conditions (M)

These Special Terms and Conditions are in addition to those found in the Request For Proposal document, State of Idaho Standard Terms and Conditions, State of Idaho Request For Proposal Instructions to Vendors, and State of Idaho Special Terms and Conditions for Customized Software And Related Services (if applicable), and particular to this purchase. Where conflict occurs, these Special Terms and Conditions shall take precedence.



1 1.6 Personnel Changes (M)

Any change in personnel assigned to the project from that listed in the proposal must be coordinated with the State. The personnel’s qualifications must be equal to or greater than the personnel being replaced. The State reserves the right to request the replacement of any person assigned to this project by the Proposer.

1.7 Subcontracting (M)

All subcontractors must be named in the proposal. This Request For Proposal Offering requires submission by the Proposer of the form found in Appendix E to disclose major subcontractors and/or sub consultants who would be under contract with the Proposer (should the Proposer win the contract described under this solicitation).

In addition on page two of the State of Idaho Signature page under “Disclosure Pursuant to Executive Order 2007-09” applies to any “services” and “computer software development”. Please note country of origin and description of work.

The successful Proposer will be responsible for all actions and work by any subcontractor for this project

1.8 Payment

Terms – NET 30 days

Payment will be made 30 days after completion of deliverables and milestones based on the approved Project Plan.

BSU shall retain twenty percent of the total award amount until final testing and acceptance of all deliverables and milestones.

Invoices are to be submitted to:

Boise State University Purchasing Department

Attn: Shannan Thomas

Ref: Contract No. XXXX

1910 University Drive, M/S 1210

Boise, ID 83725

1.9 Award

Award will be made based on a point method to the responsive, responsible Proposer whose proposal receives the highest overall score.

2.0 GENERAL INFORMATION AND INSTRUCTIONS

2.1 Definitions

The following definitions are meant to define the entities and terminology related to the specifics of the requirements of this RFP:

Accounting Period – A one-month period of time, closing on the last business day of the month.

BSU - Boise State University

Evaluation Codes - specifications that have an evaluation code assigned.

Fixed Cost - In the Cost Proposal, this means a “fully burdened fixed cost” including, but not limited to, time and materials, travel (excluding alcohol), lodging, per diem and administrative overhead.

In Writing or Written Notice – Any letter or memo sent via fax, U.S. Postal Service, United Parcel Service, FedEx, or via e-mail.

Normal Operation Hours – Unless otherwise stated, the normal operating hours of the State are to be considered to be 8:00 a.m. until 5:00 p.m. Mountain Time, Monday through Friday, with the exception of State holidays.

Purchasing - State of Idaho Division of Purchasing.

Project Plan - Microsoft Project or Excel Project

Responsive Proposer - A Proposer that has submitted a timely proposal or offer that conforms in all material respects with the submission and format requirements of the solicitation, and that has not qualified or conditioned its proposal or offer.

SicommNet or Sicomm - State’s Internet E-Procurement provider.

System - Refers to the entire package described in the RFP and the proposal.

Time – All references to time refer to local Mountain Time in Boise, Idaho.

Proposer – The legal entity that submits a response to the RFP.

Working/Business Calendar Day - Monday through Friday, except for legal holidays observed by the State of Idaho.

2. Submission of Proposals (Pass/Fail)

In order to be considered for selection, Proposer must submit a complete response to this RFP. Each proposal must be submitted with one (1) original and five (5) copies. The Proposer will make no other distribution of the proposal. Only one (1) copy and one (1) original of the cost proposal are required.

Each proposal package must be clearly marked RFP 02152 "Data Capture System” on the outside of the package. No proposal will be accepted after 5:00 p.m. local time, January 12, 2008. Proposals submitted by facsimile and electronic mail will be not be accepted. Each proposal must contain the manual signature of an authorized representative of the Proposer on the signature page provided. Proposers are strongly encouraged to sign the signature page in blue ink. In addition to the copies stated above, each Proposer must submit one (1) complete copy of its proposal on a CD-ROM using Microsoft Office products.

Each Proposer is responsible to examine this entire RFP, including the appendices, seek any required clarification in writing, and review its proposal for accuracy before submitting the proposal. Once the submission deadline has passed, all proposals will be final unless otherwise indicated in this RFP.

3. Validity of Proposals (Pass/Fail)

Proposals must remain valid for ninety (90) calendar days after the proposal due date. Proposals submitted with a less than 90 day validity will be found non-responsive and will not be considered.

4. Communication Restrictions (Pass/Fail)

Proposers must comply with all state laws, rules, and policies covering communication with state employees and officials during the RFP bid process. If a Proposer engages in any unauthorized communication, the Division of Purchasing may reject its proposal.

2.6 Cost of Preparing the Proposal (M)

Costs of preparing a proposal are the sole responsibility of the Proposer. The State will not provide reimbursement for such costs and shall not be liable for any proposal preparation costs.

2 Proposal Format (Pass/Fail)

Proposals must follow the numerical order of the RFP starting at the beginning and continuing through the end of the RFP. RFP and proposal sections and subsections must be identified with the corresponding numbers and headings used in the RFP. Each RFP section and subsection must be written and then followed with the Proposer’s response. Proposers are encouraged to use a different color font or other indicator that will clearly delineate the RFP section or subsection from the Proposer’s response. Proposals must also include a corresponding table of contents. All proposal pages must be typed and sequentially numbered.

