Skip navigation

AK Contract Request for Proposal 2007

Download original document:
Brief thumbnail
This text is machine-read, and may contain errors. Check the original document to verify accuracy.
,. Inmate Telephone Service Re

Home

it For Proposal

Page 1 of 1

Go Back
"

Online Public Notice
State of Alll">ka

Public Notices
Inmate Telephone Service Request For
Proposal
Submitted by: clbrown/20
Date Submitted: 12/171200708:23 AM
Date Modified: 12/18/200708:17:52 AM
Ak Admin Journal: [not printed]
Attachments:
• 2008·2000·7549 Inmate Phone Service RFP.pdf

Inmate Telephone Service Request For Proposal
Category: Procurement
Publish Date: 12119/2007

Department: Corrections
Location: Statewide
Coastal District: NlA

Body of Notice:
State of Alaska, Department of Corrections is soliciting Request For Proposals(RFP) to establish a contract for
the Inmate Telephone Systems for Alaska Correctional Institutions.
Offerors are reminded to review this RFP carefully and notify the contracting officer of any issues as required by
Section 1.07 Required Review.
SPECIAL NOTE:
Offerors may submit only one proposal for evaluation. In accordance with 2 AAC 12.830, altemate proposals (Le.,
a proposal that offers something different from what is asked for) will be rejected.
CONTACT:
Jack Gregson· Procurement Officer
PH: (907) 465-3399

FX: (907) 465·2006
Revision History:
12/17/200708:23:20 AM
12J18/2007 08:00:40 AM
12/18/2007 08:01: 14 AM
12/18/200708:01 :49 AM
12/18/200708:17:52 AM

by
by
by
by
by

cibrown/20fState/AIaska/US
clbrown/20/State/AlaskaJUS
clbrown/20iState/AlaskaiUS
c1brown/20iState/AlaskaiUS
clbrown/20/State/AlaskaJUS

Home Page

Notices by: Department I Category I Publish Date

D

2008-2000-7549 Inmate Phone Service RFP.pdf

1 ')/l0nM7

,.

STATE OF ALASKA
Department of Corrections
Division of Administrative Services
P. O. Box 112000
Juneau, AK 99811-2000
or
802 3rd Street, Room 221
Douglas, AK 99824

Request for Proposals
RFP # 2008·2000·7549

Date of Issue: December 19, 2007
Title and Purpose of RFP:

INMATE TELEPHONE SYSTEMS FOR ALASKA CORRECTIONAL
INSTITUTIONS

Offerors Are Not Required To Return This Form

IMPORTANT NOTICE: If you received this solicitation from the State's "Online Public Notice" web
site, you must register with the Procurement Officer listed on this document to receive subsequent
amendments. Failure to contact the Procurement Officer may result in the rejection of your offer.

Jack Gregson
Procurement Officer
Department of Corrections

TABLE OF CONTENTS
SECTION ONE
INTRODUCTION AND INSTRUCTIONS

PAGE

1.02
1.03

Return Mailing Address, Contact Person, Telephone &
Fax Numbers, Deadline for Receipt of Proposals
Contract Term & RFP Schedule
Purpose of the Request for Proposal (RFP)

1.04

Budget.....................•........................................................................................................... 2

1.05
1.06
1.07
1.08
1.09
1.10
1.11
1.12
1.13
1.14
1.15
1.16
1.17
1.18
1.19
1.20
1.21
1.22
1.23
1.24

Location of Work
Assistance to Offerors with a Disability
Required Review.....•.........................
Questions Received Prior to Opening of Proposals
Amendments to the RFP
Alternate Proposals
Right of Rejection
State Not Responsible for Preparation Costs
Disclosure of Proposal Contents
Subcontractors
Joint Ventures
Offeror's Certification
Conflict of Interest
Right to Inspect Place of Business
Solicitation Advertising
News Releases
Assignment
Disputes
Severability
Federal Requirements

1.01

1
1
2

II •••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••• I I ' •••••••••••••

2
3
3
3
4
4
4
5
5
5
6
6
6
6
7
7
7
7
7
7

SECTION TWO
STANDARD PROPOSAL INFORMATION
2.01
2.02
2.03
2.04
2.05
2.06
2.07
2.08
2.09
2.10
2.11
2.12
2.13
2.14
2.15

Authorized Signature
Pre-proposal Conference
Site Inspection
Amendments to Proposals
Supplemental Terms and Conditions
Clarification of Offers
Discussions with Offerors
Prior Experience & Mandatory Qualifications
Evaluation of Proposals
VendorTaxID
F.O.B. Point.
Alaska Business License & Other Required Licenses
Application of Preferences
5% Alaskan Bidder Preference
Formula used to Convert Costs to Points

RFP # 2008·2000·7549

8
8
8
8
8
9
9
9
10
10
10
10
11
12
12
Inmate Telephone Systems For Alaska
Correctional Institutions

2.16
2.17
2.18
2.19
2.20

Alaska Offeror's Preference
Contract Negotiations
Failure to Negotiate
Notice of Intent to Award (NIA) . Offeror Notification of Selection
Protest

13
14
14
14
15

SECTION THREE
STANDARD CONTRACT INFORMATION
3.01
3.02
3.03
3.04
3.05
3.06
3.07
3.08
3.09
3.10
3.11
3.12
3.13
3.14
3.15
3.16
3.17
3.18
3.19
3.20
3.21
3.22
3.23
3.24
3.25
3.26

Contract Type
Contract Approval
Standard Contract Provisions
Proposal as a Part of the Contract.
Additional Terms and Conditions
Insurance Requirements
Bid Bond·Performance Bond·Surety Deposit
Contract Funding
Proposed Payment Procedures
Contract Payment
Informal Debriefing
Contract Personnel
Inspection & Modification· Reimbursement for Unacceptable Services
Termination
Contract Changes - Unanticipated Amendments
Contract Changes - Anticipated Amendments
Contract Invalidation
Contract Personnel Background Checks
Code of Ethics and Standards of Conduct
Investigation & Litigation
Continuing Education
Records
Research
Transition at End of Contract
Right to Audit Records
Format of Reports and Data

16
16
16
16
16
16
17
17
17
17
17
17
18
18
18
18
19
19
19
19
19
20
20
20
20
20

SECTION FOUR

BACKGROUND INFORMATION
4.01

Background Information

21

SECTION FIVE
SCOPE OF WORK
5.01
5.02
5.03
5.04

Scope of Work
System Requirements
General Inmate Telephone System Requirements
Central Database

RFP # 2008-2000-7549

ii

22
22
29
33
Inmate Telephone Systems For Alaska
Correctional Institutions

5.05
5.06
5.07
5.08
5.09
5.10
5.11
5.12
5.13
5.14
5.15
5.16
5.17
5.18
5.19
5.20
5.21
5.22
5.23
5.24
5.25

Personal Identification Numbers (PINS)
33
34
Restrictions and Fraud Control Options
General Station Equipment (Telephone) Requirements
36
Voice Quality ...............................................................................•....................•................ 38
American with Disabilities Act (ADA) Compliance
38
Collect Call Services
39
Miscellaneous Requirements
40
ITS Calling Protocols
40
ITS Call Recording and Monitoring
41
General ITS Operational Requirements
42
ITS Capabilities
44
Software EnhancementslUpgrades
45
General ITS Management Requirements
45
Data Back-up
45
ITS Reports
46
Inmate Account Information
48
Additional Operational Requirements
49
Transition And Implementation Requirements
49
Implementation Team .................................................................•..................................... 50
ITS Testing
51
ITS Acceptance
51

5.26

ITS Documentation ....................•................................................•..................................... 51

5.27
5.28

Training Requirements
Post Installation and Expansion Requirements

51
52

5.29

Prepaid Calling Requirements

53

5.30
5.31
5.32

Phase Out Plan
Installation of the ITS Equipment and Software
Wiring Standard

55
56
57

5.33

Patching and Painting ...•..............................................•.......•..........•.............•................... 57

5.34
5.35

Fire Stopping and Smoke Seals
Security
Safety
Problem Notification
Delivery
Work Schedule

5.36
5.37
5.38
5.39

58
58
59
59
59
59

SECTION SIX
PROPOSAL FORMAT AND CONTENT

6.01
6.02

Proposal Format and Content.
Table of Contents

61
61

6.03

Introduction ........•...........................................................•...............................•.................. 62

6.04
6.05
6.06
6.07

Technical Proposal
Cost Proposal
Alaska Offeror's Preference
Evaluation Criteria

RFP # 2008·2000-7549

62
64
64
64

iii

Inmate Telephone Systems For Alaska
Correctional Institutions

SECTION SEVEN
EVALUATION CRITERIA AND CONTRACTOR SELECTION
7.01
7.02
7.03
7.04
7.05
7.06

Understanding of the Project (5 Percent)
Methodology Used for the Project (5 Percent)
Management Plan for the Project (5 Percent)
Experience & Qualifications (5 Percent)
Contract Cost (60 Percent)
Alaskan Offeror's Preference (10 Percent)

65
65
66
66
67
67

SECTION EIGHT
ATTACHMENTS
8.01

Attachments

RFP # 2008·2000-7549

68

iv

Inmate Telephone Systems For Alaska
Correctional Institutions

SECTION ONE
INTRODUCTION AND INSTRUCTIONS

1.01
Return Mailing Address, Contact Person, Telephone Be Fax Numbers, Deadline for Receipt of
Proposals

Offerors must submit an original plus six copies of their proposal, in writing, to the procurement
officer in a sealed package. It must be addressed as set out below.
Department of Corrections
Division of Administrative Services
P. O. Box 112000
Juneau, AK 99811-2000
or
802 3rd Street, Room 221
Douglas, AK 99824
Attention: Jack Gregson
RFP # 2008-2000-7549 Inmate Telephone Systems For Alaska Correctional Institutions
IMPORTANT: Proposals must be clearly marked on the outside of the sealed package with the
RFP number.
Proposals must be received no later than 2:30 p.m., Alaska prevailing time on January 15, 2008.
Faxed or oral proposals are not acceptable.

An offeror's failure to submit their proposal prior to the deadline will cause their proposal to be
disqualified. Late proposals or amendments will not be accepted for evaluation.
Procurement Officer: All questions and correspondence regarding this request for proposals should
be directed to:
Jack Gregson
Phone (907) 465-3399
Fax
(907) 465-2006
TDD (907) 465-3274
One RFP is provided by the State at no charge. Additional RFPs may be purchased for the cost of
reproduction, $.25 per page. To request copies, or to be added to the mailing list call (907) 4653399.

1.02
Contract Term Be RFP Schedule

The contract term and work schedule set out herein represents the State's best estimate of the
schedule that will be followed. If a component of this schedule, such as the opening date, is
delayed, the rest of the schedule will likely be shifted by the same number of days. The length of the
contract will be from approximately March 1, 2008, to June 30, 2011, with the option to renew for five
additional one year terms, all renewal options to be exercised solely at the discretion of the State.
RFP # 2008-2000-7549

Inmate Telephone Systems For Alaska
Correctional Institutions

Any agreements entered into will be subject to the needs of the DOC and upon legislative
appropriation of funds.
Unless otherwise provided in this RFP, the State and the successful offeror/contractor agree: (1)
that any holding over of the contract excluding any exercised renewal options, will be considered as
a month-to-month extension, and all other terms and conditions shall remain in full force and effect
and (2) to provide written notice to the other party of the intent to cancel such month-to-month
extension at least thirty (30) days before the desired date of cancellation.
The approximate contract schedule is as follows:
[a]
[b)
[c)
[d)
[e)
[f]

[g)
[h)

Issue RFP - December 19, 2007
Questions Deadline - December 27,2007
Proposals Due - January 15, 2008
Proposal Evaluation Committee completes evaluation by - January 28, 2008
State issues Notice of Intent to Award a Contract - January 29,2008
State issues contract - February 11 , 2008
Contract starts - March 1,2008 (target date)
First contractor work period - March 1, 2008 - June 30, 2011

Note: If the DOC determines it is in the best interest of the State, the DOC reserves the right to
change the schedule of a contract resulting from this RFP from fiscal year periods of performance to
a multi-term contract.

1.03
Purpose of the Request for Proposal (RFP)

The Department of Corrections, Division of Administrative Services is soliciting proposals for Inmate
Telephone Systems for Alaska Correctional Institutions
A more detailed description of the scope of work is provided in Sections 4 and 5.

1.04
BUdget

The State of Alaska, Department of Corrections anticipates that the contract reSUlting from this RFP
will generate revenue for the Department.

1.05
Location of Work

The location(s) the work is to be performed, completed and managed in the following locations in
the State of Alaska: Anchorage, Fairbanks, Juneau, Ketchikan, Seward, Bethel, Nome, Wasilla,
Eagle River, Palmer, and Kenai.
The state will provide workspace for the contractor.
The contractor should include in their price proposal: transportation, lodging, and per diem costs
sufficient to pay for any necessary person(s) to make required tripes) to the locations listed above.
Travel to locations other than those listed will not be allowed under the contract.
RFP # 2008-2000-7549

2

Inmate Telephone Systems For Alaska
Correctional Institutions

By signature on their proposal, the offeror certifies that:
(a)
(b)

(c)

all services provided under this contract by the contractor and all subcontractors shall be
performed in the United States;
the offeror is not established and headquartered or incorporated and headquartered, in a
country recognized as Tier 3 in the most recent United States Department of State's
Trafficking in Persons Report; or
if the offeror is established and headquartered or incorporated and headquartered, in a
country recognized as Tier 3 in the most recent United States Department of State's
Trafficking in Persons Report, a certified copy of the bidder's policy against human
trafficking must be submitted to the State of Alaska prior to contract award.

The most recent United States Department of State's Trafficking in Persons Report can be found at
the following website: http://www.state.gov/gltip/.
Failure to comply with (a) and/or either (b) or (c) of this requirement will cause the state to reject the
bid or proposal as non-responsive, or cancel the contract.

1.06
Assistance to Offerors With a Disability

Offerors with a disability may receive accommodation regarding the means of communicating this
RFP or participating in the procurement process. For more information contact the procurement
officer no later than ten days prior to the deadline set for receipt of proposals.

1.07
Required Review

Offerors should carefully review this solicitation for defects and questionable or objectionable
material. Comments concerning defects and objectionable material must be made in writing and
received by the procurement officer no later than ten days before the proposal opening. This will
allow issuance of any necessary amendments. It will also help prevent the opening of a defective
solicitation and exposure of offeror's proposals upon which award could not be made. Protests
based on any omission or error, or on the content of the solicitation, will be disallowed if these faults
have not been brought to the attention of the procurement officer, in writing, at least ten days before
the time set for opening (proposal due date).

1.08
Questions Received Prior to Opening of Proposals
All questions must be received by 4:30 p.m. on December 27, 2007, and must be in writing
(mailed or faxed) and directed to the procurement officer (name and address in section 1.01).
Telephone conversations must be confirmed in writing by the interested party. The receipt of
questions must be at least 10 days before the due date of proposals. The issuing office shall issue,
in writing, to all prospective offerors any necessary clarification or amendment to the RFP. If
appropriate, the proposal due date will be extended for a reasonable period to allow offerors to
modify their proposals. Individual oral explanations or instructions will not be considered binding or
official.

RFP # 2008-2000-7549

3

Inmate Telephone Systems For Alaska
Correctional Institutions

Two types of questions generally arise. One may be answered by directing the questioner to a
specific section of the RFP. These questions may be answered over the telephone. Other
questions may be more complex and may require a written amendment to the RFP. The
procurement officer will make that decision.

1.09
Amendments to the RFP
If an amendment is issued it will be provided to all who were mailed a copy of the RFP and to those
that have registered with the Procurement Officer as having downloaded the RFP from the State of
Alaska Online Public Notice web site.

1.10
Alternate Proposals
Offerors may submit only one proposal for evaluation. In accordance with 2 AAC 12.830, alternate
proposals (i.e., a proposal that offers something different from what is asked for) will be rejected.

1.11
Right of Rejection
Offerors must comply with all of the terms of the RFP, the State Procurement Code (AS 36.30), and
all applicable local, State, and federal laws, codes, and regulations. The procurement officer may
reject any proposal that does not comply with all of the material and substantial terms, conditions,
and performance requirements of the RFP.
Offerors may not restrict the rights of the State or qualify their proposal. If an offeror does so, the
procurement officer may determine the proposal to be a nonresponsive counter-offer and the
proposal may be rejected.
Minor informalities that
do not affect responsiveness;
are merely a matter of form or format;
do not change the relative standing or otherwise prejudice other offers;
do not change the meaning or scope of the RFP;
are trivial, negligible, or immaterial in nature;
do not reflect a material change in the work; or
do not constitute a substantial reservation against a requirement or provision.

•
•
•
•
•
•
•

may be waived by the procurement officer.
The State reserves the right to refrain from making an award if it determines that to be in its best
interest. A proposal from a debarred or suspended offeror shall be rejected.

RFP # 2008-2000-7549

;;weal"",

s.

i

.w

.... Q.

t .5..

..«3..Qi&Qi hoGh.

Inmate Telephone Systems For Alaska
Correctional Institutions

4

• ••J,Q.Vi

;:;;:::::;;ent:i.JJ...

Q"'"

M..,

.'.4.J.!).>

dPhtiiQ.c,pualp4;:;& .. '....

. .. P.J... i:;.Qi

1.12
State Not Responsible for Preparation Costs
The State will not pay any cost associated with the preparation, submittal, presentation, or
evaluation of any proposal.

1.13
Disclosure of Proposal Contents
All proposals and other material submitted become the property of the State of Alaska and may be
retumed only at the State's option. AS 09.25.110 requires public records to be open to reasonable
inspection. All proposal information, including detailed price and cost information, will be held in
confidence during the evaluation process and prior to the time a Notice of Intent to Award is issued.
Thereafter, proposals will become public information.
Trade secrets and other proprietary data contained in proposals may be held confidential if the
offeror requests, in writing, that the procurement officer does so, and if the procurement officer
agrees, in writing, to do so. Material considered confidential by the offeror must be clearly identified
and the offeror must include a brief statement that sets out the reasons for confidentiality.

1.14
Subcontractors
Subcontractors may be used to perform work under this contract. If an offeror intends to use
subcontractors, the offeror must identify in their proposal the names of the subcontractors and the
specific tasks and portions of the work the subcontractors will perform.
If a proposal with subcontractors is selected, the offeror must provide the following information
conceming each prospective subcontractor within five working days from the date of the State's
request:
[a]
[b]
[c]
[d]
[e)
[I]

complete name of the subcontractor,
complete address of the subcontractor,
type of work the subcontractor will be performing,
percentage of work the subcontractor will be providing,
evidence, as set out in the relevant section of this RFP, that the subcontractor holds a valid
Alaska business license
a written statement, signed by each proposed subcontractor, that clearly verifies that the
subcontractor is committed to render the services required by the contract.

An offeror's failure to provide this information. within the time set, may cause the State to consider
their proposal non-responsive and reject it.
The substitution of one subcontractor for another may be made only at the discretion of the project
manager and with prior written approval from the project manager.

RFP II 2008-2000-7549

5

Inmate Telephone Systems For Alaska
Correctional Institutions

..

1.15
Joint Ventures

Joint ventures will not be allowed.

1.16
Offeror's Certification

By signature on their proposal, offerors certify that they comply with:
[a)
[b)
[c]
[d]
[e]
[f]

[g)
[hI

the laws of the State of Alaska and any regulations issued thereunder,
the applicable portion of the Federal Civil Rights Act of 1964 and the regulations issued
thereunder,
the Equal Employment Opportunity Act and the regulations issued thereunder by the federal
government,
the Americans with Disabilities Act of 1990, and the regulations issued thereunder by the
federal government,
all terms and conditions set out in this RFP,
a condition that the proposal submitted was independently arrived at, without collusion,
under penalty of pe~ury,
the budget information submitted in the proposal is accurate, true and correct, and
that their offers will remain open and valid for at least 90 days (from the proposal due date).

By signature on their proposal, offerors also certify that programs, services, and activities provided
to the general public under the resulting contract conform to the Americans with Disabilities Act of
1990, and the regulations issued thereunder by the federal government. The cost of compliance will
be the responsibility of the successful offeror.
If any offeror fails to comply with [a] through [hI of this paragraph, the State reserves the right to
disregard the proposal, terminate the contract, or consider the contractor in default.

1.17
Conflict of Interest

Each proposal shall include a statement indicating whether or not the firm or any individual working
on the contract has a possible conflict of interest (Le., employed by the State of Alaska or a relative
incarcerated in a DOC facility) and, if so, the nature of that conflict. The Commissioner, Department
of Corrections, or designee, reserves the right to cancel the award if any interest disclosed from any
source could either give the appearance of a conflict or cause speculation as to the objectivity of the
program to be developed by the offeror. The Commissioners determination regarding any
questions of conflict of interest shall be final.

1.18
Right to Inspect Place of Business

At reasonable times, the State may inspect those areas of the contractor's place of business and
documents that are related to the performance of a contract. If the State makes such an inspection,
the contractor must provide reasonable assistance.

RFP # 2008-2000-7549

6

Inmate Telephone Systems For Alaska
Correctional Institutions

1.19
Solicitation Advertising
Public notice has been provided in accordance with 2 AAC 12.220.

1.20
News Releases
News releases or other public disclosures related to this RFP will not be made without prior approval
of the Commissioner of Corrections, and then only in coordination with the project manager.

1.21
Assignment
Per 2 AAC 12.480, the contractor may not transfer or assign any portion of the contract without prior
written approval from the procurement officer.

1.22
Disputes
Any dispute arising out of this agreement will be resolved under the laws of Alaska. Any appeal of
an administrative order or any original action to enforce any provision of this agreement or to obtain
relief from or remedy in connection with this agreement may be brought only in the Superior Court
for the State of Alaska.
1.23
Severability
If any provision of the contract or agreement is declared by a court to be illegal or in conflict with any
law, the validity of the remaining terms and provisions will not be affected. The rights and
obligations of the parties will be construed and enforced as if the contract did not contain the
particular provision held to be invalid.

1.24
Federal Requirements
The offeror must identify all known federal requirements that apply to the proposal, the evaluation, or
the contract.

RFP # 2008-2000-7549

7

Inmate Telephone Systems For Alaska
Correctional Institutions

-~

SECTION TWO
STANDARD PROPOSAL INFORMATION
2.01
Authorized Signature
All proposals must be signed by an individual authorized to bind the offeror to the provisions of the
RFP. Proposals must remain open and valid for at least ninety (90) days from the opening date.
2.02
Pre-proposal Conference
A pre-proposal conference will be held at 10:00 a.m., Alaska Prevailing Time, on December 27,
2007, in the Department of Corrections conference room on the Second floor of the Douglas Island
Building in Douglas, Alaska. Offerors may also attend via teleconference. Offerors should contact
the Procurement Officer via e-mail or phone to get teleconference information. The purpose of the
conference is to discuss the work to be performed with the prospective offerors and allow them to
ask questions concerning the RFP. Questions and answers may be transcribed and sent to
prospective offerors as soon as possible after the meeting. Offerors with a disability needing
accommodation should contact the procurement officer prior to the date set for the pre-proposal
conference so that reasonable accommodation can be made.
2.03
Site Inspection
The State may conduct on-site visits to evaluate the offeror's capacity to perform the contract.
Offerors must agree, at risk of being found non-responsive and having their proposal rejected, to
provide the State reasonable access to relevant portions of their work sites. Site inspection will be
made by individuals designated by the procurement officer and at the State's expense.
2.04
Amendments to Proposals
Amendments to or withdrawals of proposals will only be allowed if acceptable requests are received
prior to the deadline set for receipt of proposals. No amendments or withdrawals will be accepted
after the deadline unless they are in response to the State's request in accordance with
2 AAC 12.290.
2.05
Supplemental Terms and Conditions
Proposals must comply with Section 1.11 Right of ReJection. However, if the state fails to identify
or detect supplemental terms or conditions that conflict with those contained in this RFP or that
diminishes the state's rights under any contract resulting from the RFP, the term(s) or condition(s)
will be considered null and void. After award of contract:
a) if conflict arises between a supplemental term or condition included in the proposal and a
term or condition of the RFP, the term or condition of the RFP will prevail; and
b) if the state's rights would be diminished as a result of application of a supplemental term or
RFP # 2008-2000-7549

8

Inmate Telephone Systems For Alaska
Correctional Institutions

condition included in the proposal, the supplemental term or condition will be considered null
and void.
2.06
Clarification of Offers
In order to determine if a proposal is reasonably susceptible for award, communications by the
procurement officer or the proposal evaluation committee are permitted with an offeror to clarify
uncertainties or eliminate confusion concerning the contents of a proposal. Clarifications may not
result in a material or substantive change to the proposal. The evaluation by the procurement
officer or the proposal evaluation committee may be adjusted as a result of a clarification under this
section.
2.07
Discussions with Offerors
The State may conduct discussions with offerors in order to determine if a proposal is reasonably
susceptible for award in accordance with 2 AAC 12.285. Such discussions between the offeror and
the procurement officer or the Procurement Evaluation Committee (PEC) are permitted to clarify
uncertainties or eliminate confusion concerning the contents of a proposal and which do not result in
a material or substantive change to the proposal.
The State may also conduct discussions with offerors for the purpose of clarification in accordance
with AS 36.30.240, and 2 AAC 12.290. The purpose of these discussions will be to ensure full
understanding of the requirements of the RFP and proposal. Discussions will be limited to specific
sections of the RFP or proposal identified by the procurement officer. Discussions will only be held
with offerors who have submitted a proposal deemed reasonably susceptible for award by the
procurement officer. Discussions, if held, will be after initial evaluation of proposals by the PEC. If
modifications are made as a result of these discussions they will be put in writing. Following
discussions, the procurement officer may set a time for best and final proposal submissions from
those offerors with whom discussions were held. Proposals may be reevaluated after receipt of best
and final proposal submissions.
If an offeror does not submit a best and final proposal or a notice of withdrawal, the offeror's
immediate previous proposal is considered the offeror's best and final proposal.
Offerors with a disability needing accommodation should contact the procurement officer prior to the
date set for discussions so that reasonable accommodation can be made. Any oral modification of
a proposal should be reduced to writing by the offeror.
2.08
Prior Experience & Mandatory Qualifications
In order for offers to be considered responsive, offerors must meet the following minimum
requirements:
•

Experience - Offerors must have prior experience in providing inmate telephone systems for
state or federal government correctional institutions similar in size to the State of Alaska
Correctional System.

RFP # 2008-2000-7549

9

Inmate Telephone Systems For Alaska
Correctional Institutions

2.14
5 Percent Alaskan Bidder Preference - 2 AAC 12.260 & AS 36.30.170

An Alaskan Bidder Preference of five percent will be applied prior to evaluation. The preference will
be given to an offeror who:
(a)
(b)
(c)
(d)

(e)

holds a current Alaska business license;
submits a proposal for goods or services under the name on the Alaska business license;
has maintained a place of business within the State staffed by the offeror, or an employee of
the offeror for a period of six months immediately preceding the date of the proposal;
is incorporated or qualified to do business under the laws of the state, is a sale proprietorship
and the proprietor is a resident of the state, is a limited liability company organized under AS
10.50 and all members are residents of the state, or is a partnership under AS 32.05 or AS
32.11 and all partners are residents of the state; and
if a joint venture, is composed entirely of entities that qualify under (a)-(d) of this subsection.

Alaskan Bidder Preference Affidavit
In order to receive the Alaskan Bidder Preference, proposals must include a statement certifying
that the offeror is eligible to receive the Alaskan Bidder Preference.
2.15
Formula Used to Convert Cost to Points - AS 36.30.250 & 2 AAC 12.260

The distribution of points based on cost will be determined as set out in 2 AAC 12.260(d). The
proposal providing the largest flat fee based upon generated revenues will receive the maximum
number of points allocated to cost. The point allocations for cost on the other proposals will be
determined through the method set out below. In the generic example below, cost is weighted as
70% of the overall total score. The weighting of cost may be different in your particular RFP. See
section seven to determine the value, or weight of cost for this RFP.

Formula Used to Convert Cost to Points
[STEP 1]

List all proposal prices, adjusted where appropriate by the application of all applicable preferences.
Offeror #1
Offeror #2
Offeror #3

Non-Alaskan Proposer
Alaskan Proposer
Alaskan Proposer

65% of Gross Receipts
60% of Gross Receipts
55% of Gross Receipts

[STEP 2]

Convert cost to points using this formula.

=

[ % of Gross Receipts Offered) x (Maximum Points for Cost) 1 POINTS
(Largest % of Gross Receipts Offered)
The RFP allotted 60% (60 points) of the total of 100 points for cost.

RFP 4# 2008-2000-7549

12

Inmate Telephone Systems For Alaska
Correctional Institutions

Offeror #1 receives 60 points.
The reason they receive that amount is because the highest % of profits, in this case 65%, receives
the maximum number of points allocated to cost, 60 points.
Offeror #2 receives 55.38 points.
60
x
60
=
% OF GROSS
MAX POINTS
RECEIPTS

Offeror #3 receives 50.77 points.
55
x
60
% OF GROSS
MAX POINTS
RECEIPTS

=

3.600

+

3.300

+

65
=
55.38
Offeror #2
POINTS
ADJUSTED BY
THE APPLICATION OF
ALL APPLICABLE PREFERENCES
65
=
50.77
Offeror #3
POINTS
ADJUSTED BY
THE APPLICATION OF
ALL APPLICABLE PREFERENCES

2.16
Alaskan Offero"'s Preference - AS 36.30.250 & 2 AAC 12.260

2 AAC 12.260(e) provides Alaskan offerors a 10 percent overall evaluation point preference.
Alaskan Bidders. as defined in AS 36.30.170(b). are eligible for the preference. This preference will
be added to the overall evaluation score of each Alaskan offeror. Each Alaskan offeror will receive
10 percent of the total available points added to their evaluation score as a preference.

Alaskan Offero"'s Preference
[STEP 1]
Determine the number of points available to Alaskan offerors under the preference.
Total number of points available· 100 Points
100
Total Points
Available

x

10%
=
Alaskan Offerors
Percentage Preference

10
Number of Points
Given to Alaskan Offerors
Under the Preference

[STEP 2]
Add the preference points to the Alaskan offers. There are three offerors; Offeror #1. Offeror #2.
and Offeror #3. Offeror #2 and Offeror #3 are eligible for the Alaskan Offeror's Preference. For the
purpose of this example presume that all of the proposals have been completely evaluated based
on the evaluation criteria in the RFP. Their scores at this point are:

Offeror # 1 - 89 points
Offeror #2 - 80 points
Offeror #3 - 88 points

RFP # 2008-2000-7549

13

Inmate Telephone Systems For Alaska
Correctional Institutions

Offeror #2 and Offeror #3 each receive 10 additional points. The final scores for all of the offers are:
Offeror #1 - 89 points
Offeror #2 - 90 points
Offeror #3 - 98 points

Offeror #3 is awarded the contract.

2.17
Contract Negotiations
2AAC 12.315 Contract Negotiations. After final evaluation, the procurement officer may negotiate
with the offeror of the highest-ranked proposal. The option of whether or not to initiate contract
negotiations rests solely with the State. Negotiations, if held, shall be within the scope of the
request for proposals and limited to those items which would not have an effect on the ranking of
proposals. If the highest-ranked offeror fails to provide necessary information for negotiations in a
timely manner, or fails to negotiate in good faith, the State may terminate negotiations and negotiate
with the offeror of the next highest-ranked proposal. If contract negotiations are commenced, they
may be held in the conference room on the second floor of the Douglas Island Building in Douglas],
Alaska.
If the contract negotiations take place in Douglas, Alaska, the offeror will be responsible for their
travel and per diem expenses.

2.18
Failure to Negotiate
If the selected offeror
•
•
•
•

fails to provide the information required to begin negotiations in a timely manner; or
fails to negotiate in good faith; or
indicates they cannot perform the contract within the budgeted funds available for the
project; or
(if the offeror) and the State, after a good faith effort, simply cannot come to terms,

the State may terminate negotiations with the offeror initially selected and commence negotiations
with the next highest ranked offeror.

2.19
Notice of Intent to Award (NIA) - Offeror Notification of Selection
After the completion of contract negotiations the procurement officer will issue a written Notice of
Intent to Award (NIA) and send copies to all offerors. The NIA will set out the names and addresses
of all offerors and identify the proposal selected for award. The scores and placement of other
offerors will not be part of the NIA.

RFP # 2008-2000-7549

14

Inmate Telephone Systems For Alaska
Correctional Institutions

2.20
Protest
AS 36.30.560 provides that an interested party may protest the content of the RFP. An interested
party is defined in 2 AAC 12.990(a)(7) as lIan actual or prospective bidder or offeror whose
economic interest might be affected SUbstantially and directly by the issuance of a contract
solicitation, the award of a contract, or the failure to award a contract. If an interested party wishes
to protest the content of a solicitation, the protest must be received, in writing, by the procurement
officer at least ten days prior to the deadline for receipt of proposals.
AS 36.30.560 also provides that an interested party may protest the award of a contract or the
proposed award of a contract. If an offeror wishes to protest the award of a contract or the
proposed award of a contract, the protest must be received in writing by the procurement officer
within ten days after the date the Notice of Intent to Award the contract is issued.
A protester must have submitted a proposal in order to have sufficient standing to protest the
proposed award of a contract. Protests must include the following information:
[a]
[b)
[c)
[d)
[e)

the name, address, and telephone number of the protester;
the signature of the protester or the protester's representative;
identification of the contracting agency and the solicitation or contract at issue;
a detailed statement of the legal and factual grounds of the protest, including copies of
relevant documents; and
the form of relief requested.

Protests filed by telex, e-mail, or telegram are not acceptable because they do not contain a
signature. Fax copies containing a signature are acceptable.
The procurement officer will issue a written response to the protest. The response will set out the
procurement officer's decision, and will contain the basis of the decision within the statutory time
limit in AS 36.30.580. A copy of the decision will be furnished to the protester by certified mail, fax,
or another method that provides evidence of receipt.
All offerors will be notified of any protests received. The review of protests, decisions of the
procurement officer, appeals, and hearings, will be conducted in accordance with the State
Procurement Code (AS 36.30), Article 8, ilLegal and Contractual Remedies.
II

RFP # 2008-2000-7549

15

Inmate Telephone Systems For Alaska
Correctional Institutions

SECTION THREE
STANDARD CONTRACT INFORMATION

3.01
Contract Type

This RFP will result in a firm fixed fee contract.
3.02
Contract Approval

This RFP does not, by itself, obligate the State. The State's obligation will commence when the
contract is approved by the Commissioner of the Department of Corrections, or the commissioner's
designee. Upon written notice to the contractor, the State may set a different starting date for the
contract. The State will not be responsible for any work done by the contractor, even work done in
good faith, if it occurs prior to the contract start date set by the State.
3.03
Standard Contract Provisions

The contractor will be required to sign and submit the attached State's Standard Agreement Form
for Professional Services Contracts (form 02-093/Appendix A). The contractor must comply with the
contract provisions set out in this attachment. No alteration of these provisions will be permitted
without prior written approval from the Department of Law. Objections to any of the provisions in
Appendix A must be set out in the offeror's proposal.
3.04
Proposal as a Part of the Contract

Unless otherwise specified in the contract, the requirements and specifications set forth in this RFP
and the successful proposal will be incorporated into Appendix C of the contract, and will be binding
upon the contractor. In any case in which these differ, the contract and then the RFP in that order,
shall take precedence over the proposal submitted by the contractor.
3.05
Additional Terms and Conditions

The State reserves the right to add terms and conditions during contract negotiations. These terms
and conditions will be within the scope of the RFP and will not affect the proposal evaluations.
3.06
Insurance Requirements

The successful offeror must provide proof of workers' compensation insurance prior to contract
approval. The successful offeror must secure the insurance coverage required by the State. The
coverage must be satisfactory to the Division of Risk Management. An offeror's failure to provide
evidence of such insurance coverage is a material breach and grounds for withdrawal of the award
or termination of the contract. Offerors must review form Appendix 81 attached, for details on
required coverage.