The State may reject any proposal that does not meet this format.

3 Cover Letter (Pass/Fail)

The cover letter must be in the form of a standard business letter containing the Proposer’s name, address and telephone number and must be signed with an original signature, in ink, by an individual authorized to legally bind the Proposer. The letter must contain the following information:

2.8.1 A statement describing the Proposer’s legal structure (e.g., corporation, partnership) and providing federal tax identification number and principle place of business.

2.8.2 A statement that the person signing the proposal certifies that he or she is the person in the Proposer’s organization who has actual authority to make decisions as to matters relating to this RFP and to bind the Proposer.

2.8.3 The name, telephone number, fax number and electronic mail (e-mail) address of a contact person who has authority to answer questions regarding the proposal.

2.8.4 A statement that the proposal meets the minimum qualifications set forth in this RFP and accepts all requirements and terms and conditions contained in this RFP.

2.8.5 A statement that the proposal must be valid for ninety (90) days from the proposal due date.

6. The vendor must certify in a cover letter that it is not currently under suspension or debarment by this State, or the Federal government. The vendor also acknowledges that if it is currently under suspension or debarment, the vendor's bid will not be accepted or considered.

If the vendor enters into any subcontracts under this contract with subcontractors who are currently suspended or debarred by this State or who become suspended or debarred by this State during the term of the contract or any extensions or renewals thereof, the State shall have the right to require the vendor to terminate such subcontracts.

2.8.7 An acknowledgement of receipt of issued amendment(s) to this RFP. The acknowledgement is listed in the Amendments as issued.

7. Indemnification and Insurance (M)

The successful contractor, and subcontractors, if any, shall indemnify, hold harmless and defend Boise State University and the State of Idaho, their officers, agents and employees from and against all claims, damages, losses and expenses for bodily injury, sickness, disease, or death, or injury to or destruction of tangible property including loss of use resulting there from, including but not limited to attorney's fees, arising out of or caused in whole or in part by the negligent or wrongful acts, errors or omissions of the successful contractor, a subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they may be liable, but only to the extent caused in whole or in part by negligent or wrongful acts or omissions of Indemnitor. The insurance company providing the general liability insurance certificate must have an insurance company rating of A or A- by either A.M. Best or Standard and Poor’s rating bureaus. An A or above rated insurance company is preferred.

In addition, the successful contractor and subcontractors, if any, shall, at their sole cost and expense, procure and maintain through the term of this contract:

2.9.1 Commercial General Liability Insurance with limits not less than $1 million (CSL) per occurrence for Property Damage and Bodily Injury Liability, including Products/Completed Operations Liability, Blanket Contractual Liability and Personal Injury Liability. If an annual aggregate is used each annual aggregate limit shall not be less than $2 million when applicable and will be endorsed to apply separately to each job site or location;

2.9.2 Automobile Liability Insurance including non-owned and hired vehicles with limits not less than $1 million per occurrence (CSL) for Property Damage and Bodily Injury; and

2.9.3 Workers’ Compensation and Employers' Liability Insurance as follows with limits not less than: Workers' Compensation – as required by State statute including occupational disease. The contractor must provide either a certificate of workers' compensation insurance issued by a surety licensed to write workers' compensation insurance in the State of Idaho, as evidence that the contractor has in effect a current Idaho workers' compensation insurance policy, or an extraterritorial certificate approved by the Idaho Industrial Commission from a state that has a current reciprocity agreement with the Industrial Commission. The contractor shall exonerate, defend, indemnify and hold Boise State University and the State of Idaho harmless from and against and assume full responsibility for payment of all federal, state and local taxes or contributions imposed or required under unemployment insurance, social security, workers' compensation and income tax laws with respect to the contractor or contractor's employees engaged in performance under this Agreement.

2.9.4 Employer's Liability:

Bodily Injury by Accident: $100,000 each accident

Bodily Injury by Disease: $100,000 each employee

Bodily Injury by Disease: $500,000 policy limit

2.9.5 Prior to the commencement of the term of this Contract, the successful Contractor shall deliver or fax to (208) 327-7320 to the Division of Purchasing:

A certificate of insurance with respect to ALL such in a form reasonably satisfactory to the University. The general liability and automobile liability insurance certificate must name the University and the State of Idaho as additional insured. The certificates must contain a written provision that, should any of the above-described insurance policies be canceled or non-renewed before the expiration date thereof, the issuing company must notify the University in writing, by certified or registered mail, receipt requested, at least thirty (30) days prior to any cancellation or non-renewal of any such insurance.

8. Evaluation, Intent to Award Letters, Award Process

As a general rule, the following procedure is followed:

Once the solicitation closing date and time have passed and proposals have been opened, the copies of the Technical Proposals are forwarded to the agency for evaluation. Once the agency has completed its technical evaluation and scored the proposals, the evaluation summary and scoring documentation are forwarded to the Division of Purchasing for review. The Division of Purchasing verifies the fairness and integrity of the technical evaluation process. The Cost Proposals and copies are then opened. The scoring of the cost evaluation is then added to the scoring of the technical evaluation to arrive at a total proposal scoring, thus identifying the successful proposal based on the specifications and criteria set forth in the RFP. Assuming the agency does not require Best and Final Offers, the agency sends its award recommendation to the Division of Purchasing.