RFP # 2008-2000-7549

16

Inmate Telephone Systems For Alaska
Correctional Institutions

Offerors must review Appendix 81 ,attached, for details on required coverage. No alteration of these
requirements will be permitted without prior written approval of the Department of Administration,
Division of Risk Management. Objections to any of the requirements in Appendix 81 must be set
out in the offeror's proposal.
3.07
Performance Bond
The successful offeror must provide a performance bond at the time of contract award. Such
performance bond shall be equivalent to 50% of the dollar amount guaranteed to the State of
Alaska, Department of Corrections for the first two years of the contract.
Failure to provide such a performance bond at the time of award shall be grounds to reject
the offeror and award to the next most responsive and responsible offeror.

3.08
Contract Funding
Approval or continuation of a contract resulting from this RFP is contingent upon legislative
appropriation.
3.09
Proposed Payment Procedures
The State will make payments based on a negotiated payment schedule at rates established in the
contract. Each billing must consist of an invoice and progress report. No payment will be made until
the progress report and invoice have been approved by the project director, or designee. All billings
should be submitted timely and reference the RFP and contract numbers.
3.10
Contract Payment

No payment will be made until the contract is approved by the Commissioner of the Department of
Corrections, or designee, and the invoices have been approved by the project manager, or
designee. The State is not responsible for and will not pay local, state, or federal taxes. The State
will not be liable for the payment of any interest charges associated with the cost of the contract. All
costs associated with the contract must be stated in U.S. currency.
3.11
Informal Debriefing
When the contract is completed, an informal debriefing may be performed at the discretion of the
project director. If performed, the scope of the debriefing will be limited to the work performed by the
contractor.
3.12
Contract Personnel

Any change of the project team members named in the proposal must be approved, in advance and
in writing, by the project director. Personnel changes that are not approved by the State may be
grounds for the State to terminate the contract.
RFP #I 2008·2000-7549

17

Inmate Telephone Systems For Alaska
Correctional Institutions

,.

The Department of Corrections, project director, or designee, reserves the right to disallow the use
of any individual (under the terms of any contract awarded as a result of this RFP) whose
performance or conduct is not acceptable to the Department.
3.13
Inspection Be Modification· Reimbursement for Unacceptable Deliverables
The contractor is responsible for the completion of all work set out in the contract. All work is
subject to inspection, evaluation, and approval by the project director, or designee. The State may
employ all reasonable means to ensure that the work is progressing and being performed in
compliance with the contract. Should the project director determine that corrections or modifications
are necessary in order to accomplish its intent; the project director may direct the contractor to make
such changes. The contractor will not unreasonably withhold such changes.
Substantial failure of the contractor to perform the contract may cause the State to terminate the
contract in whole or in part. In this event, the State may require the contractor to reimburse monies
paid (based on the identified portion of unacceptable work received) and may seek associated
damages.
3.14
Termination
If the project director determines that the contractor has refused to perform the work or has failed to
perform the work with such diligence as to ensure its timely and accurate completion, the State may,
by prOViding written notice to the contractor, terminate the contractor's right to proceed with part or
all of the remaining work.
This clause does not restrict the State's termination rights under the contract provisions of Appendix
A, attached.
3.15
Contract Changes· Unanticipated Amendments
During the course of this contract, the contractor may be required to perform additional work. That
work will be within the general scope of the initial contract. When additional work is required, the
project director will provide the contractor a written description of the additional work and request for
the contractor to submit a firm time schedule for accomplishing the additional work and a firm price
for the additional work. Cost and pricing data must be provided to justify the cost of such
amendments per AS 36.30.400.
The contractor will not commence additional work until the project director has secured any required
State approvals necessary for the amendment and issued a written contract amendment. approved
by the Commissioner of the Department of Corrections, or designee.
3.16
Contract Changes - Anticipated Amendments
The Department anticipates that it may be in the State's best interest to extend the contract for
additional periods of service. If the State exercises this option, extension will be within the maximum
period allowable under administrative authority.
RFP # 2008-2000-7549

18

Inmate Telephone Systems For Alaska
Correctional Institutions

The State may increase the locations for these services, depending on the needs of the department.
Any changes in work requirements will be within the scope of work specified in the RFP and will be
approved through the required amendment procedures.
3.17
Contract Invalidation

If any provision of this contract is found to be invalid, such invalidation will not be construed to
invalidate the entire contract.
3.18
Contract Personnel Background Checks

The Department of Corrections will require personnel providing direct services within the correctional
centers to comply with background investigations and/or security checks. When background
investigations are required, they will be performed by the DOC at no charge to the contractor.
The Department reserves the right to restrict an individual's access to the facility or program if they
are determined to pose a threat to security, or if they fail to provide the information required for a
background check.
3.19
Code of Ethics and Standards of Conduct

The contractor will assure that all individuals providing services under the terms of the contract
receive and read Department Policies and Procedures 202.01, Code of Ethics, and 202.03,
Standards of Conduct. Copies of these Department Policies and Procedures are attached to the
RFP. The Department of Corrections reserves the right to exclude from employment any person
deemed by the DOC to be incompatible with the goals, mission, security or safety of its program.
3.20
Investigation & Litigation

Successful offerors are obligated to notify the project manager the next working day if, they, or any
member of their contract staff, are being investigated for malpractice and/or ethical violations by a
licensing board or professional organization, or if they are named as a party in a civil or criminal
litigation relating to their professional activities. The Department reserves the right to disallow the
provision of contract services by any individual undergoing investigation and/or litigation under this
section.
3.21
Continuing Education (CE)

The successful offeror must assure, at no cost to the State, that all persons working under the terms
of the contract meet and maintain any and all legal requirements for licensing and Continuing
Education.

RFP # 2008·2000·7549

19

Inmate Telephone Systems For Alaska
Correctional Institutions

•

3.22
Records
The records and other information compiled by the successful offeror in accordance with the duties
and responsibilities of this RFP shall be the property of the Department of Corrections. Copies of
such records shall be provided to the Department within a reasonable period, upon request. This
requirement is mandatory irrespective of any payment due to the successful offeror for service
provision.

3.23
Research
Any research conducted under the terms of the contract must receive prior written approval by the
Commissioner of Corrections, or designee. A written description of the research project must be
submitted prior to consideration for approval. In addition, all research projects must comply with the
provisions of Policy and Procedure 501.02.

3.24
Transition at End of Contract
The contractor agrees to assist the Department and any subsequent provider in facilitating the
transition between providers in the event of termination or completion of this contract. This includes
extensions of this agreement at current rates to cover transition periods. This agreement is a
condition precedent to the contractor's right to receive any final payment of funds under this
contract.

3.25
Right to Audit Records
AS 36.30.420 states: The State may audit the books of a contractor or a subcontractor to the extent
that the books and records relate to the performance of the contract or subcontract. Books and
records shall be maintained by the contractor for a period of three years after the date of final
payment under the prime contract, and by the subcontractor for a period of three years after the date
of final payment under the subcontract. unless a shorter period is authorized in writing by the
commissioner.

3.26
Format of Reports and Data
If needed. the contractor will be expected to provide electronic reports and data in a format
compatible with the departmenfs systems and formats. and it will be the contractor's responsibility to
create the data files. This includes data entry and the development of any automated interfaces to
the contractor's information systems or data entry software needed for this purpose.

RFP # 2008-2000-7549

20

Inmate Telephone Systems For Alaska
Correctional Institutions

SECTION FOUR
BACKGROUND INFORMATION
4.01
Background Information

Inmates at the State of Alaska, Department of Corrections (DOC) correctional facilities use a
contractor provided, maintained and operated inmate telephone system.
Current inmate phone systems are configured for outgoing calls only. For long distance calls, the
system operates as a "COLLECT CALL ONLY", Automated Operator system. The system must
not allow for incoming calls, to inmates, at any time or for calls to cell phones. The system
provided under this RFP must also allow for the use of prepaid calling cards.
The contractor provides all inmate telephone systems and monitoring equipment. All costs of
equipment, installation, optimization, training, and ongoing operation and maintenance of the
systems are the responsibility of the Contractor. All equipment installed by the Contractor at the
correctional facilities remains the sole and exclusive property of the Contractor. The State is not
responsible for any damage to equipment inclUding damage caused by inmates.

RFP # 2008-2000-7549

21

Inmate Telephone Systems For Alaska
Correctional Institutions

SECTION FIVE
SCOPE OF WORK

5.01
Scope of Work
The State of Alaska intends to contract for services to provide current state of the art inmate
telephone system and necessary billing services in each of it's correctional facilities. The
correctional institutions are located in Anchorage, Nome, Fairbanks, Eagle River, Ketchikan,
Juneau, Palmer, Wasilla, Seward, Kenai, and Bethel, Alaska. The State also reserves the right to
add additional facilities during the life of the contract.
The Contractor will provide all inmate telephone systems and monitoring equipment, installation,
optimization, training, and ongoing operation of the systems. All costs of equipment, installation,
optimization, training and ongoing operation of the systems are the responsibility of the Contractor.
All equipment installed by the Contractor at the correctional facilities will remain the sole and
exclusive property of the Contractor. The State will not be responsible for any damage to eqUipment
including damage caused by inmates. The system must be a "turn-key" system. The
successful contractor will be required to install a new Inmate Telephone System that Is
"state of the art" technology.
Inmate telephone system equipment identified by brand name within this document Is for
comparison purposes only. Actual telephone system eqUipment used or provided by the
contractor must meet or exceed the specified equipment capabilities and capacities as set
forth In the specifications. All equipment and materials furnished under the contract
resulting from this RFP must be the latest "state of the art" technology. The State reserves
the right to approve minor deviations from the specifications If it Is determined to be In Its
best Interest.
.

5.02
System Requirements
Tables One, Two, Three and Four provide the following information. This information should not be
construed as a guarantee of call actiVity or the number of phones to be installed in anyone
institution.
1.
2.
3.
4.

Number of inmates per institution. (Table One)
Number of inmate phones presently used at each institution. (Table One)
Telephone utilities serving the various institutions. (Table Two)
Number of intrastate calls made by institution during a 12 month period with total number of
minutes involved. (Table Three)
5. Number of interstate calls made by institution during a 12 month period with total number of
minutes involved. (Table Four)
6. Call Revenues (Table Five)

The contractor shall be responsible for obtaining all required approvals from the RegUlatory
Commission of Alaska (RCA) for performance under the resulting contract within 60 days of
contract award.

RFP # 2008-2000-7549

22

Inmate Telephone Systems For Alaska
Correctional Institutions

The successful contractor shall reimburse the Department of Corrections for the cost of state
personnel time, travel, and per diem involved in quality assurance and acceptance testing of the
systems. For budgetary purposes, the State of Alaska has determined a budgetary figure of
$50,000.00 for this cost. The successful Offeror shall reimburse the Department of Corrections for
these costs upon final acceptance of the entire system.
The successful contractor will pay the State of Alaska, Department of Corrections (DOC) a
guaranteed yearly dollar payment over the life of the contract. This payment shall be made in
quarterly payments over each year on a schedule subject to approval of the Contractor and DOC.
Payments must be made based upon gross revenues received from connection fees and per minute
charges. Local calls from pre-trial booking phones must be free. Charges will apply to all
other local calls.
A late payment is subject to 1.5% interest per month on the unpaid balance.
Offerors must provide a pre-qualifying statement showing that they have experience in providing an
inmate phone system similar to the system required by this RFP. Offerors must provide a list of at
least 4 systems (including phones and monitoring systems) comparable in size and complexity to
the system currently in use by DOC that have been successfully installed and operated by the
offeror. The list must include contact names, addresses and phone numbers. Failure to provide
the Information described In this paragraph will result In your proposal being found nonresponsive.
Systems shall be capable of blocking toll free and other such numbers, third party calls, cell phone
calls, call forwarding and specific numbers. Lines must automatically disconnect If a third party
callis detected.
The systems must be designed to provide inmates with a "PIN" number assignment. The system
must also provide for exclusion of "PIN" number assignments to pre-trial detainees.
Different voice announcements must be provided for inmate and pre-trial detainees.
Systems shall have the ability to limit the duration of inmate and pre-trial detainee calls with a
notification of time limit at points three minutes, one minute, and 30 seconds before conclusion.
Exceptions will be made in the case of attorney calls.
The systems must prevent dialing a second number after a called party hangs up.
This will be a "tum-key" system. On site training must be provided for all operators of the inmate
phone system. Such training must include operation and first echelon maintenance of all equipment
supplied.
Acceptance testing shall be performed at each facility in the presence of DOC personnel and/or their
designated representative.

RFP # 2008-2000-7549

23

Inmate Telephone Systems For Alaska
Correctional Institutions

TABLE ONE
# of Inmates

# of Phones

(Emergency
CaDacltvl
819

98

Anvil Mountain Correctional Center
Mile 1810 Center Creek Road
Nome, AK 99762-0730

104

11

Fairbanks Correctional Center
1931 Eagan Street
Fairbanks, AK 99701·0317

211

38

Hiland Mountain Correctional Center
9101 Hesterberg Road
Eagle River, AK 99577

311

28

58

6

Institution

Anchorage Correctional Complex
1400 E 4th Avenue
Anchorage, AK 99501

Ketchikan Correctional Center
1201 Schoenbar Road
Ketchikan, AK 99901

RFP # 2008-2000-7549

24

Inmate Telephone Systems For Alaska
Correctional Institutions

TABLE ONE (CONTO)
Institution

# of Inmates
(Emergency
CaDacitvl
196

Lemon Creek Correctional Center
2000 Lemon Creek Road
Juneau, AK 99801-9706

#ofPhones

45

Mat-Su Pre-Trial Facility
339 E Dogwood Street
Palmer, AK 99645-6499

185

12

Palmer Correctional Center
Mile 58 Glenn Highway
Palmer, AK 99645-0919

390

24

Pt. MacKenzie Correctional Farm
13690 S Guernsey Road
Wasilla, AK 99687

112

12

Spring Creek Correctional Center
Mile 5 Nash Road
Seward, AK 99664-2109

486

30

Wildwood Correctional Complex
10 Chugach Avenue
Kenai, AK 99611-7098

368

35

Yukon-Kuskokwim Correctional Center
Airport Road
Bethel, AK 99559

92

15

RFP # 2008-2000-7549

25

Inmate Telephone Systems For Alaska
Correctional Institutions

TABLE TWO
Telephone Utilities Servicing DOC Correctional Facilities
UTILITY

SERVING

Alaska Communications System (ACS)
600 Telephone Avenue
Anchorage, AK 99501

ACC, AMCC, FCC, HMCC,
KCC, LCCC, MSPT, PCC,
SCCC, WCC, YKCC

GCI
2800 C Street
Anchorage, AK 99501

ACC, AMCC, FCC, LCCC,
PCC, PTMAC, YKCC

AT&T ALASCOM
210 E Bluff Drive
Anchorage, AK 99501

FCC, MSPT

Ketchikan Public Utilities
2930 Tongass Ave.
Ketchikan, AK 99901

KCC

Matanuska Telephone Association
P. O. Box 3009
Palmer, AK 99645-3009

HMCC,MSPT,PCC,PTMAC

Telalaska
P. O. Box 233609
Anchorage, AK 99523-3609

AMCC,SCCC

Legend:
ACC - Anchorage Correctional Complex
AMCC - Anvil Mountain Correctional Center
FCC - Fairbanks Correctional Center
HMCC - Hiland Mountain Correctional Center
KCC - Ketchikan Correctional Center
LCCC - Lemon Creek Correctional Center
MSPT - Mat-Su Pre-Trial
PCC - Palmer Correctional Center
PTMAC - Pt. MacKenzie Correctional Farm
RFP # 2008-2000-7549

26

Inmate Telephone Systems For Alaska
Correctional Institutions

SCCC - Spring Creek Correctional Center
WCC - Wildwood Correctional Complex
YKCC - Yukon-Kuskokwim Correctional Center

TABLE THREE
Analysis of Intrastate Calls Made (4/01/06 - 3/31/07)
Institution
ACC
AMCC
FCC
HMCC
KCC
LCCC
MSPT
PCC
PTMAC
SCCC
WCC
YKCC

TOTALS

# Calls Made
28.830
7.394
12.725
19.923
3.689
10.327
5.604
52.054
12.068
52.174
31.985
7.973
244,746

Minutes
243.382
65.609
109.317
174452
34.776
136.211
59.282
524.134
148307
750.508

383.2n
73.n5
2,703,030

TABLE FOUR
Analysis of Interstate Calls Made (4/01/06 - 3/31/07)
Institution
ACC
AMCC
FCC
HMCC
KCC
LCCC
MSPT
PCC
PTMAC
SCCC
WCC
YKCC

# Calls Made

10.928
64

3,136
2,555

4n

2,434
870
2,483
733
3,933
3.975

n

TOTALS

RFP # 2008-2000-7549

31,665

27

Minutes
101,469
677
30.934
25.061
4.788
29.748
9.695
25.680
9,706
61,049
47,251
594
346,652

Inmate Telephone Systems For Alaska
Correctional Institutions

TABLE FIVE
Call Revenues (4/01/2006 - 03/31/07)
Institution

Inter-State
Revenue
$138,909.32
$1,045.02
$42,641.26
$33,971.74
$8,562.25
$37,243.50
$12,751.27
$36,475.29
$12,625.32
$72,384.51
$58,637.50
$971.49
$456,218.47
Total Revenue

ACC
AMCe
FCC
HMee
KCe
LCee
MSPT
pce
PTMAe
scee
wee
YKee

Intra-8tate
Revenue
$107,662.68
$29,814.40
$51,991.90
$73,258.76
$12,898.05
$47,090.65
$19,490.99
$190,004.76
$46,510.34
$234,020.13
$123,860.15
$28,103.73
$964,706.54

$1,420,925.01

This section lists all required specifications of this RFP for an Inmate Telephone System (ITS).
General Offeror ReqUirements:

5.02.1 The Offeror shall establish an internal "Account Team" to interface with DOC for the ITS.
This Account Team will serve as the single-paint-of contact (SPOC) for DOC and shall provide
new telephones, system and network design services, system programming services, system
transition and implementation services, post installation programming, updates and
maintenance services and commission fee schedule services.
The Offeror shall provide access to the Account Team in the following manner:

A. By voice telephone number and facsimile transmission
B. By toll free 800/888/877 numbers for telephone and facsimile access.
C. By E-Mail (Internet) address.
5.02.2 DOC reserves the right to reject personnel assigned to the Account Team including
personnel from the Contractor and personnel from any subcontractors during the life of the
contract.