The Division of Purchasing then issues a Letter of Intent to Award to all responsive proposers, notifying them of the State’s intent to award the contract. After the passage of the time set by Idaho Statute 67-5733 for appeals, and the resolution of any appeals received, the Division of Purchasing awards the contract.

The State has the time set forth in the Validity of Proposals subsection 2.3 to complete the evaluation and award the purchase. To ensure the integrity and fairness of the evaluation process, during the evaluation and up and until the time the Division of Purchasing issues the Intent to Award letter, no information regarding the content of the proposals is released.

4 2.10.1 The Process

Upon opening, the Division of Purchasing will inspect the proposal for the following:

• That the proposal was timely per the published closing date and time;

• That the proposal includes a signed State of Idaho Signature page;

• That the proposal has not been qualified by the Proposer, meaning that the Proposer has not conditioned the proposal based upon the State accepting terms or conditions established by the Proposer;

• That the cost proposal is present and sealed separately from the technical proposal;

• That the proposal contains all required information;

• Other unforeseen conditions that might deem the proposal non-responsive upon opening.

The Evaluation Committee will evaluate and score the technical proposals based on the evaluation criteria per Section 2.10.2. Cost proposals will be evaluated and scored after the technical evaluation has been completed.

Evaluation Codes - Certain specifications have an evaluation code assigned, which are defined as follows:

M Mandatory Specification – Failure to comply with any subsection with an M notation

will render the proposal non-responsive and no further evaluation will occur. Proposer is

required to respond to each subsection with an M notation with a statement outlining its

understanding and agreement to comply.

ME Mandatory and Evaluated Specification – Failure to comply with any subsection with

an ME notation will render proposal non-responsive and no further evaluation will occur. Each

subsection with an ME evaluation code will receive an evaluation score. Proposer is required

to respond to each subsection with an ME notation with information explaining how the

requirements will be met.

E Evaluated Specification – Proposer is required to respond to each subsection with a

notation with either a statement explaining how the service will be provided or with a

statement that the service will not be provided, at the Proposer’s option. If the response

indicates the service will not be provided, the response will receive an evaluation score of

zero. If the response indicates that the service will be provided, the Proposer must provide

information in its response explaining how the service will be provided and the response will

receive an evaluation score.

5 2.10.2 Scoring

Any specification/requirement with the word “shall,” “must,” or “will” is a mandatory requirement or specification. Such Request for Proposal specifications/requirements will be evaluated on a Pass/Fail basis. Any proposal that fails to meet any single mandatory requirement or specification will be deemed non-responsive. Proposers who meet mandatory specifications/requirements may then have their response to the mandatory specification/requirement evaluated and scored as to how the Proposer’s solution meets the needs of the State.

Cost proposals will not be opened and reviewed until all technical, qualifications, experience and references have been completed. Cost proposals will be assigned a numerical score.

Demonstrations or Site Visits – Only the top 3 scoring bidders whose proposals that are deemed to be potential candidates for an award may be required to present demonstrations to the evaluation committee. Demonstrations may be made in person by the offereor by using the Internet (Webex or similar). All demonstrations must be “live” not Power Point or similar “canned” presentations. A question and answer period will be allowed for the evaluators to clarify points within the demonstration. Site visits may also be required to the potential vendor’s customer(s) to observe the proposed system as it operates in daily use.

The following table identifies that Request for Proposal sections evaluated on a Pass/Fail basis and those which are awarded points:

Table = Evaluation points for the Request for Proposal

|Evaluated Sections |Maximum Possible Points or Pass/Fail |

|Section 2.0 Mandatory requirements |Pass/Fail |

|Technical Specifications: | |

|Section 3.2-3.4 Peripheral Hdwe, Data Capture and Control Room |200 |

|Section 3.5 Product Installation |100 |

|section 3.6- 3.7 training, support and warranty |100 |

|Section 4.1, 4.2, 4.4-4.7 Company qualifications and experience |100 |

|section 4.3 reference questionaire |100 |

| | |

| |600 |

|sub total | |

|***Only the top three scoring proposals will be considered beyond this Point*** |

|Optional Demonstration/Site Visit |100 |

|Cost |300 |

|Total Possible Points |1000 |

The total weighted scores for each proposal are normalized by prorating the point total based on the individual bidder’s weighted score to the highest scoring bidder’s weighted score. The formula is:

y = ( n ) X z

The evaluation of each offeror's cost proposal will be conducted using the following formula:

The offeror with the lowest overall cost will receive 300 points. Each offeror with greater than the lowest offeror will receive points in direct proportion to their cost is to the lowest.

Example:

Lowest cost is $40.00 = 300 points

Next lowest cost is $50.00; $40.00 divided by $50.00 = .8

.8 X 300 points = 240 points.

Next lowest cost is 100.00, $40.00 divided by $100.00 = .4

.4 X 300 points = 120 points.

TECHNICAL SPECIFICATIONS

1. Format of Submittal (M)

(Note: Providing this information is mandatory. Failure to provide any of this information will cause

your proposal to be rejected.)