RFP # 2008-2000-7549

'A;: _.. ",

blG¥"'.Q.<>iVii"",t

i.QQiW%4

hi tcA.w;:::::::;::;:;Mh..

Inmate Telephone Systems For Alaska
Correctional Institutions

28

i ( ..Q.&%4WMM & ;;;;:;;;:;::;:: .

. ..

iiQ::::<(W.[ ..

.¥.W.Q

.WkA.

5.02.3 The Account Team shall work in conjunction with any Customer Premise Equipment
(CPE) or network contractor (voice or data) being used by DOC to resolve any technical
problems that may arise between the proposed ITS system and any existing or future voice/data
systems installed by DOC. This will eliminate the need for DOC to be a mediator in problem
resolutions. Upon request of DOC, the Account Team shall speak directly with any other
CPE contractor, local exchange carrier, long distance carrier, etc. to resolve technical issues.
5.02.4 The Offeror shall adhere to any municipal, state or federal requirements for ITS
installation "certification", training, or registration. Failure to comply with present and future
municipal, state or federal requirements may result in termination of any Contract with the
Offeror and the paying of any applicable fines, etc. incurred by DOC for violation of such
requirements by the Offeror,
The Offeror shall be responsible for compliance with all regUlatory requirements Imposed
by local, state and federal regUlatory agencies for all systems and services provided
throughout the duration of the Contract.

5.02.5 The Offeror's Account Team must accept system programming and maintenance orders
only from authorized personnel with the DOC. The Account Team must determine authorized
personnel as part of their Proposal's initial contracting process and provide authorization forms
for agency personnel signatures. The Offeror will be responsible for all charges associated with
"unauthorized" service repairs, additions, or changes performed by the Offeror.
5.02.6 The Offeror shall be responsible for making all system modifications necessary to allow
inmates to place calls as industry dialing requirements change at no cost to DOC. Such
modifications must be made in a timely manner to ensure proper use of the ITS system by
inmates and DOC personnel.
5.02.7 The Offeror shall be responsible for complying with and updating the ITS for any
regulatory changes and requirements during the life of the contract. These regUlatory changes
include federal, state or local municipal modifications. These changes must be made in a timely
manner and at no cost to DOC.

5.03
General Inmate Telephone System ReqUirements

The proposed ITS shall be provided for all DOC facilities, listed in Table 1 of this RFP at no cost
to DOC for installation, training, operation and maintenance of the ITS, equipment, software,
and its components. If the ITS system is damaged or destroyed, the Offeror is responsible for
replacement of the ITS system in its entirety or its individual components regardless of cause
including, but not limited to, normal wear/use, inmate abuse, natural disaster, or inmate unrest.
The ITS system or component replacement shall be performed at no cost to the DOC. The
Contractor owns the ITS equipment. The ITS proposed for DOC must meet or exceed the
following requirements:
5.03.1 The ITS proposed for DOC shall include the following components:
A. A SitelLocation Call Processor-Control System located at each DOC
facility listed in Table 1.
RFP 4# 2008-2000-7549

29

Inmate Telephone Systems For Alaska
Correctional Institutions

An offeror's failure to meet these minimum requirements will cause their proposal to be considered
non-responsive and their proposal will be rejected.

2.09
Evaluation of Proposals
The procurement officer, or an evaluation committee made up of the procurement officer and at
least three State employees or public officials, will evaluate the proposals. The evaluation will be
based solely on the evaluation factors set out in Section Seven of this RFP.
After receipt of proposals, if there is a need for any substantial clarification or material change in the
RFP, an amendment will be issued. The amendment will incorporate the clarification or change,
and a new date and time established for new or amended proposals. Evaluations may be adjusted
as a result of receiving new or amended proposals.

2.10
VendorTaxlD
A valid Vendor Tax 10 number (EIN or SSN) for the firm or individual must be submitted to the
issuing office with the proposal or within five days of the State's request.

2.11
F.O.B. Point
F.O.B. point for all services and equipment provided under this RFP will be final destination within
the State of Alaska.

2.12
Alaska Business License & Other Required Licenses
At the time the proposals are opened, all offerors must hold a valid Alaska business license
and any other applicable professional licenses required by Alaska Statute. Offerors should
contact the Department of Commerce, Community and Economic Development, Division of
Occupational Licensing, P.O. Box 110806, Juneau, Alaska 99811-0806, for information on these
licenses.
Offerors must submit evidence of a valid Alaska business license with the proposal. An offeror's
failure to submit this evidence with the proposal will cause their proposal to be determined nonresponsive. Acceptable evidence that the offeror possesses a valid Alaska business license may
consist of anyone of the following:
[a]
[b)
[c)
[d)
[e)

a copy of an Alaska business license with the correct SIC code;
certification on the proposal that the offeror has a valid Alaska business license and has
included the license number in the proposal;
a canceled check for the Alaska business license fee;
a copy of the Alaska business license application with a receipt stamp from the State's
occupational licensing office; or
a sworn and notarized affidavit that the offeror has applied and paid for the Alaska business
license.

RFP # 2008-2000-7549

10

Inmate Telephone Systems For Alaska
Correctional Institutions

You are not required to hold a valid Alaska business license at the time proposals are opened if you
possess one of the following licenses and are offering services or supplies under that specific line of
business:
•

fisheries business licenses issued by Alaska Department of Revenue or Alaska
Department of Fish and Game,

•

liquor licenses issued by Alaska Department of Revenue for alcohol sales only,

•

insurance licenses issued by Alaska Department of Commerce, Community and
Economic Development, Division of Insurance, or

•

mining licenses issued by Alaska Department of Revenue.

2.13
Application of Preferences

Certain preferences apply to all contracts for professional services, regardless of their dollar value.
The Alaskan Bidder and Offeror preferences are the two most common preferences involved in the
RFP process. Additional preferences that may apply to this procurement are listed below. Guides
that contain excerpts from the relevant statutes and codes, explain when the preferences apply and
provide examples of how to calculate the preferences are available at the Department of
Administration, Division of General Services' web site:
http://www.state.ak.usllocaVakpages/ADMIN/dgs/policy.htm
Alaska Products Preference· AS 36.30.332
Recycled Products Preference - AS 36.30.337
Local Agriculture and Fisheries Products Preference· AS 36.15.050
Employment Program Preference - AS 36.30.170(c)
Alaskans with Disability Preference· AS 36.30.170(e)
Employers of People with Disabilities Preference· AS 36.30.170(f)
The Division of Vocational Rehabilitation in the Department of Labor and Workforce Development
keeps a list of qualified employment programs; a list of individuals who qualify as persons with a
disability; and a list of persons who qualify as employers with 50 percent or more of their employees
being disabled. A person must be on this list at the time the bid is opened in order to qualify for a
preference under this section.
As evidence of an individual's or a business' right to a certain preference, the Division of Vocational
Rehabilitation will issue a certification letter. To take advantage of the Employment Program
Preference, Alaskans with Disability Preference or Employers of People with Disabilities Preference
described above, an individual or business must be on the appropriate Division of Vocational
Rehabilitation list at the time the proposal is opened, and must provide the procurement officer a
copy of their certification letter. Offerors must attach a copy of their certification letter to the
proposal. The offeror's failure to provide the certification letter mentioned above with the proposal
will cause the State to disallow the preference.

RFP # 2008-2000-7549

11

Inmate Telephone Systems For Alaska
Correctional Institutions

B. A Centralized System Database.
C. Recording and Digital Monitoring Equipment.
D. Ability to interface with competitors systems.
E. Web based access.
F. Three way call detection.
G. Key word or phrase search capability.
5.03.2 The Offeror shall propose one type of ITS for all DOC locations. All system hardware,
software and support systems shall be the same in each DOC facility.
5.03.3 The Site/Location Call Processor shall provide for all telecommunications capabilities for
inmate services as well as administrative capabilities for DOC personnel.
5.03.4 The Centralized System Database shall be located at a Offeror provided site, located
outside of DOC facilities but within the Central or Western United States, and provide full
database redundancy for all Sitellocation Processors and recording equipment at each DOC
facility (see Section 5.3).
5.03.5 The ITS shall be provided to DOC at no cost. The ITS proposed for DOC shall include
full design, installation and on-going maintenance and repair and replacement at no cost to the
DOC.
5.03.6 The ITS shall provide any network services as specified in this RFP, at no cost to the
DOC, during the duration of the Contract.
5.03.7 The ITS shall allow inmate access to collect and prepaid call services as described in
this RFP document. At no time would inmate telephones be allowed to make calls without some
type of ITS system restriction and monitoring (With the exception of those that qualify as
attorney/client privileged calls).
5.03.8 The ITS shall allow for all inmate telephones to be in use simultaneously. Dial tone shall
be presented immediately to all inmate telephones in an Doff hookDposition. There shall be one
central office line per inmate telephone. All lines must be provided at no cost to DOC.
5.03.9 The call automated announcement function of the ITS shall be capable of processing
calls on a selective bilingual basis. The inmate shall be able to select the preferred language
using no more than a two-digit code.
5.03.10 The Offeror shall propose an ITS that can be shut down immediately and selectively.
DOC shall be able to shutdown the ITS system globally and restrict all PIN access, within an
entire facility and/or within a facility wing. The Proposal shall describe the options available to
DOC for this type of immediate and global restriction.

RFP # 2008-2000-7549

30

Inmate Telephone Systems For Alaska
Correctional Institutions

5.03.11 The proposed ITS shall be restricted to outgoing calls only. The ITS shall not process
incoming calls at any time. No inmate telephone shall be capable of receiving an incoming call
and Offeror shall work with the local telephone companies to ensure such control. The Proposal
shall describe how this component shall be achieved for the DOC.
5.03.12 The Offeror shall keep all call processing and call rating information current. This
information includes, but is not limited to, local exchanges, area codes, country codes, vertical
and horizontal coordinates and any other information necessary to accurately process and rate
calls. The Offeror must quickly provide DOC with any rate information for all calls upon request
by DOC at any time during the term of the Contract.
5.03.13 The ITS shall block all calls made to any telephone numbers that incur excess charges
such as 900, 972: 976, 550, etc. The Offeror shall be responsible for ensuring that the ITS
System is programmed for such blocking.
5.03.14 The ITS shall block all inmate calls to current long distance carrier access numbers
(Le., 101 0333 and 101 0285) or future 101-xxxx carrier access numbers. The Offeror shall be
responsible for ensuring that the ITS system is programmed for such blocking.
5.03.15 The ITS shall block all local numbers that access long distance carriers.
The Offeror shall be responsible for ensuring that the ITS system is programmed for such
blocking.
5.03.16 The ITS shall block all inmate access to directory assistance access numbers (Le., 411,
555-1212). The Offeror shall be responsible for ensuring that the ITS is programmed for such
blocking.
5.03.17 The ITS shall block all inmate access to toll free numbers (Le., 800, 888 and
877). The Offeror shall be responsible for ensuring that the ITS is programmed for such
blocking. The ITS must have the capability to allow the DOC to unblock individual toll-free
numbers.
5.03.18 Offeror shall insure that local calls are not passed off to any other carrier not authorized
by the Contract. This will include call forwarding from a local AN1 to any of the lists of numbers
required to be blocked or automatically forwarded to numbers not dialed directly by the inmate.
The Offeror is authorized by the Contract to have exclusive control over all billing of local,
intraLATA, interLATA and international long distance collect and prepaid calls placed by inmates
through the ITS.
5.03.19 The ITS shall be capable of interfacing with network services provided by local
exchange carriers as well as inter-exchange carriers. This includes analog and digital facilities
(Le., analog business trunks, OS-I, and ISDN PRI). The Proposal shall state the types of
network services to which the proposed ITS will interface and the purpose (application) of such
services for DOC.
5.03.20 The Offeror shall describe the type of network services it will provide with the proposed
ITS.

RFP # 2008-2000-7549

31

Inmate Telephone Systems For Alaska
Correctional Institutions

5.03.21 It is the intention of the DOC to initially implement the proposed ITS in a collect call and
prepaid calling modes. Collect calling shall be offered for all 50 states and United States
territories.
5.03.22 The Offeror shall implement an ITS that provides telephone reception quality meeting
all industry standards for service quality as defined by the Regulatory Commission of Alaska
(RCA) and by the Federal Communications Commission (FCC). The Offeror shall accept the
DOC's judgment concerning these standards.
5.03.23 The proposed ITS shall provide that Dcall set-up time" not exceed 10 seconds from
completion of dialing to first ring.
5.03.24 The proposed ITS shall not provide a second dial tone to an inmate telephone without
the inmate hanging up the telephone receiver after the first call is completed.
5.03.25 The proposed ITS shall allow for an agreed to lI ring time ll before an inmate call is
disconnected. This lI ring time ll parameter shall be programmable by DOC but shall be consistent
among DOC facilities.
5.03.26 The proposed ITS shall provide notification to an inmate of the call status (i.e., ringing
and busy). This notification may either be in the form of ringing, bUsy tones, standard
information tones (SIT), or appropriate recorded messages.
5.03.27 The proposed ITS shall not allow the inmate to speak to the collect-called party until the
call has been accepted.
5.03.28 The proposed ITS shall allow the option for inmates to hear the processing of the
placed call to determine if SIT tones with message or an answering device (Le., answering
machine and voice mail) has answered the call. Superintendents will determine whether or not
this option will be used at their facility. At no time shall the ITS system allow the inmate to
speak (restricted voice channel) until the called party has accepted the collect call.
5.03.29 The proposed ITS shall allow for DOC to program times when the system will be
available or unavailable to inmate calling. The Offeror shall describe how this is accomplished.
5.03.30 The Offeror shall supply the Security Threat Group (STG)/investigation Coordinator a
system for operational information and electronic document management. This system shall
provide an interface to the DOC offender tracking system, ITS call record database and other
related systems. The Offeror shall provide all suitable software, hardware and network
infrastructure to interface or link all DOC institutions, investigative offices and databases.
5.03.31 The Call Processors shall have lIhot swappable drives and power supplies.
5.03.32 The Offeror is required to provide the line voltage outlets for all equipment.

RFP # 2008-2000-7549

32

Inmate Telephone Systems For Alaska
Correctional Institutions

5.04
Central Database
5.04.1 A network and central database shall be provided and managed by the Offeror at no cost
to the DOC. The purpose of the database is to provide full database redundancy for all Call
Processors at each DOC facility and to provide pooled data for investigators analysis. The
Proposal shall describe the details of the proposed network.
5.04.2 The new network shall be compatible with the existing DOC networks (Le., TCP/IP) and
capable of network speeds equivalent to the DSl or faster.
5.04.3 The Centralized Database shall be located at an Offeror-provided site, located outside of
DOC facilities. The Proposal shall describe the facilities and location of the Centralized
Database.
5.04.4 The Centralized Database shall be in Oracle TM or MS SQl 78 or other open
architecture software. The Proposal shall describe Central Database details.
5.04.5 The Proposal shall describe how it will provide ITS system security for all data stored in
the local and central databases. Such a security description must include system security,
including levels of encryption, as well as how access to such sensitive information will be
performed within the Offeror's organization.
5.04.6 The DOC shall be able to perform queries and request reports from the Centralized
Database. The Proposal shall describe the availability of the report writer for this use.

5.05
Personal Identification Numbers (PINS)
5.05.1 The ITS shall restrict use through authorized Personal Identification Numbers (PINs)
assigned to each inmate. The length of these PINs shall be determined by DOC and remain
consistent throughout DOC facilities.
5.05.2 The ITS shall use DOC's inmate PIN assignments and numbering plan and have
provisions for assigning PINS through a random automatic method. Current PINS are numeric
only and may be up to fifteen (15) digits long. PINS are permanently assigned.
5.05.3 The ITS shall be capable of de-activating the PIN feature by individual inmate telephone,
groups of telephones and/or entire institutions, at DOC's option. At no time shall the inmate
telephones be unrestricted due to the deactivation of the PIN feature. The PIN system should
provide for voice activationlverification.
5.05.4 The ITS shall allow each PIN to have a "class of service" assigned (i.e., duration of each
call). The proposed ITS system shall provide call restrictions by PIN that provide all of the
following restrictions:

RFP # 2008-2000·7549

33

Inmate Telephone Systems For Alaska
Correctional Institutions

A. Inmates can be either approved or not approved to make phone calls by
PIN.
B. Inmates, via the PIN, can be restricted to a specific telephone or group of
telephones, at DOC's option.
C. Limit duration of call. Maximum call duration can be set globally (all PINs),
by site, by facility area or by individual inmate's PIN, at DOC's option and
can be set for each type of call (Local, intraLATA, interLATA, interstate).
D. Restrict time of day calling. An allowed calling schedule can be provided
for each specific PIN, by facility area, by site and globally (all PINs). The
global restrictions can take precedence over individual PIN restrictions, at
DOC's option.
E. Limit calling privileges. Restrict an inmate under disciplinary action from
placing calls. The Proposal shall describe how these restrictions can be
accomplished.
5.05.5 The ITS shall have the ability to limit calls to a specific duration by PIN and by specific
telephone numbers assigned to a PIN.
5.05.6 The ITS PIN feature shall ensure that the automated operator function uses the inmate's
pre-recorded name (recorded in either the inmate's voice and language, or in the voice of an
administrator) to announce to the called party from whom the call is originating. Identification of
the specific inmate and thus the announcement of the inmate's name shall be performed by the
PIN assignment.
5.05.7 The Offeror shall use an announcement similar to the existing announcement. This
announcement shall be subject to DOC approval and include rate information.
5.05.8 The Proposal shall explain. in detail, the entire process of PIN administration including,
without limitation, the maximum number of digits and the procedures and methods of assigning
or changing PINs.
5.05.9 The DOC may integrate the ITS with a management system for the
automatic assignment of PINs. The Proposal shall describe how this will be accomplished.
5.05.10 The ITS shall allow for a restricted number list of telephone numbers to be linked to an
individual PIN. DOC personnel shall enter such telephone number lists.