Each proposal should begin with a short statement summarizing the main points of the full proposal and provide the following information:

3.2 Peripheral Hardware (Cameras, Microphones & LCD Screens - to include all wiring and mounting brackets) (ME)

3.2.1 Cameras-shall include:

3.2.1.1 Pan-tilt-zoom cameras including mount – specify make and model; eleven (11) each

• One (1) per simulation room; (six (6) total)

• One (1) per skills lab room; (two (2) total)

• One (1) per hallway; (two (2) total)

• One (1) at nurse’s station/bathroom area; (one (1) total)

3.2.1.2 Identify if the cameras are IP connected.

3.2.2 Microphones-shall include:

3.2.2.1 Wireless microphones - specify make and model; four (4) each.

3.2.2.2 Identify the frequency at which the wireless microphones operate.

3.2.2.3 Omni-directional microphones, including mount, for each of the simulation rooms, skills labs, and hallway/bathroom/nurse’s station area - specify make and model; eleven (11) each

• One (1) per simulation room; (six (6) total)

• One (1) per skills lab room; (two (2) total)

• One (1) at each end of hallway; (two (2) total)

• One (1) at nurse’s station/bathroom area; (one (1) total)

3.2.3 LCD Screens-shall include:

3.2.3.1 Forty (40) inch LCDs screens, including wall mount - specify make and model; three (3) each

• One (1) per debriefing room (three (3) total)

3.2.3.2 Describe how the LCD panels are connected to the control room and any type of signal providing system.

3.3 Data Capture Software and Related Hardware (Servers, Computers, Monitors, Mixers,

Etc) (ME)

3.3.1 Describe your solution’s ability to record audio and video simultaneously. Describe any limitations as well as the format of the captured files (JPEG, AVI, etc).

3.3.2 Describe the ability to index the captured video, including the indexing fields that are available.

3.3.3 Describe the process for adding indexing fields – Include any associated cost.

3.3.4 Describe your solution’s ability to annotate/mark/flag/stamp captured simulation video in real-time.

3.3.5 Describe the fields available when marking/time stamping an event. If field name changes and additions or deletions are needed after implementation, is there a utility function to allow the end-user to edit this information at no cost? How many? Can they be customized? Include any associated cost.

3.3.6 Describe your solution’s ability to control all pan-tilt-zoom cameras from all control room stations.

3.3.7 Describe your solution’s ability to access all simulation recordings from all debriefing rooms.

3.3.8 Describe your solution’s ability to watch “real-time” and/or recorded simulations from any simulation or skills lab room from any debriefing room while simultaneously recording other simulation events.

3.3.9 Describe your solution’s ability for the camera and patient monitor images to be resizable, selectable, and the ability to have adjustable frame rates and resolutions.

3.3.10 Describe your software solution’s licensing and upgrade procedures and anticipated frequency of upgraded versions. Explain how upgrades are charged (by version number or some other method).

3.3.11 Describe/define the minimum required hardware server(s) and client PCs needed to operate your solution. Please include required/supported Operating Systems. In addition, include a pictorial diagram of how the different server(s) and client PCs connect and communicate with each other.

3.3.12 Describe/define the required software configuration needed on the server(s) and client PCs to operate your system. Please include all software necessary to function. Include the concurrent user capabilities.

3.3.13 Describe/define the Software Architecture of your application, to include both the minimum configuration and your recommended configuration. Please provide a software component design.

3.3.14 Proposed software solutions must be able to interface with Gaumard and Laerdal human patient simulators. Describe your software solution’s ability to work with human patient simulators. What brand/model of simulator do you primarily use with your system? If there are simulators that won’t work with your software, please specify.

3.3.15 Proposed solution must have the ability to query and produce ad hoc reports based on the simulations captured. Describe your software solution’s capability to perform queries and generate reports based on the data captured, and what ad hoc reports can be generated.

3.3.16 Describe your solution’s ability to record a minimum of four data feeds. Explain if more than four (4) feeds can be captured. Describe your solution’s ability to choose which data capture feeds will be recorded. Describe any limitations on number of data feeds that can be recorded, which cameras can be recorded by each control station, etc.

3.3.17 Describe any wireless capabilities that your solution provides.

3.4 Control Room (ME)

3.4.1 Describe your solution’s ability to have a control room configuration with multiple control consoles which will support camera control, data capture, data playback in control room and debriefing rooms, data storage.

3.4.2 Describe control room configuration (servers, laptops, etc.) which would support multiple simultaneous simulations to be controlled. Must have a minimum of three (3) control stations for the areas with cameras, including: six (6) simulation rooms, two (2) skills lab rooms and the hallway/bathroom/nurse’s station area.

3.4.3 Describe your solution’s ability to allow for viewing of all data capture feeds from the six (6) simulation rooms, two (2) skills lab rooms, and the hallway/bathroom/nurse’s station area by each control station. Describe any limitations on number of data feeds that can be viewed, which cameras can be viewed by each control station, etc.

3.4.4 Describe your solutions ability to allow each single control center to choose data feeds to be viewed and/or recorded in multiple simulation rooms at a time.

3.5 Product Installation (ME)

3.5.1 Schematic-Provide a schematic based on the architectural drawings for the BSU Simulation Center showing camera, audio, computer, and server placement.

3.5.2 Timeline-Provide an estimated, standard timeline for installation, implementation and data conversion. In addition identify the key variables or obstacles affecting the implementation time frames.

3.5.3 Installation-Describe/define who will install and program what pieces of hardware and software.

3.5.4 Hardware Space Requirements-Describe/define the amount and type of space that will be needed for computers/servers/racks/etc.

3.6 Training & Support (ME)

3.6.1 Training

3.6.1.1 Must include at least one (1) year of initial and on-going training on proposed software solution.

3.6.1.2 Describe your training package for a minimum of ten (10) individuals along with corresponding costs. Costs must be fully burdened rates.

3.6.2 Maintenance and Support

3.6.2.1 Describe your maintenance support package. Specify what will be included for initial technical support as well as ongoing, dedicated, technical support, and any corresponding costs.

3.6.2.2 Each additional year of support must be agreed upon by both parties annually, and will be accompanied by a change order.

3.7 Warranty (ME)

Vendor shall provide standard manufacturer’s warranty(s) meeting specifications Section 3.0 against defects in material and workmanship. Include a copy of your standard warranty with your bid. Warranty shall not begin until all systems, components and documentation have been received, installation is completed, and successful acceptance testing is completed.

3.7.1 Equipment Performance

All equipment shall meet the original manufacturer’s specifications and other specifications listed in this document during the entire period of warranty.

3.8 Facility Requirements

Boise State University will provide necessary facilities in accordance with specifications provided by the vendor in the bid documents. Provide drawings, schematics, foot prints and electrical requirements for this project as required in Section 3.5

4. Proposer Response Information (ME)

(Note: Providing this information is mandatory. Failure to provide any of this information will cause your proposal to be rejected.)

4.1 General Company Descriptions (ME)

Proposer must provide a general description of the company, its organizational structure, the number of employees in each major area of the company, and its overview/history including, years of operation providing data capture systems similar to that described in this RFP.

2. References (ME)

The Proposer must provide references or names and point of contact information from three (3) customers currently using the Proposer's services (Higher Education preferred). All references must be current and have had a working relationship with your company within the past two years.

Include the following information for each reference:

a. Client name and address;

b. Reference name, title, and phone number;

c. Brief overview of system delivered;

d. Description of deliverables;

e. Terms and conditions of deliverables;

f. Dates work was performed for the reference;

g. How long the system has been in use.

h. Provide a list of completed projects, preferably universities.

3. Reference Questionnaire (ME)

Please refer to Appendix D. For evaluation purposes we require a minimum of 3 references from your customers. Please forward the questionnaire to your customers to fill out and return directly to the Division of Purchasing by no later than bid close date.

4. Resume(s) (ME)

Provide resumes of personnel that will be assigned to this project. Resumes must be formatted as follows:

a. Name

b. Position to be held in the project

c. Current job function/title

d. Current placement (work location)

e. Employment history

f. Work history experience

g. Education

h. Certificates

i. Licenses

j. Special qualifications relevant to this project

5. Project Plan (ME)

Proposers must submit a draft project plan as part of the proposal. At a minimum, the project plan must include a milestone chart including tasks to be performed and the time frame for completion of each task. Within 30 days after award of a contract a mutually agreed upon project plan will be submitted to the Division of Purchasing and amended to the initial contract.

As part of the project plan include the following:

4.5.1 Provide a Communications Plan

4.5.2 Provide a Change Management Plan

4.5.3 Provide Risk Management Plan

a. identify potential risks

b. risk triggers

c. mitigation

4.5.4 Provide a Document Control Plan

4.5.5 Provide qualifications of the Project Manager who will oversee this project

a. Successfully managed at least two (2) projects of this scope

b. Successfully managed at least two (2) projects in the medical field

6. Escalation Plan (ME)

The proposer must provide an escalation plan naming the definition, response time and escalation procedure.

In addition the escalation plan must provide the name(s) of the personnel who will handle the escalation process for the resulting contract. Include the name, title, contact phone, fax and email for each category proposed and expected response time requirements

7. Financial Requirements (ME)

The following information shall be provided to determine the Vendor's financial stability. If you consider any of this information confidential, please mark it accordingly, and confidentiality will be preserved to the extent allowed by state statute.

4.7.1 Public Corporation

Provide one (1) original and one (1) copy:

1. SEC Form 10K for the most recently completed fiscal year.

2. A complete Dun and Bradstreet credit report dated not more than thirty (30) days prior to the Proposal Due Date.

4.7.2 Privately Held Company

Provide one (1) original and one (1) copy:

1. If the corporation is not publicly traded, a consolidated balance sheet, covering the last three years, must be completed and supplied by an independent Certified Public Accountant (firm or individual).

If the consolidated balance sheet provided by an independent Certified Public Accountant includes the status of all legal actions and a description of litigation (as described in numbers 2 and 3) these do not need to be provided separately.

If the consolidated balance sheets do not include statements of all legal actions or litigation, 2 and 3 must be responded to.

2. A copy of a letter from the Vendor's attorneys or in-house legal counsel to the Vendor's auditor concerning the status of all legal actions including but not limited to contract disputes, lawsuits, pending litigation, government arbitrations, and other adjudications for the most recent fiscal year.  If there are no lawsuits or pending litigation, provide a letter to that effect.

3. A description of past, present, or potential future litigation, if any, related to the Vendor's past performance under contract on projects similar to the one called out in this RFP

Appendix A – Fixed Cost Proposal Sheet

Proposers must complete this table and return with your proposal.