5.06
Restrictions and Fraud Control Options

5.06.1 The proposed ITS shall allow DOC personnel to temporarily restrict or disconnect service
to an individual inmate telephone or station, groups of telephones, or an entire DOC facility. The
Proposal shall describe how this is accomplished with the proposed ITS system.
5.06.2 In order to limit possible telephone fraud, a fraud prevention feature shall be
RFP # 2008-2000-7549

34

Inmate Telephone Systems For Alaska
Correctional Institutions

available, which shall randomly interject pre-recorded announcements throughout the duration
of the conversation to the called party and caller indicating the source of the call. The Proposal
shall describe, in detail, how this feature is accomplished. The announcement pattern and
content are subject to DOC approval and will not permit either calling party to talk while the
announcement is being made.
5.06.3 The proposed ITS shall be able to detect the called party's attempt to initiate
a n3-Wat or nConference Call nwith a third party and immediately terminate and/or flag the call.
The Proposal shall describe how this detection is accomplished with the proposed ITS system
and provide the actual nfield tested npercentage of successful attempts in using this feature.
5.06.4 The ITS shall have a call alert feature. This feature shall alert DOC personnel
that a designated inmate is placing a telephone call to a specific number that has been assigned
alert status or information on a lIhot number list has been received. DOC personnel at DOC's
discretion shall activate this status. The Proposal shall describe how this feature will function.
ll

5.06.5 If a called party wishes to be added to an inmate's restricted call list or
wishes to be on a list that will not allow reception of calls from any inmate in any
institution, the ITS equipment shall have a feature to activate this function. Activation will be by
either responding to voice prompts using the dual tone multi frequency (DTMF) telephone
buttons or by responding with answers by voice. The system administrator shall have the
capability to manage the list (see Section 5.05.10). This function shall have a verify capability.
5.06.6 The Proposal shall describe all detection and prevention capabilities related
to fraudulent, illicit or unauthorized activity available on the proposed ITS.
5.06.7 The Proposal shall identify specific activities the proposed system
capabilities shall detect and/or prevent. The Proposal shall also identify possible methods
inmates may use to circumvent these capabilities.
5.06.8 The proposed ITS shall be capable of detecting extra dialed digits from either
the called party or the inmate's telephone. The Proposal shall describe the options available to
DOC upon detection of the extra dialed digits (Le., call termination, system alarm, or logging of
call to the database).
5.06.9 The proposed ITS shall be capable of detecting unusual or suspicious
number sequences dialed or dialing patterns that the system identifies as possible attempts to
commit fraud. The Proposal shall describe the options available to DOC upon detection of the
unusual or suspicious number sequences.
5.06.10 The system shall provide for telephone number blocking such as: Direct dialing, Operators,
Information, Talk Lines, IXC Access, Toll Free Lines, Etc. Additionally, the unit shall allow for
blocking of 11 digit numbers in order to prevent calling to:
Correctional Facilities
Correctional Facility Employees Homes
Judges and Prosecutors Homes
Emergency Numbers
Doctors Answering Service Numbers
Other facilities known to accept collect calls such as Hospitals, Telephone Companies, Unions, Etc
RFP # 2008-2000-7549

35

Inmate Telephone Systems For Alaska
Correctional Institutions

5.06.11 Inmates are not allowed to call other DOC institutions or offices.
5.07
General Station Equipment (Telephone) Requirements
The Inmate Telephone Station Equipment required for DOC shall consist of 3 types of
telephones. All telephone equipment shall be of the highest quality and shall be hearing aid
compatible. The total number of telephone instruments for each facility is shown in Table One of
this RFP. These totals are sUbject to change as the Department's needs change.
The first type, which shall be the majority of inmate telephones installed, shall be permanently
mounted wall telephones meeting the specifications outlined in this Section of the RFP. The
superintendent at each of the correctional facilities shall determine the quantity of this type of
telephone, within the total number of telephones listed in Table One.
The second type of Inmate Telephone Station Equipment shall be portable or Amovable" inmate
telephones that are used mainly in segregation units and shall be manufactured to withstand
abuse. The telephones can be cart mounted in areas where inmates can reach through bars to
access the dialing pad or units compact enough to fit through standard cell door food slots
where solid doors are utilized. Industry Standard 2500 telephone sets are not acceptable; The
Proposal shall describe how these movable or portable telephones will be moved from one cell
to another by DOC personnel to allow for inmate calling. The Offeror shall provide a minimum of
1 of these instruments per special housing unit within each DOC facility. The superintendent at
each of the correctional facilities shall determine the quantity of this type of telephones.
The third type of Inmate Telephone Station Equipment shall be "all weather" inmate telephone
sets to be used at DOC's discretion. The superintendent at each of the correctional facilities
shall determine the quantity of this type of telephone.
5.07.1 All Inmate Telephone Station Equipment shall be of new manufacture latest technology
and shall be provided with the proposed ITS at no cost to DOC. (See 5.07.3)
5.07.2 All Inmate Telephone Station Equipment shall be installed in all DOC institutions, at no
cost to DOC.
5.07.3 The Offeror shall provide all required materials. Hardware/software and station cabling
(where re-use is unavailable or new locations are required) to install the Inmate Telephone
Station Equipment. All materials provided shall be at no cost to DOC.
5.07.4 All Inmate Telephone Station Equipment shall be powered by the telephone line and
require no additional power source.
5.07.5 All Inmate Telephone Station Equipment shall have the physical and design
characteristics that include all of the following:
•
•

A chrome plated DTMF tone dial that is water, flame and shock resistant.
A hearing aid compatible handset.

RFP # 2008·2000·7549

36

Inmate Telephone Systems For Alaska
Correctional Institutions

•
•
•
•
•
•
•

A tamper proof steel housing that protects the electronic components of
the telephone.
A paint/finish that is mar and scratch resistant.
A faceplate with concise dialing and operating instructions.
An industry standard design.
An armored handset cord that is resistant to stretching and breaking.
A floating case hardened metal plate to prevent side drilling entry.
An installation reinforced by security studs to prevent easy removal of the
telephone.

5.07.6 The Proposal shall describe the handset cord component of the proposed Inmate
Telephone Station Equipment including the lanyard used to connect the handset to the base
telephone. It is preferred that this lanyard be a metal composition.
5.07.7 The Inmate Telephone Station Equipment shall be compact in design. The Proposal
shall include diagrams or photographs of the proposed Inmate Telephone Station Equipment.
5.07.8 The Inmate Telephone Station Equipment shall be true dual-tone multi-frequency
(DTMF).
5.07.9 The Inmate Telephone Station Equipment shall not be programmable for any
purpose.
5.07.10 The Inmate Telephone Station Equipment shall not include coin entry and return slots
regardless of whether these functions are disabled.
5.07.11 The Offeror shall provide a unique number, physically imprinted on each Inmate
Telephone Station Set so that DOC staff for the purpose of reporting troubles and
toubleshooting problems can see the number. As the inmate Telephone Station Sets
necessitate replacement, the Offeror shall number them. As new Inmate Telephone Station
Sets are added or replaced they shall be identified in the same manner and all appropriate
paper work shall be updated to reflect the addition.
5.07.12 The Inmate Telephone Station Equipment shall be capable of reducing background
noise through the use of confidencers or directional microphones in the handset.
5.07.13 All Inmate Telephone Station Equipment shall provide volume controls that allow
inmates to amplify the called party's voice.
5.07.14 The Proposal shall describe the provision of dialing instructions in multiple languages
on each Inmate Telephone Station Set in a manner that reduces or eliminates the possibility of
such instructions being destroyed. Labels or other accessible surface instructions shall not be
acceptable.
5.07.15 The Proposal shall describe the provision of a AWarning Astatement in multiple
languages on each Inmate Telephone Station Set that states, "This Call is Subject to Monitoring
and/or Recording" in a manner that reduces or eliminates the possibility of such statement being
destroyed. Labels or other accessible surface instructions shall not be acceptable.
RFP # 2008-2000-7549

37

Inmate Telephone Systems For Alaska
Correctional Institutions

5.07.16 The Offeror shall maintain the above-mentioned station set dialing instructions and
warning statements for legibility and accuracy during the Contract term.
5.08
Voice Quality
5.08.1 The Offeror shall propose an ITS that provides a quality of connections that meets or
exceeds appropriate current industry standards in the United States and enacted by appropriate
standards organizations for transmitted and received levels, noise, cross talk and frequency
range. The Offeror shall provide DOC with the standard (Le., Bellcore and ANSI) to which its ITS
will adhere.
5.08.2 The voice quality level listed above shall be in place for all telephone services at all
stages of a call and shall not be affected by any other ITS feature, function or capability.
5.09
Americans with Disabilities Act (ADA) Compliance
All of the proposed ITS station sets shall be ADA compliant. Due to security concerns, DOC
shall be capable of requiring the Contractor to modify certain features on station sets such as
cord length and mounting height. The ITS's TDDfTTV equipment shall be protected and secured
by DOC when not in use.
5.09.1 All of the Inmate Telephone Station Equipment shall be compatible with
telecommunications for the deaf (TDDITTY) eqUipment.
5.09.2 The Offeror shall be responsible for providing a single TDDmV device for the ITS at
each DOC institution listed in Attachment A of this RFP. More than one said device may be
required if the institution has 10 or more inmates that require TDDfTTV equipment.
5.09.3 The ITS TDOmV equipment shall be portable, such that it can be used with any ITS
station set at each DOC institution listed in Table One of this RFP.
5.09.4 The ITS TODfTTY equipment shall allow inmates to communicate via keyboard entry.
5.09.5 The ITS TDDfTTY eqUipment shall contain a display (I.e., LCD and LED) and a printer
device.
5.09.6 The ITS TDDfTTV equipment must have real-time monitoring capability so that whatever
is keyed is immediately displayed at a remote monitoring area or site.
5.09.7 The ITS shall record the entire call utilizing the TODITTV equipment.
5.09.8 The Offeror shall provide decoding and playback capability. The system shall not rely on
paper copy only.
5.09.9 A separate call-length timer shall be provided for the TDOfTTY service.

.S:;:;i(;iPMI;;g:

. .w,

tt.hU.G. ..

Inmate Telephone Systems For Alaska
Correctional Institutions

38

RFP # 2008-2000-7549

i Kt.t.t.t.Qm.QMJ.h.v:S

. - w::;: S .

.€,&,:..",.t.wUv(

i

. . . 3..

!Ji!.d..

Q......Jm.i.:;.Q.?,W • . . .

.

"Qi?i

;Z:;;:;"",

t

(r;ii.-.V."

5.10
Collect Call Services

5.10.1 The Offeror shall provide the collect call services required in this RFP through the use of
an automated operator. An inmate shall never be connected to a nliven operator.
5.10.2 The Offeror shall be responsible for billing parties receiving collect calls from the ITS and
for collecting payments for these calls.
5.10.3 The Offeror shall provide a toll free number that will be clearly shown on
the called party's bill for assistance in billing matters.
5.10.4 The Offeror shall provide all local, intraLATA, interLATA, interstate and international
collect call services at all DOC institutions where the ITS is installed. The Offeror shall be
responsible for installing and maintaining all telephone circuits necessary to provide the required
collect call services.
5.10.5 The proposed ITS shall allow for collect calls to be placed to international
locations outside of the 50 states and United States territories.
5.10.6 The Offeror's Inmate Class of Service collect call rates charged to the called party,
within Alaska, regulated by the RCA, shall not exceed tariff per minute rates and tariff per call
surcharges, applicable to intrastate/intraLATA toll and intrastate/interLATA calls originating from
DOC facilities collectively, including surcharges, the nintrastate Tariff Rates. 1I The called parties
(individuals on the inmates' approved calling lists) pay a per call surcharge regardless of the
duration of the call, in addition to specified per minute rates that vary based upon the type of
call. The intrastate intraLATAper minute rates are mileage banded, date, and time-of-daysensitive. The Offeror shall provide a breakdown of its Intrastate Tariff Rates. The Offeror's
Intrastate Tariff Rates shall remain fixed for the term of the Contract and not be changed without
the DOC's written consent.
5.10.7 The Offeror's rates charged to the called party for collect calls outside of Alaska,
regulated by the FCC, shall not exceed the tariff per minute rate for collect long distance calls
and shall not exceed the surcharge rate for Inmate Class of Service Operator Station Collect.
The Offeror shall provide its interstate per minute rate and surcharge. The Offero~s interstate
tariff rate and surcharge shall remain fixed for the term of the Contract and not be changed
without the DOC's written consent.
5.10.8 The Offeror shall provide a percentage of the gross revenues for all calls. The
percentage paid to DOC shall not be less than 50% of the gross receipts for all calls collect and
long distance. The Offeror shall not deduct fraudulent, uncollectible or unbillable calls, Local
Exchange Carrier (LEC) access, LEC or long distance usage, maintenance or any costs of
running the ITS, from the gross revenues for all calls prior to paying the minimum 50% fee to
DOC. In other words, the percentage rate shall be based on gross call cost including per call
surcharges and per minute charges, not the net after expenses. The Offeror is responsible for
RFP # 2008-2000-7549

39

Inmate Telephone Systems For Alaska
Correctional Institutions

collecting all revenue from the called party for collect calls billed. Local calls from pre-trial
booking phones must be free. Charges will apply to all other local calls.
5.10.9 The Offeror's Rates for international calls shall be the current prevailing cost for
international calls to the specific country being called.
5.10.10 A check for the commission amount for the collect-calling mode, shall be sent to DOC
no later than 45 days after the close of the billing month. For example, a commission check for
calls made during April shall be forwarded to DOC no later than June 15th. A summary report
shall be provided with each commission check, that includes the following:
A. Total commission figure broken down by Institution; and
B. Listing of total minutes, total calls by Institution.
5.11
Miscellaneous Requirements
5.11.1 The Offeror shall not charge for calls that result in Special Information Tones
(SIT), ring/no answer, or busy conditions.
5.11.2 The Offeror shall provide local exchange service for collect calling use at each DOC
institution listed in Table One of this RFP. Additionally, the Offeror shall provide local exchange
service for prepaid calling use at each DOC institution listed in Table One of this RFP, pursuant
to Section 5.29 of this RFP. The local calling area shall be equivalent to the local calling public
pay telephone area at each DOC institution. The Offeror must assure that the proposed ITS is
capable of identifying a dialed number as local, based on the pay telephone calling area, and
correctly rate and route the call.
5.11.3 The Offeror shall install and maintain all telephone circuits necessary to provide local
exchange and long-distance calling. All costs shall be the responsibility of the contractor.
5.12
ITS System Calling Protocols
5.12.1 Each call placed through the ITS must be electronically identified by the ITS system as
being a call originating from U(name of institution), an Alaska correctional institution,Uwith or
without the accompanying inmate PIN. The ITS will provide options to the party called to accept
the individual call, not accept the individual call, or not accept any calls from a correctional
facility in the future.
5.12.2 If a call is not accepted by the party called, or if no one answers the call, the Offeror's
service shall inform the inmate of the situation and not simply disconnect the call.
5.12.3 The ITS must have the capability to accept the called party's response via Dual Tone
Multi-Frequency (Touch Tone Pad) input from the telephone. The Proposal shall describe how
the ITS system will accept input from rotary dial telephone users.