Note: Providing this information is mandatory. Failure to provide any of this information will cause your proposal to be rejected.

|Section |Item Number |Item Description |Qty |UM |Cost |

|  |  |  |  |  |  |

|3.3 |001 |Cost of Simulation Lab System |1 |Lot |  |

|3.5 |002 |Cost of Implementation/Installation Services |1 |Lot |  |

|  |  |Subtotal |  |  |  |

|3.3 |003 |Cost of License(s) for system applications for year 2. If multiple licenses |1 |Lot |  |

| | |must be purchased, please list separate entries with associated costs below. | | | |

| | | | | | |

| | | | | | |

| | | | | | |

|3.3 |004 |Cost of License(s) for system applications, year 3. |1 |Lot |  |

| | | | | | |

| | | | | | |

| | | | | | |

|3.3 |005 |Cost of License(s) for system applications, year 4. |1 |Lot |  |

| | | | | | |

| | | | | | |

| | | | | | |

|  |  |Subtotal |  |  |  |

|3.6.2 |006 |Maintenance costs for system applications, year 2 |1 |Lot |  |

| | | | | | |

| | | | | | |

| | | | | | |

|3.6.2 |007 |Maintenance costs for system applications, year 3 |1 |Lot | |

| | | | | | |

| | | | | | |

| | | | | | |

|3.6.2 |008 |Maintenance costs for system applications, year 4 |1 |Lot |  |

| | | | | | |

| | | | | | |

| | | | | | |

|  |  |Subtotal |  |  |  |

| | | | | | |

|3.6.1 |009 |Cost of Training and Documentation |1 |Lot |  |

|  |  |Grand Total |  |  |  |

Appendix B - Equipment

Proposers must complete this table and return with your proposal.

For the bid purpose we are estimating the following requirements. The state reserves the rights to purchase equipment separately. Actual quantities may change based on final system requirements.

Note: Providing this information is mandatory. Failure to provide any of this information will cause your proposal to be rejected.

|Item Description |Qty |UM |Cost |Total |

|Pan-tilt-zoom synchronized multi-view cameras - Shall include mount, for recording and |12 |ea |  | |

|viewing, two (2) per simulation room. Specify make/model, and include wiring, installation and| | | | |

|all associated costs to integrate with overall system. Provide Name, Brand and model proposed | | | | |

|below. | | | | |

| | | | | |

|Fixed, synchronized, multi-view cameras - Shall include mount, for recording and viewing, two |12 |ea |  | |

|(2) per simulation room. Specify make/model, and include wiring, installation and all | | | | |

|associated costs to integrate with overall system. Provide Name, Brand and model proposed | | | | |

|below. | | | | |

| | | | | |

|Audio jacks outside each simulation room for listening in simulation room (4 outside each |24 |ea |  | |

|room) - Shall include wiring, installation and all associated costs to integrate with overall | | | | |

|system. Provide specifications on jacks. Provide Name, Brand and model proposed below. | | | | |

| | | | | |

|LCD Screens - thirty two (32) inch, shall include wall mount. Specify make/model, and include|8 |ea |  | |

|wiring, installation and all associated costs to integrate with overall system. One (1) per | | | | |

|simulation room, one (1) per skill room. Provide Name, Brand and model proposed below. | | | | |

| | | | | |

|Microphones - Must match Omni-directional mics in Section 3.2.2.3. One (1) per simulation |8 |ea |  | |

|room, one (1) per skills lab room. Include wiring, installation and all associated costs to | | | | |

|integrate with overall system. Provide Name, Brand and model proposed below. | | | | |

| | | | | |

|Speaker/Conferencing System - Shall allow the ability to conference between the control |1 |ea |  | |

|center, simulation rooms; debrief rooms, skills lab rooms and hallway. Must include the | | | | |

|ability to use a speaker system to call from the control room to each of the simulation rooms,| | | | |

|skills lab rooms, debriefing rooms, and the hallway individually or in any desired combination| | | | |

|from two (2) to all. Include wiring, installation and all associated costs to integrate with | | | | |

|overall system. Provide Name, Brand and model proposed below. | | | | |

| | | | | |

|Software scheduling solution - Must allow the scheduling of rooms, personnel, equipment and |1 |ea |  | |

|human patient simulators to facilitate the day to day operations of a multi room simulation | | | | |

|center. Include wiring, installation and all associated costs to integrate with overall | | | | |

|system. Provide Name, Brand and model proposed below. | | | | |

| | | | | |

|Software inventory - Shall provide the ability to control the inventory in a simulation |1 |ea |  | |

|center. Must have an automated process to monitor inventory levels and value of disposables | | | | |

|on had, amount desired and amount needed. Must have information related to capital inventory | | | | |

|owned, stored and needed. Include wiring, installation and all associated costs to integrate | | | | |

|with overall system. Provide Name, Brand and model proposed below. | | | | |

| | | | | |

|Portable, mobile data capture solution - Must include a compact, wireless, stand-alone unit |1 |ea |  | |

|with the ability for digital recording of a simulated event and the ability to export the | | | | |

|video for immediate debriefing. Must be able to integrate with human patient simulators | | | | |

|anywhere, including open and fixed environments. Include wiring, installation and all | | | | |

|associated costs to integrate with overall system. Provide Name, Brand and model proposed | | | | |

|below. | | | | |

| | | | | |

|Automated recording component - Shall offer the ability to automate recording based on |1 |ea |  | |

|pre-scheduled start and stop times. Include wiring, installation and all associated costs to | | | | |

|integrate with overall system. Provide Name, Brand and model proposed below. | | | | |

| | | | | |

|High resolution recording component - Must offer the ability to selectively record at higher |1 |ea |  | |

|resolution for creating training video, up to (thirty) 30 frames/second. Include wiring, | | | | |

|installation and all associated costs to integrate with overall system. Provide Name, Brand | | | | |