RFP # 2008-2000-7549

40

Inmate Telephone Systems For Alaska
Correctional Institutions

5.12.4 The ITS shall have the capability to accept the called party's response via voice
response. (YeslNo Response)
5.12.5 The ITS shall have the capability to interject messages into a telephone call at random
)
intervals (Le., -this call is from an Alaska correctional institution D as deemed necessary by DOC
and at DOC determined intervals. The content is subject to approval of DOC. This feature must
be capable of being heard over and above the caller or called party voices when interjected.
The correctional institution must control the activation or deactivation of this feature.
5.12.6 The ITS shall be capable of announcing to the called party the name of the calling
inmate. Offerors shall provide a mechanism to record an inmate's name one time to be used
each time this announcement is required. The correctional institution must control the activation
or deactivation of this feature.
5.13.7 The ITS shall be capable of announcing to the called party how to accept collect calls.
The correctional institution must control the activation or deactivation of this feature.
5.12.8 The ITS shall be capable of announcing to the called party the collect call rate, prior to
acceptance.
5.13
ITS System Call Recording and Monitoring

5.13.1 The ITS shall be capable of recording all inmate calls simultaneously and at any time
that a call is placed. The Proposal shall describe how such recording will be accomplished with
the proposed ITS system including the type of equipment and software being used.
5.13.2 The recording feature shall be capable of being de-activated on a per number dialed
and/or per PIN basis.
5.13.3 The proposed ITS shall allow DOC personnel to monitor inmate calls while in process
C'real timeD). This monitoring shall be by specific inmate telephone or station. Any equipment
and software required to perform this function shall be provided with the proposed ITS system.
5.13.4 The proposed ITS shall allow live monitoring of inmate calls in progress and/or retrieve
archived information from remote locations via telephone.
5.13.5 The proposed ITS shall allow for Dreal timeD audible monitoring of inmate calls by specific
inmate PIN entered by DOC personnel. The Proposal shall describe how this monitoring will be
accomplished with the proposed ITS.
5.13.6 The voice call recording system proposed with ~he ITS shall be a fully digital system
utilizing a combination of hard drives and optical storage or other state-of-the-art digital drives.
Systems utilizing magnetic tapes for voice call recording shall not be considered. The Proposal
shall describe the type of voice call storage devices included in the proposed ITS system.
5.13.7 The proposed recording system shall be capable of capturing the conversation of both
parties with equal level and quality.
RFP # 2008-2000-7549

41

Inmate Telephone Systems For Alaska
Correctional Institutions

5.13.8 The proposed recording system shall provide the highest quality playback possible by
limiting compression as may be required. The Offeror shall assure the DOC that voice playback
quality is not compromised by compression techniques and can be easily understood by
someone who may not be familiar with the voice being recorded.
5.13.9 The proposed recording system shall have sufficient storage capacity to record and
maintain all voice calls for 1 year. The Proposal shall demonstrate that 1 year of calls can be
maintained by the use of graphs and charts.
5.13.10 In the event that voice calls are required to be stored (i.e., court order) beyond the 6month interval; such calls shall be tagged and saved.
5.13.11 In the event that voice retention requirements are increased beyond the 6-month
interval, selected equipment shall have the capability without replacement, to meet new storage
requirements.
5.13.12 Workstations and related peripheral requirements are described in Section 5 of this
RFP. The Offeror shall include good quality speakers and headsets with each workstation for
the best quality playback. The Proposal shall describe the quality of the speakers.
5.13.13 The recording system workstations shall be networked on the WAN described in
Section 5.3 so that intelligence analysis and investigation can be performed from other
correctional institutions and/or the DOC Central Office. Consideration for speed when
downloading a recorded call and the ability to rapidly skip through the call to a specific segment
is highly important to the investigative staff. Describe how this can be accomplished with the
equipment and software proposed.
5.13.14 The recorded telephone conversations of inmates are sometimes used as evidence in
criminal or DOC administrative investigations. Therefore, the recording system proposed with
the ITS shall provide a portable laptop computer and a USB portable memory device, to be used
as a portable playback system allowing for recorded media to be reviewed on-site at DOC
institutions or at required off-site locations. A portable laptop computer shall be provided for
each DOC institution listed in Table One of this RFP. Such system shall meet the rules of
evidence (e.g. an original digitally recorded medium, date and time-stamped, that if tampered
with, would show evidence of such tampering).
5.13.15 The portable playback system shall provide for search capabilities allowing DOC
investigators to quickly access certain time periods, certain telephone instruments, etc. The
ability to fast forward to a specific time within the recorded call is of particular importance. The
Proposal shall describe how such a system would be provided to DOC and the capabilities and
benefits of such a system.
5.13.16 The PIN shall be recorded at the beginning of each conversation.
5.13.17 The recording equipment shall have ahot swappable adrives and power supplies.
5.14
General ITS Operational Requirements

RFP # 2008-2000-7549

42

Inmate Telephone Systems For Alaska
Correctional Institutions

·'

5.14.1 The Proposal shall describe how the proposed ITS will operate as follows:
A. Within each DOC facility;
B. Throughout all DOC facilities/systems; and
B. In conjunction with the Offeror's organization/facilities.
5.14.2 The Proposal shall describe the network of services required to support the proposed
ITS (Le., ISDN, T-I, and frame relay.). The new network must not be a part of any public
network.
5.14.3 The Proposal shall describe how remote access to the ITS system shall be provided.
5.14.4 The Proposal shall describe all electrical and environmental requirements of the ITS
system for each DOC facility. Such information shall be provided for all components of the ITS
inclUding central processor, recording and monitoring equipment, etc.
5.14.5 The Offeror shall provide and install adequate surge protection for the proposed ITS and
its components. The use of traditional power strips" for surge is not acceptable for this
requirement.
II

5.14.6 The Offeror shall provide and install adequate lightning protection equipment on all
network services supplied for the proposed ITS.
. 5.14.7 The Offeror shall provide an adequate number of uninterruptible power supply (UPS)
systems that also have surge protection and line conditioning at each DOC facility capable of
supporting all ITS components, including call processors and recording and monitoring devices
for a minimum of 1 hour. A UPS capable of supporting each workstation/printer for a minimum of
15 minutes shall also be included.
5.14.8 The Offeror shall provide, install and maintain all ITS UPS system equipment at each of
DOC facilities. The Offeror shall replace all UPS system equipment upon expiration of the
manufacturer's life cycle of the installed product.
5.14.9 The Proposal shall describe what will occur when commercial power to the ITS is lost.
5.14.10 In the case of the loss of commercial power and the failure of the UPS system, the ITS
must automatically restrict or "shut off all Inmate Station Equipment (Telephones) so that no
inmate calls can be made until commercial power is restored.
l

5.14.11 The Offeror shall propose an ITS capable of recovering from a power outage
automatically or remotely, once commercial power is restored.
5.14.12 The Proposal shall describe the space requirements associated with the ITS equipment
and software. The Proposal shall clearly define how much physical space is required for each
hardware component. The Offeror should be aware that limited space is available in DOC
facilities and that a smaller rather than larger space requirement is desired.

RFP # 2008-2000-7549

43

Inmate Telephone Systems For Alaska
Correctional Institutions

..

5.14.13 The proposed ITS call processor and recording equipment application software shall be
administered and operated from a single workstation. The Proposal shall describe such
workstation and how the respective manufacturers will remotely maintain application software
without compromising other application software and data.
5.14.14 The workstations(s) shall utilize Windows XPB client operating system software or
other system approved by DOC. The operating system software shall provide a Graphical User
Interface (GUI). Offerors should provide a complete description of any system offered.
5.14.15 Each work site shall have multiple port 1OO-Base-T connections. The Proposal shall
describe what is necessary to accomplish such a connection.
5.14.16 The Offeror shall provide matching manufactured "Equipment Racks for call
processors and recording and monitoring equipment. System hardware accessories shall also
be rack mounted. The Proposal shall provide manufacturers' cut sheets and face layouts.
ll

5.14.17 The proposed call processing and recording equipment shall be remotely located in a
telephone or computer room or other location to be designated by DOC. The Proposal shall
explain how this remote location shall be accomplished and provide line diagrams showing how
equipment will be connected.
5.14.18 The Offeror shall provide, at a minimum, a 17 -monitor with each workstation. The
Proposal shall indicate the manufacturer and model number of the proposed monitors.
11

5.14.19 Access to administrative functions and data shall be password protected.
5.14.20 The workstations shall have a microprocessor of 3 GHz or faster, 1 GB random access
memory (RAM), a CD RW drive and a USB portable memory device with enough memory to
transport a minimum of 45 calls.
.
5.14.21 The Offeror shall provide one workstation, printer and one laptop computer at each
DOC institution listed in Table One.

5.15
ITS System Capacities

The Proposal shall describe the capacities/limits for the proposed ITS. At a minimum, the
Offeror shall provide the capacity for each of the following items:
A. Individual inmate accounts;
B. Call records;
C. Simultaneous administrative users;
D. Workstations;
E. Silent monitors;

RFP # 2008-2000-7549

44

Inmate Telephone Systems For Alaska
Correctional Institutions

F. Simultaneous users of silent monitor equipment;
G. Inmate telephones; and
H. Telephone calls.

5.16
Software EnhancementsJUpgrades

5.16.1 The Proposal shall explain the process for handling requests from DOC for ITS software
enhancements. Enhancements shall be at no charge to DOC.
5.16.2 Except for enhancements requested by DOC, the Offeror shall provide, at no cost to
DOC, software enhancements/upgrades to the proposed ITS when the enhancement/upgrades
are beneficial to either party for the purpose of system security or operational efficiency. The
installed ITS shall always have the latest general release of the system software including
operating systems for the system administration or system reporting terminalslPCs. Beta

and field-tested software shall not be provided unless specifically approved by DOC. Prior to
any software upgrades or enhancements, the Offeror shall discuss the software benefits with
DOC and proceed only after DOC written approval by the contracting officer. A computer system
review for upgrade/update will be required at the end of the second year of the Contract.

5.17
General ITS Management Requirements

5.17.1 The Offeror shall propose an ITS that can be administered on-site by Offeror or DOC
personnel.
5.17.2 The Offeror shall propose an ITS that allows for changes to be administered in Il real
time ll while the system is in use. The proposed system shall not require the system to be taken
off-line to make additions, changes or retrieve reports.
5.17.3 The Proposal shall describe what system administration functions are available with the
proposed ITS (i.e., new account entry, account/record modification and account deletion). The
Proposal shall provide samples of its user interface screens.
5.17.4 The Proposal shall describe the transfer of inmate records when an Inmate Is moved
from one DOC facility to another.
5.17.5 The Proposal shall describe the ITS system security for all data stored locally or in a
central database. Such security description shall include system security as well as how access
to such sensitive information shall be performed within the Offeror's organization.

5.18
Data Back-Up

5.18.1 The Proposal shall describe the process for ensuring data integrity both in the local and
central databases.
RFP # 2008-2000-7549

45

Inmate Telephone Systems For Alaska
Correctional Institutions

5.18.2 The Offeror shall perform all system and database back-ups and archiving. The Offeror
shall provide all archival hardware, supplies, and network and recovery procedures to ensure
that no data will be lost.
5.18.3 The Offeror shall be capable of recovering all ITS system data for all locations, to the
point of full system operation, using a system backup.
5.18.4 The Proposal shall describe the back-up schedule for the following:
A. The local databases for each DOC facility; and
B. The central database for the entire ITS system.
5.18.5 The Offeror shall provide for all database information to be stored off site from the
Offeror's location (see Section 5.3.04). The Proposal shall describe how this "copt will be kept
current with the other system backups.
5.18.6 The Proposal shall acknowledge that DOC owns all archived information, call detail,
inmate records, etc.
5.19
ITS System Reports
5.19.1 The proposed ITS shall provide reporting and querying methods and capabilities that
provide maximum flexibility, a user-friendly interface, speed, efficiency and accuracy. The
Proposal shall describe the reporting capabilities of the proposed ITS.
5.19.2 The proposed ITS shall allow for the generation of reports by a DOC facility, including
Central Office, a combination of DOC facilities or all DOC facilities.
5.19.3 The proposed ITS shall allow for the generation of reports by DOC personnel based on
their user level restriction.
5.19.4 The proposed ITS shall allow for the generation of reports by a user-friendly interface.
The Proposal shall describe how the user interface will be used for generating reports.
5.19.5 The Offeror shall provide at least one HP laser printer capable of printing a minimum of
15 pages per minute color printer or equivalent for each institution listed in Table One of this
RFP. The Offeror shall provide required maintenance for the Contract term.
5.19.6 The proposed ITS shall allow for the generation of standard system reports as well as
reports customized for the specific needs of DOC.
5.19.7 The Proposal shall include samples of its standard system reports.
5.19.8 The proposed ITS shall allow for selected reports to be generated automatically based
on DOC criteria (Le., time of day, volume of calls and particular inmate). The Proposal shall
describe all options available to DOC for this automatic report generation.
RFP # 2008·2000-7549

46

Inmate Telephone Systems For Alaska
Correctional Institutions

5.19.9 The proposed ITS shall allow for automatic generation of reports on an DOC facility or
system wide basis.
5.19.10 The proposed ITS shall provide adequate processing power and memory to allow for
rapid search and report generation capabilities.
5.19.11 The proposed ITS shall allow for all report data to be stored in an ASCII file format on
removable electronic storage media (i.e., CD-ROM, high capacity diskette, digital).
5.19.12 The proposed ITS shall allow for all report data to be stored in various electronic
formats (Le., standard DBF, FileMakerB, or Microsoft Excel). The Proposal shall list the
available electronic formats.
5.19.13 The proposed ITS shall allow for all reports to be viewed in hard copy format or viewed
on-line by a user with the proper access level.
5.19.14 The proposed ITS shall provide for the following reports, at a minimum, to be generated
for DOC:
A. Chronological List of Calls;

B. Daily Call Volume Summary;
C. Daily Call Volume Detail;
D. Inmate Account Summary;
E. Inmate Account Detail;

F. Frequently Dialed Numbers;
G. Specific Telephone Number Dialed Usage;
H. Suspended Inmate Account:
I. Alert Notification:

J. Telephone Numbers Called by More Than One Inmate;
K. Telephone Numbers Assigned to More Than One Inmate Account;
L. Quantity of Calls per Inmate Account;

M. Quantity of Minutes per Inmate Account;
N. Blocked Telephone Number List;
O. Local Exchange Volume (by Exchange);
RFP # 2008-2000-7549

47

Inmate Telephone Systems For Alaska
Correctional Institutions

P. Area Code Volume (by Area Code);
Q. Hot number list;

R. PIN/destination correlation; and
S. Billed number account information.
5.19.15 The Proposal shall describe if custom queries can be used by DOC on the new central
database.
5.19.16 The proposed ITS shall have import capabilities and be interfaced to the administrative
PBX so that respective CDR can be merged on a regular basis for the purpose of operational
intelligence. Such interface might be accomplished with spare SMDR ports or lIY" cables.
Application software shall be provided for generating reports.
5.20
Inmate Account Information
5.20.1 The Proposal shall describe the options for DOC concerning inmate account information.
This description shall include, but not be limited to, such items as PIN, length of inmate name
fields (first, middle, last), identifier of DOC facility, comments field, language preference field,
account activation date, date of arrival, and current status.
5.20.2 The proposed ITS shall provide alert levels to be placed on an inmate's account
information. Such alert levels shall be viewable in real time mode by the system administration
terminal or by printed report.
5.20.3 The proposed ITS shall allow DOC to restrict an inmate under disciplinary action from
placing all calls assigned to his particular PIN with the exception of privileged numbers.
5.20.4 The Proposal shall state the maximum number of telephone numbers assignable to an
inmate's account.
5.20.5 The proposed ITS shall provide the preference of English or other language voice
messages or prompts depending on an inmate's account information. The default setting for
each inmate shall be English until flagged by DOC personnel to another language.
5.20.6 The proposed ITS shall provide standard language prompts other than English. Any
language provided shall be controlled by the inmate's account information. The Proposal shall
provide a list of languages available with the proposed ITS.
5.20.7 The proposed ITS shall be capable of assigning an inmate's account to an individual
telephone or group of telephones so that the inmate's account may only place calls from those
designated telephones. These telephones shall still be capable of being used by inmate
accounts not specifically assigned to them.

RFP # 2008·2000-7549

48

Inmate Telephone Systems For Alaska
Correctional Institutions

5.21
Additional Operational Requirements

The proposed ITS shall be capable of being configured to control the amount of time between
inmate-completed calls. The proposed ITS shall be capable of placing time limits on calls. DOC
shall be capable of enabling and disabling this feature. This time interval shall be configurable
by minute increments.
5.22
Transition And Implementation ReqUirements

DOC presently has an ITS system. The Proposal shall address the transition from the existing
ITS to the new ITS at all DOC institutions listed in Table One of this RFP. DOC realizes that
some Ddown time will occur during this transition but the Offeror shall propose an
implementation plan that reduces this "down timeD and allows for a smooth progression to the
new ITS.
ll

5.22.1 The Offeror shall furnish or cause to be furnished, all labor, supervision, equipment,
materials, and supplies necessary to install the proposed ITS systems.
5.22.2 The Proposal shall provide a transition and implementation plan which shall include, but
not be limited to, the following components:
A. A time line for all facilities;
B. Transition procedures from the existing ITS system to the new ITS
System;
C. Staffing requirements of DOC for each facility;
D. Responsibility of DOC staff at each facility; and
E. Make-up of the Offerors implementation team.
5.22.3 The Proposal shall provide an implementation plan that shall include a detailed
explanation of the following items:

A. Pre-installation procedures for each DOC facility;
B. Pre-installation procedures for the complete ITS system;
C. Network service coordination requirements;
D. Software programming;
RFP # 2008·2000·7549

49

Inmate Telephone Systems For Alaska
Correctional Institutions

E. Equipment delivery schedules;
F. Equipment security procedures;
G. Equipment/system installation procedures;
H. Station Equipment installation procedures;
I.

ITS system testing;

J. Offeror central site planning and implementation; and
K. Actual ITS system cutover to service.

5.22.4 The Offeror shall remove the existing Inmate Station Equipment (Telephones) in all DOC
facilities listed in Table One of this RFP and replace them with new telephones at no cost to
DOC. Existing equipment is the property of the current contractor, Evercom Systems, and must
be returned to them at Evercom expense.
5.22.5 In the event of a problem or question of continuity arising during installation of the
proposed ITS system, the Offeror shall make provisions for joint testing of the ITS system by the
Offeror and DOC at no additional cost to DOC.
5.22.5 The Offeror shall be responsible for the generation and creation of the system
database(s) required to provide a fully operational ITS. As requested, the
DOC shall provide the Offeror with appropriate information.
5.22.7 The Proposal shall describe how the current system database information, including
inmate profile and call records, will be retained during conversion to the new ITS system.
5.23
Implementation Team

5.23.1 The Proposal shall specify the members of the team and their responsibilities
for installing the proposed ITS at each DOC facility.
5.23.2 The Proposal shall state the requirements and responsibilities of DOC's
implementation team.
5.23.3 The Offeror shall assign one project manager to oversee the ITS. This project manager
shall act as a single point-of-contact for DOC during the life of this ITS system implementation.

5.23.4 The Offeror shall warrant that each member of the implementation team who will service
the proposed ITS system has been fully trained and certified by the manufacturer as qualified to
service the proposed ITS.

RFP # 2008-2000-7549

so

Inmate Telephone Systems For Alaska
Correctional Institutions

5.24
ITS System Testing
The Proposal shall provide a comprehensive functional test plan to assure DOC of the ITS
system's readiness to accept inmate call out traffic. This test plan shall include a checklist of
items to be performed by the Offeror's implementation team and verified by the DOC staff.