|and model proposed below. | | | | |

| | | | | |

|DVD creator - Simulation recording creator component - Must offer the ability to easily create|1 |ea |  | |

|DVD simulation recordings. Include wiring, installation and all associated costs to integrate| | | | |

|with overall system. Provide Name, Brand and model proposed below. | | | | |

| | | | | |

| Grand Total | | | | |

Appendix C – Consolidated Balance Sheet

| |December 31, 2006 |December 31, 2007 |

|Assets | | |

|Current Assets | | |

|Cash | | |

|Receivable Net | | |

|Inventories | | |

|Prepaid Expenses | | |

|Total Curent Assets | | |

| | | |

|Fixed Assets Net | | |

| | | |

|Total Assets | | |

| | | |

|Liabilities and Shareholders’ (Owners’) Equity | | |

|Current Liabilities | | |

|Accounts Payable | | |

|Income Tax Payable | | |

|Interest Payable | | |

|Current Portion of Long Term Debt | | |

|Total Current Liabilities | | |

| | | |

|Long Term Debt | | |

|Bonds Payable | | |

| | | |

|Shareholders’ (Owners’) Equity | | |

|Common Stock ($1.00 per value) | | |

|Retained Earnings | | |

|Total Shareholder’s (Owner’s) Equity | | |

| | | |

|Total Liabilities and Shareholders’ (Owner’s) Equity | | |

Appendix D

RFP02152

BSU Simulation Lab Reference Form

NAME OF BIDDER: _________________________ DATE: _______________

REFERENCE (Company) NAME: _________________________________________

CONTACT NAME/TITLE: _______________________________________________

PHONE: _________________________ E-MAIL: ____________________________

INSTRUCTIONS

A. Bidding Vendor

1. Print your company name on “Name of Bidder” line.

2. Print the name of your reference on “Reference Name” line.

3. Send this form to your reference. Three references are required. To ensure receipt of an adequate number of reference responses, you may send a Reference Sheet to more than three vendors (if more than three references are received, the scores will be averaged).

4. It will be your responsibility to follow up with your references to ensure timely receipt of all questionnaires.

B. Reference

1. Print the responding individual’s name, title, phone #, E-mail and date on the appropriate lines.

2. Enter your responses to the questions listed below.

3. Mail, fax or e-mail your completed questionnaire to:

Fax Number: 208/327-7320

State of Idaho

Division of Purchasing

Attn: Bonnie Sletten

Bonnie.Sletten@adm.

P.O. Box 83720

Boise ID 83720-0075

4. This completed questionnaire MUST be received in the Division of Purchasing, directly from the Reference, by Bid closing date and time (5:00 p.m., MST, January 12, 2008)

5. DO NOT return this questionnaire to the Bidding Vendor.

QUESTIONS

A. What was the scope and approximate cost of the project that this vendor performed for your company/organization? Please include number of simulation rooms and size and type of institution.

___________________________________________________________________________

____________________________________________________________________________

_____________________________________________________________________________

B. How long have you been operating this type of Lab? _______________

Please answer the following questions using the scale provided:

C. Rate the installation process for this project?

Excellent _____ Good _____ Fair _____ Poor _____

Points (5) (4) (2) (0)

D. Were there extra costs over and above your original cost?

No _____ Yes _____

Points (5) (0)

If yes, approximately how much more did the project cost?

_________________________________________________________

__________________________________________________________

E. Rate the technical support response time provided by this vendor.

Excellent _____ Good _____ Fair _____ Poor _____

Points (5) (4) (2) (0)

F. Rate how well the vendor resolved issues.

Excellent _____ Good _____ Fair _____ Poor _____

Points (5) (4) (2) (0)

G. Rate your experience with the initial training?

Excellent _____ Good _____ Fair _____ Poor _____

Points (5) (4) (2) (0)

H. Rate the response time to any requests for additional training.

Excellent _____ Good _____ Fair _____ Poor _____

Points (5) (4) (2) (0)

I. Rate the vendor’s capability to resolve issues via phone?

Always _____ Usually _____ Sometimes _____ Never _____

Points (5) (4) (2) (0)

What other means does the vendor use to assist with technical issues?

_____________________________________________________________

J. How frequently the vendor had to return after initial install to resolve issues?

Never_____ 1 Time ______ More than once ______

Points (5) (1) (0)

J. Rate how user friendly you find the software to operate.

Excellent____ Good_____ Fair _____ Poor _____

Points (5) (4) (2) (0)

L. How many software upgrades have your experienced since your original installation?

None____ 2-3 _____ 3-5 _____ 5 or more _____

Points (5) (4) (2) (0)

M. How many patches and fixes have been installed since your original go live?

None____ 2-3 _____ 3-5 _____ 5 or more _____

Points (5) (4) (2) (0)

N. Did the vendor meet your timeline/deadlines?

Excellent_____ Good_____ Fair _____ Poor _____

Points (5) (4) (2) (0)

O. How would you rate the vendor overall?

Excellent____ Good_____ Fair _____ Poor _____

Points (5) (4) (2) (0)

P. Would you recommend this vendor for a future project?

Yes _____ No _____

Points (5) (0)

If no why? _______________________________________________________

________________________________________________________________

________________________________________________________________

What would you do differently next time? _________________________________

__________________________________________________________________

___________________________________________________________________

Appendix E

Sub Contractors

Will a subcontractor be used in whole or in part for this project?