5.25
ITS System Acceptance
The Proposal shall provide a comprehensive acceptance plan for the ITS at each DOC facility.
ITS system acceptance shall be determined by a consecutive 3D-day period during which the
system shall function Rerror free.RThe Offeror shall work with DOC to determine the actual
definition of Rerror freeR operation. Failure of the system to meet mutually agreed upon
acceptance criteria for more than 3D days may result in DOC requesting replacement of that
particular system. Additional acceptance requirements are stated in Section 3.5.1 of this RFP.
Where a conflict exists, the more stringent requirement as determined by the DOC shall apply.

5.26
ITS System Documentation
5.26.1 At the completion of the ITS system installation and implementation, the Offeror shall
provide a complete set of ITS system reference manuals that must include information specific
to the installation at each DOC facility.
5.26.2 The Offeror shall supply trouble logs for all problems reported on the ITS system on an
as needed basis.
5.26.3 The Offeror shall supply all necessary documentation to the DOC site administrator
relating to maintenance contact numbers, maintenance reporting procedures, and maintenance
escalation procedures, etc.

5.27
Training Requirements
It is critical to the success of the installation of the ITS that DOC personnel be thoroughly trained
in various aspects of the system operation. Therefore, the Offeror shall provide a complete
training schedule based on the following requirements.
5.27.1 The Offeror shall provide training to DOC at no cost.
5.27.2 The Offeror shall provide end-user training on site at the various DOC facilities.
5.27.3 The Offeror shall provide on-site training for various levels of DOC staff including part·
time and full-time system administrators, special investigators, and data entry specialists.
AFP # 2008-2000-7549

51

Inmate Telephone Systems For Alaska
Correctional Institutions

5.27.4 The Offeror shall provide training for all assigned ITS system users on the following
matters:
A. How to create, delete and modify inmate records;
B. How to generate appropriate system reports;
C. How to maintain alert levels and respond accordingly when these levels
are exceeded;
D. How to change inmate restriction levels;
E. How to initiate system restrictions including the shutting down of individual
inmate telephones, groups of inmate telephones or the entire facilities'
systems; and
F. How to use any filters to further refine searches for reports.
5.27.5 The Offeror shall provide training on all components of the ITS.
5.27.6 The Offeror shall provide full training on the provided recording equipment including the
live monitoring of inmate calls, playback of archived calls and the transfer of calls to other media
for playback at off-site locations.
5.27.7 The Offeror shall provide refresher ITS system training for existing DOC personnel when
required by DOC and at no cost to DOC.
5.27.8 The Offeror shall provide additional training for new DOC personnel when required by
DOC and at no cost to DOC.
5.27.9 The Proposal shall describe any advanced ITS system training that may be available to
DOC personnel whether provided on-site at an DOC facility or off-site at the Offerors training
facilities.
5.27.10 The Proposal shall include the name and the title of the person who will have the overall
responsibility for training.
5.27.11 Written material utilized in the training program shall become the property of DOC upon
completion of the training sessions.
5.27.12 The proposed ITS shall provide for on-line help for ITS operation, administration,
reporting and management functions.

5.28
Post Installation And Expansion Requirements

RFP # 2008-2000-7549

52

Inmate Telephone Systems For Alaska
Correctional Institutions

5.28.1 DOC may require the addition of equipment at its facilities after the original installation of
the proposed ITS. The Offeror shall install additional equipment within 30 days of notification
from DOC authorized personnel. This equipment and installation shall be at no cost to DOC.
5.28.2 The Offeror shall be responsible for making all ITS system modifications necessary to
allow inmates to place calls as industry dialing requirements change, at no additional cost to the
DOC.
5.28.3 The Offeror shall be responsible for complying with and updating the ITS system for any
regulatory changes and requirements during the Contract term, at no additional cost to DOC.
These regulatory changes and requirements include federal, state, county and municipal
modifications.
5.28.4 All call processing and call rating information shall be kept current by the Offeror to
ensure the ability to place calls. This information inclUdes, but is not limited to, local exchanges,
area codes, vertical and horizontal coordinates, and any other information necessary to
accurately process and rate calls. The Offeror shall provide DOC with rating information for all
cases when requested by DOC.
5.28.5 DOC reserves the right to renegotiate the Contract in the event that, (A) calling rates
become noncompetitive and/or (B) advances in technology, equipment and/or software are
such that retaining existing equipment and/or software would not be in DOC's best interest. (C)
if the number or minutes of calls increase SUbstantially due to unforeseen circumstances.
5.29
Prepaid Calling Requirements
5.29.1 The proposed ITS must provide for inmate use through prepaid calling in addition to
collect call mode. The Offeror shall develop a prepaid calling plan that shall allow for the
establishment of a new prepaid account with the Contractor to be funded by a person(s) on the
inmate's calling list who is duly approved by the DOC to receive calls from an inmate, as a
voluntary alternative calling and payment procedure to the standard collect call procedure.
Those accounts shall be established without an account set-up fee. This pre-paid program will
not require staff time, maintenance, or cost from the DOC. The Offeror shall be responsible for
providing staffing and any other resources necessary to implement a prepaid calling plan. The
rates for consumer charges under the prepaid calling plan are set forth in Sections 5.28.8,
5.28.9, and 5.28.11. The commission owed to the DOC under the pre-paid calling plan is set
forth in Section 5.29.10. Prepaid calling cards if approved and utilized must be available
through the facility commissary.
5.29.2 At the beginning of the contract term, the prepaid, PIN-controlled mode shall be fully
implemented at all DOC institutions listed in Table One. It is the intention of DOC to implement
the ITS in a prepaid mode for all 50 states, United States territories and international countries.
5.29.3 The proposed ITS shall process prepaid or collect calls depending on the choice made
by the inmate caller or automated equipment. When placing a call, the inmate will be prompted,
in advance, of insufficient funds on the account. The ITS shall confirm that funds are available in
the pre-paid account after the telephone number and PIN are dialed by the inmate. but prior to
placing the call.
RFP # 2008-2000-7549

S3

Inmate Telephone Systems For Alaska
Correctional Institutions

5.29.4 In order to utilize the features of the prepaid calling plan, the ITS system must be
configured to use system PINS for phone calls. The ITS prompts for this information after
capturing the dialed digits for each call. The ITS system should use both the called number and
the PIN to make prepaid call decisions. The PIN and telephone number identifies the prepaid
account that must be checked for a sufficient balance. In order to insure appropriate coverage of
prepaid call charges, the ITS system should freeze sufficient number of minutes allowed by the
duration controls and the prepaid call rates which are mileage banded, date, and time-of-day
sensitive. Money is frozen so that no other withdrawals may be made on that account while a
call is in session. If the account balance is less than the amount needed to cover the maximum
allowed call duration, the call is processed either as a prepaid call, but only for the length of time
allowed by the existing balance or processed as a collect call.
5.29.5 The proposed ITS must provide for true uanswer supervision ufor the debiting of prepaid
charges. Debiting shall begin when the call is answered by the called party and shall terminate
when either the inmate or the called party hangs up.
5.29.6 The Offeror shall provide the prepaid call services required in this RFP through the use
of an automated operator. An inmate shall never be connected to a ulive operator.
ll

5.29.7 The Offeror must describe the following functionality when the ITS system is operating in
a prepaid mode:
A. Prompts inmate callers of:
(1) The dialed number is not on the inmate's approved calling list.
(2) To select the pre-paid or collect option after the phone number and
PIN is keyed in, unless automated equipment handles this function.
a. The call being terminated because of insufficient funds in the prepaid account.
D. Checks account balance to determine whether sufficient funds exist to place the call.
E. Sets the minimum and maximum call durations.
E. Allows or restricts calls based on standard call controls such as PIN, called

number, phone used, and time of day.
5.29.8 The Offerors Inmate Class of Service prepaid call rates charged to the inmate, within
Alaska, regulated by the RCA, shall not exceed tariff per minute rates and tariff per call
surcharges, applicable to local, intrastatelintraLATA toll and intrastatelinterLATA calls
originating from DOC facilities collectively, including surcharges. The called party will pay a per
call surcharge regardless of the duration of the call, in addition to specified per minute rates that
vary based upon the type of call. The intrastatelintraLATAper minute rates are mileage banded,
date, and time-of-day-sensitive. The Offeror·s Intrastate Tariff Rates shall remain fixed for the
term of the Contract and not be changed without the DOC·s written consent.

RFP # 2008-2000-7549

54

Inmate Telephone Systems For Alaska
Correctional Institutions

5.29.9 The Offeror's rates charged to the called party for prepaid calls outside of Alaska,
regulated by the FCC, shall not exceed the tariff per minute rate for prepaid long distance calls
and shall not exceed the surcharge rate for Inmate Class of Service. The Offeror shall provide
its interstate per minute rate and surcharge. The Offeror's interstate tariff rate and surcharge
shall remain fixed for the term of the Contract and not be changed without the DOC's written
consent.
5.29.10 The Offeror shall provide a percentage of the gross call cost for all answered prepaid
calls as a monthly commission fee to DOC. The monthly commission percentage paid to DOC
shall not be less than 50% of the gross call cost for all answered prepaid calls. The Offeror shall
not deduct fraudulent, un-collectible or un-billable calls, Local Exchange Carrier (LEC) access,
LEC or long distance usage, maintenance or any costs of running the ITS, from the gross call
cost for all answered prepaid calls prior to applying the commission percentage rate for DOC. In
other words, the commission percentage rate shall be based on gross call cost including per call
surcharges and per minute charges, not the net after expenses.
5.29.11 The Offeror's Rates for international calls shall be the current prevailing cost for
international calls to the specific country being called.
5.29.12 A check for the commission amount, for the prepaid mode, shall be sent to DOC no
later than 45 days after the close of the billing month. For example, a commission check for calls
made during April shall be forwarded to DOC no later than June 15th. A summary report shall be
provided with each commission check, that includes the following:

A. Total commission figure broken down by institution;
B. Listing of total minutes. total calls by institution;
C. Amount billed for services at each institution.
5.29.13 Inmates will get information on how to use the prepaid calling plan and how their family
and friends can use it. The Contractor will provide information to the DOC outlining the policies
and procedures of the prepaid calling plan, including but not limited to, a description of the
features of the plan and instructions to families and friends as to how to set up the account. The
DOC will then distribute this information to inmates. The Contractor shall work with the DOC to
educate the inmates, friends, and families regarding the process for establishing a prepaid
account and understanding the features of the plan. The Contractor will publish a u1-800u
number for inquiries related to the prepaid calling plan. The Contractor's representatives will
assist inmate family members and friends with payment questions and other customer service
inquiries. The Contractor shall provide information regarding hours and days of operation of the
customer service system on a 24 x 7 basis. All hours of operation shall be shown using Alaska
time.

5.30
Phase Out Plan
The Proposal shall describe a plan for a phase-out situation at the expiration or termination of
the Contract term should the Offeror not be selected for the next contract to provide an ITS to
RFP # 2008-2000-7549

55

Inmate Telephone Systems For Alaska
Correctional Institutions

DOC. Upon the expiration or termination of the Contract, should DOC award any succeeding
contract for inmate telephone service to a vendor other than Offeror-Contractor, OfferorContractor agrees to cooperate fully and in all respects with the DOC, and the new contracted
vendor in accomplishing an efficient and effective transfer of responsibilities.
5.31
Installation of the ITS Equipment and Software

5.31.1 Installation shall conform to the applicable Alaska Building Code, National Electric Code
(NEC) and all other applicable national, state, and local codes and with accepted
telecommunications' industry standards.
5.31.2 Where components, cables, cabinets, etc. are mounted on walls, ceilings, etc., suitable
anchors shall be used, so that if anyone hanger should fail, the device will remain securely in
place.
5.31.3 Unless otherwise noted, all cable and components shall be supported by the
building structure. Cables shall not be fastened to or lay on, a suspended ceiling. Cables shall
not be fastened to the support wires of suspended ceilings, electrical conduits, or any
mechanical or plumbing system pipe or other equipment.
5.31.4 All manufacturers' specifications and recommendations shall be strictly adhered to.
Cable pulling tension and bend radii are critical because improper handling will cause physical
abnormalities that will cause signal degradation.
5.31.5 The Offeror shall re-use existing station cabling installed at each DOC institution for the
Inmate Station Equipment (Telephones). In cases where existing cabling cannot be used, the
Offeror shall install new station cabling (Category 5E minimum) at no cost to DOC. Any new
cabling shall include wall plate, cross connection, patch cords, etc., as required by the DOC.
5.31.6 The Offeror shall obtain DOC's permission, in writing, before proceeding with any work
that requires cutting into or through girders, beams, concrete or tile floors, partitions, or ceilings,
or any work that may impair fireproofing or moisture proofing, or potentially cause any structural
damage. DOC does not anticipate that such work will be required to install the ITS equipment.
5.31.7 The Offeror shall protect all building components, finishes and equipment from damage
and, if so damaged, the Offeror shall be responsible for any needed repairs or replacements, to
the satisfaction of DOC.
5.31.8 The Offeror shall always keep the work site free from accumulation of waste materials
and/or rubbish resulting from delivery of services. Offeror shall keep the site at least broom
clean. Upon completion of installation at the work site, Offeror shall ensure that all of Offeror's
tools, construction equipment, machinery, temporary structures; surpluslwaste materials and
rubbish are removed from the worksite.
5.31.9 Exposed wiring, wire mold or other surface mounted raceway shall not be permitted in
finished areas unless pre-approved by DOC.
5.31.10 The Offeror shall provide all necessary labor, equipment and accessories to
RFP # 2008-2000-7549

56

Inmate Telephone Systems For Alaska
Correctional Institutions

complete the installation work in a satisfactory manner.
5.31.11 The Offeror shall ensure that all of its work and materials shall comply with all local,
county, state and federal laws, ordinances and regUlations as well as any direction of inspectors
appointed by proper authorities having jurisdiction at each DOC facility.
5.31.12 The Offeror shall acquire all necessary permits, etc. Should violation of Codes occur
relating to this ITS, the Offeror shall correct the situation at no cost to DOC.
5.31.13 The Offeror shall conduct all work in harmony with other trades.
5.32
Wiring Standard
5.32.1 Any additional wiring work that is done shall be performed in accordance with the
manufacturers' published standards and guidelines for a premise distribution system. The purpose
is to establish the highest level of end-to-end capability and to prepare for future reqUirements.
5.32.2 Offeror shall follow manufacturers' wiring standards for cross-connect activities and any
additional wiring that may be required throughout the building.
5.32.3 The Offeror is responsible for cross-connecting new systems to existing wiring schemes.
Offeror should not assume that existing facility wiring is properly labeled and identified.
5.32.4 Offerors shall assume that there will be some changes to current station arrangements.
5.32 5 Grounding and bonding shall meet or exceed EINIA-607,
5.32.6 Additional telephone station wiring shall be twisted pair, 24 gauge, Category 5E, and shall be
UL listed CMP, and shall conform to accepted industry, FCC and NEC Standards as applicable to
size, color code, insulation, etc. All Offeror installed wiring shall be new.
5.32.7 Cable connections, splicing and termination shall be done in accordance with accepted
industry practices and manufacturer's instructions.
5.32.8 All supporting devices for the cabling must not pinch, bind, crimp, or in any other manner
cause the physical or performance characteristic alterations of the cables.
5.32.9 The Offeror shall be responsible for all costs associated with the testing of wiring, both new
and old, in preparation for the implementation of the new ITS.
5.32.10 The Offeror shall be responsible for assuring that existing station wiring will not adversely
affect the performance of the Offeror's equipment or subsystems and that distribution to user
terminals will meet manufacturers and the DOC requirements.
5.32.11 The Offeror shall work with the DOC to determine the exact times when Inmate Station
EqUipment (Telephones) can be replaced to reduce Ddown timeD.
5.33
Patching and Painting

AFP # 2008-2000-7549

57

Inmate Telephone Systems For Alaska
Correctional Institutions

Offeror is responsible for restoring damaged walls, ceilings, and/or wall coverings to their original
condition.
5.33.1 The quality of workmanship shall be "Type 1 - Recommended," as set forth in the latest
edition of the Painting Specifications of the Painting and Decorating Contractors of America,
5.33.2. The quality of patching shall maintain the same fire rating as the original wall or ceiling
covering.
5.33.3 Cutting and patching requirements shall be submitted to the DOC project representative for
their approval.

5.34
Fire Stopping and Smoke Seals
Fire stopping includes, but is not limited to, openings in fire-rated floors and walls for cables,
conduits and trays. Fire stopping materials shall conform to ratings as required by local and state
building codes and as tested by nationally accepted test agencies per ASTM E814 and UL 1479 fire
tests.
5.34.1 Fire ratings shall be a minimum of one (1) hour but not less than the fire resistance of the
floor or wall being penetrated.
5.34.2 Codes and Standards for fire stopping materials include:
ASTM E814
UL 1479
NFPA 101-88. 6-21215 and 6-2.2.8
5.34.3 Installation shall conform to manufacturer-s printed instructions for installation.
5.34.4 Fire stop materials shall be non-combustible silicone elastomer sealant having a UL
classification as a "fill, void or cavity material. U
5.34.5 The Offeror shall submit manufacturer-s product data, specifications, and installation
instructions to the DOC Project Representative for review and approval prior to making any
penetrations.
5.34.6 All penetrations and accompanying fire stopping shall be documented in writing by the
Offeror. Such records shall include objects penetrated, characteristics of the penetration, and
location,
5.34.7 DOC staff and applicable Code authorities shall examine fire stops prior to closing out work.
5.34.8 Fire stopping of new penetrations shall occur by the end of each working day.

5.35
Security

RFP # 2008-2000-7549

58

Inmate Telephone Systems For Alaska
Correctional Institutions

The work comprising this ITS shall be performed at DOC institutions listed in Table One. The
Offeror and subcontractors shall comply with the following special working conditions:
5.35.1 Be cleared for security access by DOC. Offeror shall submit a list of names of all persons
expected to be on the work site. The completed list shall be submitted, for approval, to the DOC
prior to any person's appearance at the work site. See attachment 10, Security Information Sheet.
5.35.2 Daily check-in with DOC security and follow all DOC security rules.