YES NO (circle one)

If yes, fill in below the subcontractor’s company name, address, phone/fax number, contact person and what part of the job they will be doing:

Company Name: __________________________________________________

Address: _________________________________________________________

Contact Person: ___________________________________________________

Phone Number: ____________________ Fax Number: ___________________

What part of the job will they do? ____________________________________

Company Name: __________________________________________________

Address: _________________________________________________________

Contact Person: ___________________________________________________

Phone Number: ____________________ Fax Number: ___________________

What part of the job will they do? ____________________________________

Company Name: __________________________________________________

Address: _________________________________________________________

Contact Person: ___________________________________________________

Phone Number: ____________________ Fax Number: ___________________

What part of the job will they do? ____________________________________

If the subcontractor changes during the course of this contract, the State must approve the change in writing prior to new subcontractor’s services being used.

State of Idaho

Department of Administration

Division of Purchasing

“BUTCH” OTTER 5569 Kendall Street (83706)

Governor P. O. Box 83720

MIKE GWARTNEY Boise, ID 83720-0075

Director Telephone (208) 327-7465

Barbara “Bobbi” L. Eckerle FAX (208) 327-7320

Administrator

SIGNATURE PAGE For Use with a Manually Submitted Invitation to Bid (ITB) or Request for Proposal (RFP) Response

Bids or proposals and pricing information shall be prepared by typewriter or in ink and shall be signed in ink by an authorized representative of the submitting vendor. Two (2) copies of the bid or proposal shall be submitted, one (1) original and one (1) photocopy of the original, unless the RFP solicitation instructions specify otherwise. AT LEAST ONE BID OR PROPOSAL SUBMITTED BY THE VENDOR MUST BE AN ORIGINAL (NOT PHOTOCOPIED) SIGNATURE.

NO LIABILITY WILL BE ASSUMED BY THE DIVISION OF PURCHASING FOR A VENDOR’S FAILURE TO OBTAIN THE TERMS AND CONDITIONS AND ANY PROPERLY ISSUED SOLICITATION ADDENDUMS IN A TIMELY MANNER FOR USE IN THE VENDOR'S RESPONSE TO THIS SOLICITATION OR ANY OTHER FAILURE BY THE VENDOR TO CONSIDER THE TERMS, CONDITIONS, AND ANY ADDENDUMS IN THE VENDOR'S RESPONSE TO THE SOLICITATION.

The words "SEALED BID" and the bid number must be noted on the outside of your SEALED BID package. To insure that your SEALED BID is handled properly, the following information must be placed in the lower left corner of your bid package:

SEALED BID

BUYER:

SEALED BID FOR:

BID NUMBER:

CLOSES:

Send your sealed bid package to: Division of Purchasing

PO Box 83720

Boise, ID 83720-0075

When sending packages by FedEx, UPS, or other Couriers:

Division of Purchasing

5569 Kendall Street

Boise, ID 83706-1231

This ITB or RFP response is submitted in accordance with all documents and provisions of the specified Bid Number and Title detailed below. By my signature below I accept the STATE OF IDAHO STANDARD CONTRACT TERMS AND CONDITIONS and the SOLICITIATION INSTRUCTIONS TO VENDORS dated 10/02/07 as incorporated by reference into this solicitation. As the undersigned, I certify I am authorized to sign and submit this response for the Bidder or Offeror. I further acknowledge I am responsible for reviewing and acknowledging any addendums that have been issued for this solicitation.

Please complete the following information:

BIDDER/OFFEROR (Company Name) BID Number:

ADDRESS BID Title:

CITY, ST, ZIP

TOLL FREE ___________________________PHONE ______________________________

FAX ___________________________________E-Mail _______________________________

FEIN/SSN# _____________________________________

THIS SIGNATURE PAGE MUST BE SIGNED WITH AN ORIGINAL HANDWRITTEN SIGNATURE EXECUTED IN INK AND RETURNED WITH YOUR BID OR PROPOSAL FOR YOUR BID OR PROPOSAL TO BE CONSIDERED!

Original Signature (Manually Signed in Ink) Date

Please type or Print Name Title

Disclosure Pursuant to Executive Order 2007-09

Applies only to Bids, Quotes, or Proposals offering services or the development, sale or lease/licensing of software. If your Bid, Quote, or Proposal does not involve one of those, do not complete.

Name of Vendor BID Number:

Pursuant to Executive Order 2007-09, the vendor named above hereby discloses:

By Vendor: Services under any resulting contract, or related to the development sale or lease/licensing of computer software under any resulting contract will be performed by vendor in the following countries (including the United States):

Country Description of work

By subcontractor(s): Services under any resulting contract, or related to the development, sale or lease/licensing of computer software under any resulting contract will be performed by subcontractors of vendor in the following countries (including the United States):

Country Description of work and subcontractor name

The selected exceptions to Executive Order 2007-09 should apply.

The vendor or its subcontractor provides a unique service or software and no comparable domestically provided service or software can adequately match the unique features of that provided by the vendor or its subcontractor; or

The vendor or its subcontractor is a foreign firm hired to market Idaho services or products to a foreign country; or

The vendor or its subcontractor maintains a significant business presence in the United States and will perform only a de minimus portion of work under the contract outside the United States.

Please provide a brief narrative to explain each of the exceptions identified. Add additional pages if necessary.

-----------------------

[pic]

[pic]

................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download