5.36
Safety
5.36.1 Offeror shall comply with federal, state, municipal, and OSHA laws, rules, regulations, and
code requirements.
5.36.2 Offeror shall be responsible for initiating, maintaining, and supervising all safety precautions
and programs in connection with performing Contract services. Offeror shall take all reasonable
precautions for safety of, and shall provide all reasonable protection to prevent damage, injury, or
loss to the following: (A) all employees providing service and other persons who may be affected
thereby; (B) all materials and equipment to be used in providing the services; and (C) other property
at the site or adjacent thereto.
5.36.3 Offeror shall ensure that required fire-fighting apparatuses are accessible at all times.
Flammable materials shall be kept in suitable places outside the DOC institution.
5.36.4 The Offeror shall comply with all DOC reqUirements for facility access inclUding, but not
limited to, tool control, background checks and dress code,

5.37
Problem Notification
If the Contractor becomes aware of possible problems that could result in delay in completion of the
ITS system or schedule then immediately notify the designated DOC project representative by
telephone, with written confirmation within 72 hours, giving the cause and probable effect, and
recommendations for corrective action. Failure to promptly notify DOC may be a basis for
determining Contractor's negligence in an otherwise excusable delay. Possible delay problems shall
not be interpreted as relieving the Contractor from contractual responsibilities.

5.38
Delivery
DOC may delay any delivery to a mutually agreeable time. All deliveries shall be FOB destination.
The Offeror shall be on-site to receive all deliveries.

5.39
Work Schedule
The successful contractor will be required to submit their filing for RCA certification within
30 days of contract award.
RFP # 2008-2000-7549

59

Inmate Telephone Systems For Alaska
Correctional Institutions

The systems must be Installed and fully operational within 120 days of RCA certification of
the successful contractor. The successful contractor must comply with all RCA
requirements.

RFP # 2008-2000-7549

60

Inmate Telephone Systems For Alaska
Correctional Institutions

SECTION SIX
PROPOSAL FORMAT AND CONTENT

6.01
Proposal Format and Content

[a]

General Information:
The State discourages overly lengthy and costly proposals. However, in order for the State
to evaluate proposals fairly and completely, offerors should follow the format set out herein
and provide all of the information requested.
Proposals should be prepared without expensive artwork, unusual printing or materials not
essential to its utility and clarity. Written proposals should be submitted stapled or in binders
(3-hole punched) to facilitate duplication if necessary.
To facilitate review of the proposals on an equitable basis, a maximum of 100 pages (12
point type and 8.5 x 11 U page size) may be used for the body of the proposal. The number of
pages that may be included in the appendices is not limited in order to provide the
opportunity to include additional information.
The proposals should be presented in the order set forth below. Each section should be
numbered and titled with the corresponding number and titled section, with all relevant
material included. Each page should be numbered consecutively and supplemental
materials should be presented as labeled appendices, each of which is referenced in the text
of its respective section.

[b]

Proposals shall contain the following items in the order listed: (Refer to Sections 6.02-6.06
for an explanation of each category and additional details).
(1)
(2)

(3)

(4)
(5)

Table of Contents
Introduction
• Offeror Information and Assurance Form
• Licensing Requirements
• Conflict of Interest Statement
Technical Proposal
• Understanding of Work and Plan for Service
• Experience and Qualifications
• Budget Narrative
Cost Proposal
Alaska Offeror's Preference

6.02
Table of Contents
List each section of the proposal with applicable page number. If appendices are included, provide
a list identifying the contents of each.

AFP # 2008-2000-7549

61

Inmate Telephone Systems For Alaska
Correctional Institutions

6.03
Introduction
This section shall contain the following:
[a]

Offeror Information and Assurance Form (RFP Attachment #4). This form must be signed by
an individual or company officer empowered to bind the company. One of the proposals
should be marked aoriginal" and contain the original signed Offeror Information and
Assurance Form.

[b]

Licensing Reguirements - Offerors shall include acceptable evidence that the offeror
possesses a valid Alaska Business License and meets any professionallicense(s) or
certification requirements outlined in Sections 2.07 and 6.04[b].

[c]

Conflict of Interest Statement - Offerors shall include a statement identifying any conflicts of
interest that may exist; or a statement that none exist.

6.04
Technical Proposal
[a]

Understanding of Work to be Performed and Plan for Service
Describe in detail your understanding of the work that is to be performed as presented in
Sections Four and Five of this RFP. Offerors must provide a comprehensive narrative
statement that illustrates their understanding of the requirements of the services and
outcomes to be achieved.
Additionally, offerors must provide a comprehensive narrative statement that sets out their
plan for providing the services and illustrates how their plan will serve to accomplish the work
addressed in Section Five of this RFP. This section of the proposal must include a proposed
work schedule for prOViding the services, to include all items specified in Section 5 of this
RFP.
This section should not merely paraphrase the scope of services from the RFP. This section
must demonstrate an understanding of what has been requested, the major issues inVOlved,
and what must be done to accomplish the objectives.
Include in this section how much travel is anticipated in the performance of this contract.
If you are prOViding a proposal that utilizes a subcontractor approach with one or more firms,
you must detail how each firm's work will assist in the work to be performed.

[b]

Experience. Qualifications. and Organizational Structure
Staff Qualifications - A current resume/vitae of education, training and experience for each
individual (contractors, contract staff, subcontractors, and volunteers) who will be providing
direct treatment services must be included with the offeror's proposal. If the offeror proposes
to utilize a subcontractor for the provision of services, a letter of commitment and current
resumelvitae from each proposed subcontractor must also be included with the offeror's
proposal. (See Section 1.14 for more information on SUbcontracting.)

RFP # 2008-2000-7549

62

Inmate Telephone Systems For Alaska
Correctional Institutions

Resumes must include information that clearly delineates the qualifications, training, and
experience of each individual who has been identified to provide services under the terms of
the contract. (Copies of current state licenses and certifications must also be included, as
appropriate. See Section 6.03[bJ).
Experience Providing Services - (Distinguish between an agency or individual managing or
administering services as opposed to direct services provision.) The otteror must indicate
prior experience in administering the services required under this RFP, or similar services,
including any experience in providing services within correctional environments and/or to
correctional clientele. At a minimum, otterors should address the following in their submitted
proposals:
Include a description of similar services provided and dates;
Include reference names and phone numbers that can provide confirmation of
services rendered.
Governing Policies - if applicable, include a copy.
Litigation History - Otteror must include a summary of all litigation (including bankruptcy
cases) associated with providing the same services, or services similar to those required in
this RFP. Include past five years and present litigation in which the offeror (and any person
in this offeror's current administration who will be responsible for the administration or
operations related to providing these services) has been named a party, including state
jurisdiction, case number, and final disposition. Litigation of personal issues not germane to
the services herein (Le., automobile not related to substance abuse, divorce, child custody or
support) is not required.
[c]

Budget Narrative
Proposers are to include an explanation of how the costs were derived in sufficient detail to
allow analysis of the logic, adequacy, and appropriateness of the offeror's proposed budget.
(The proposal's budget narrative will be evaluated as part of Section 6.04[a].)
Personnel - The rates proposed must include all direct and indirect costs associated with
performance of the services required in this RFP. Direct cost is the cost of the individual's
time providing the direct service that includes, but is not limited to, personnel costs and
fringe benefits. Indirect costs associated with the performance with this contract include but
may not be limited to insurance, supplies, overhead. local travel, etc.
Travel Expenses - Proposed compensation for travel, if applicable, (and in general for
offerors who live outside the service area) for the purpose of providing services under
Section Five of this RFP should be clearly stated in the budget narrative and cost proposed.
Otterors should clearly specify the number of trips that will be necessary (annually) to provide
services as specified in their proposed Plan for Services. Provide as much detail as
necessary to support any travel and related costs.
Compensation for travel, if proposed, may consist of lodging, meals, and travel
expenditures for the purpose of prOViding services under this RFP. See Attachment
#10 for travel reimbursement policy.

RFP # 2008-2000-7549

63

Inmate Telephone Systems For Alaska
Correctional Institutions

6.05
Cost Proposal

Offerors must submit their proposed cost in a separate sealed envelope marked "Cost Proposal".
The total cost on the cost proposal form will be the figure used in the calculation to convert cost to
points.
The proposed rate on the cost proposal form (and to include any revisions established through the
negotiation process) will be binding upon the successful offeror for the full term of the contract
including any renewals.
6.06
Alaska Offeror's Preference

Offerors shall include, if applicable, a signed certification of qualification as an Alaska Bidder as
outlined in Paragraph 2.13 and Attachment 7.
Other Preferences - see paragraphs 2.14 - 2.17 for specific information.
6.07
Evaluation Criteria

All proposals will be reviewed to determine if they are responsive. They will then be evaluated using
the criteria set out in Section 7.
An evaluation may not be based on discrimination due to the race, religion, color, national origin,
sex, age, marital status, pregnancy, parenthood, disability, or political affiliation of the offeror.

RFP #I 2008-2000-7549

64

Inmate Telephone Systems For Alaska
Correctional Institutions

SECTION SEVEN
EVALUATION CRITERIA AND CONTRACTOR SELECTION

THE TOTAL NUMBER OF POINTS USED
TO SCORE PROPOSALS SUBMITTED IS 100

7.01
Understanding of the Project (5 Percent)
Proposals will be evaluated against the questions set out below:
[a] How well has the offeror demonstrated a thorough understanding of the purpose and
scope of the project?
[b] How well has the offeror identified pertinent issues and potential problems related to the
project?
[c) How well has the offeror demonstrated an understanding of the deliverables the state
expects it to provide?
[d) How well has the offeror demonstrated an understanding of the state's time schedule
and how it will meet it?
[e] How well has the offeror demonstrated its understanding of the state's requirement for a
state of the art current technology inmate phone system?

7.02
Methodology Used for the Project (5 Percent)
Proposals will be evaluated against the questions set out below:
[a] How comprehensive is the methodology and does it depict a logical approach to fulfilling
the requirements of the RFP?
[b) How well does the methodology match and achieve the objectives set out in the RFP?
[c] Does the methodology interface with the time schedule in the RFP?

RFP # 2008-2000-7549

65

Inmate Telephone Systems For Alaska
Correctional Institutions

7.03
Management Plan for the Project (5 Percent)
Proposals will be evaluated against the questions set out below:
[a]

How well does the management plan support all of the project requirements and
logically lead to the deliverables required in the RFP?

[b) How well is accountability completely and clearly defined?
[c]

How well has the offeror described the organization of the project team?

[d] How well does the management plan illustrate the lines of authority and
communication?
[e] How well has the offeror described its understanding of the requirements for hardware,
software, equipment, and licenses necessary to perform the contract?

[f]

How well has the offeror described its ability to meet the schedule set out in the RFP?

[g] Has the offeror gone beyond the minimum tasks necessary to meet the objectives of the
RFP?
[h] To what degree is the proposal practical and feasible?
[i]

How well has the offeror identified potential problems?

7.04
Experience and Qualifications (15 Percent)
Proposals will be evaluated against the questions set out below:
Questions regarding the personnel:

[a] Do the individuals assigned to the project have experience on similar projects?
[b] Are resumes complete and do they demonstrate backgrounds that would be desirable
for individuals engaged in the work the project requires?
[c]

How well has the offeror described the applicable education and experience of the
personnel designated to work on the project?

66

RFP # 2008·2000·7549
.ag:m

Q

J 6,

,*1 '. ( hU .h..H.Q,£Uwm.iWiWIDi ,

JtuPtVt&J.C

. 1

MQu

t

UdM.o t

Inmate Telephone Systems For Alaska
Correctional Institutions
;&4.&.4., .. ' Ie (h ( ( t t &. .tJ1dl&QM,~&MM i

,

::x:lMiI(

..... .....

I(

1:

. ;:::::m::;;;c::::w;:;;:;;"...,.,,,,,,,,,,,,;;::;;::::::::;..

Questions regarding the firm:

[d] How well has the firm demonstrated experience in completing similar projects on time?
[e] How successful is the general history of the firm regarding timely and successful
completion of projects?
[f]

Has the firm provided required letters of reference from previous clients?

[g] If a subcontractor will perform work on the contract, how well do they measure up to the
evaluation used for the offeror?
[h] Has the offeror provided all necessary information regarding subcontractors who will
work on the project?

7.05
Contract Cost (60 Percent)
Overall, a minimum of 60% of the total evaluation points will be assigned to cost. The cost amount
used for evaluation may be affected by one or more of the preferences referenced under Section
2.13.

Converting Cost to Points

The cost proposal prOViding the largest percentage of generated revenues (minimum of 50%) to the
State will receive the maximum number of points allocated to cost. The point allocations for cost on
the other proposals will be determined through the method set out in Section 2.15.

7.06
Alaskan Offeror's Preference (10 Percent)
If an offeror qualifies for the Alaskan Bidder Preference, the offeror will receive an Alaskan Offeror's
Preference. The preference will be 10 percent of the total available points. This amount will be
added to the overall evaluation score of each Alaskan offeror.

RFP # 2008-2000-7549

67

Inmate Telephone Systems For Alaska
Correctional Institutions

SECTION EIGHT
ATTACHMENTS

8.01

Attachments

1.
2.
3.
4.

5.
6.
7.
8.
9.
10.
11.

Checklist
Acknowledgment Form
Offeror Information and Assurance Form
Standard Contract Form (example)
Standard Contract Form
Appendix A
Appendix B1
Proposal Evaluation Form
Certification of Entitlement to the Alaska Bidder Preference
Security Clearance Form (example)
Department Policies & Procedures 202.01, 202.03
Travel Expense Information
Security Information Sheet
Local Call Information

RFP # 2008-2000-7549

68

Inmate Telephone Systems For Alaska
Correctional Institutions

Attachment 1
PROPOSAL RESPONSIVENESS CHECKLIST
INMATE TELEPHONE SYSTEM
RFP # 2008-2000-7549

The following information must be included in each proposal. Offerors who do not respond to each
item as specified below will be considered unon-responsiveu and the proposal will not be accepted
for evaluation and possible award of contractual services.
This checklist may not be all inclusive of the items required to be submitted in the proposal. In case
of a conflict between this checklist and the RFP, the requirements of the RFP will prevail. (Offerors
are encouraged to use this checklist in preparation of proposals.)

;."',' E";;<~:"

:';;;~;.::;'.: ".~::' ':~~~~~'.:::'-::;'".'.~.',;,:::'?;""":< .::i~}::~:::,-:·C/~c.".; ....},'C· I' ·~h~IdJ8t.'·

Proposal (sealed) received by 2:30 p.m. January 15. 2008. in the office of the
Drocurement officer
ProDosal includes oriainal & 6 Copies (7 total cODies)
Table of Contents (sec. 6.02)
Offeror Information & Assurance Form - sianed & notarized (sec. 603[a])
Evidence of Alaska Business License (sec. 2.11, 6.03rbl)
Conflict of Interest Statement (sec. 1.17, 603rcl)
Statement of Understandina & Plan for Service (sec. 6.04ral)
Experience & Qualifications (sec. 2.07, 6.04rbl)
ProDosed Cost Form (sec. 6.05)
Alaska Bidder Preference Certification (if aDDlicable/sec. 2.13 Attachment 7)

RFP # 2008-2000-7549

'>"

...

••

Attachment 2

RFP RECEIPT ACKNOWLEDGMENT FORM
(Return to Procurement Officer listed on page 1 as soon as possible)

INMATE TELEPHONE SYSTEM
RFP # 2008·2000·7549
ISSUED
December 19, 2007

I have received the above specified RFP and

DO INTEND TO RESPOND WITH A PROPOSAL
DO NOT INTEND TO RESPOND WITH A PROPOSAL
*******

AGENCY/ORGANIZATIONIINDIVIDUAL

ADDRESS

DATE

SIGNATURE

RFP # 2008-2000-7549
·"'.41 $, 0.&;:.

U &i i

.5.. i.unU.J.&&J.tt"Jit.MXt.t.t.J.C.S,J"wiii

.t..

di .k t.... ,.Jxaa.eAi/4&t.t

.

;;:;:;:;:;:;::;::;:;mkU;;:::;:::;;;. ( .. t.J&Sdtw.Q.:::Git".. . .

.t.z.. hS.w..Q.d.:;,J,

( , n ;Chti$.W(Q.J1J§Q"lU......,l4QUW&.«...,:;$.(Qi.. M}'3:;.:;.h

("

(

(

;:1i:;;;:;;;;;;C;:.::c:.

.....

Attachment 3
OFFEROR INFORMATION AND ASSURANCE FORM
Request for Proposals # 2008-2000-7549
Department of Corrections
Title:
Location of Project:
Contract Projected to Begin:
Contract Projected to End:
A.

Offeror's (Agency or Individual) Name:

B.

Offeror's Address:

Telephone Number:

_

_

Fax:

E-Mail:

-----

_

Other:

_

C.

Status: For Profit:_ _

D.

Alaska Business License Number:

E.

Internal Revenue or Social Security Number:

_

F.

Professional Registration Number (if applicable):

_

G.

Recipient Contact Person:

_

H.

Authorized Representative:

I.

TERMS AND CONDITIONS: By signature on this page, the Offeror certifies that it is
complying with all terms and conditions set out in this RFP.

J.

The Offeror(s), by execution of the Offeror Information & Assurance Form, agrees to be
bound by the terms of the RFP and proposal for a period of not less than ninety (90) days
after the proposal due date.

Non-Profit:_ _

_

_

Offeror's Authorized Signature and Title·
(must be sworn before a notary public)
Sworn to and subscribed before me this

Date (Month, Day and Year)
day of

', 20_.

_ _ _ _ _ _ _ _ _ _NOTARY PUBLIC
My commission expires:
• Proposals must be signed by an individual authorized to bind the offeror to its provisions (see sections 2.01 and
6.03[a)).

RFP # 2008-2000-7549

Attachment 4.

STANDARD CONTRACT FORM

Goods and Non-Professional Services
1. Agency Contract Number

5. Vendor Number

3. Financial Coding

2. Contract TiUe
6. Project/case Number

4. Agency Assigned Encumbrance Number

7. Alaska Business Ucense Number

this contract Is between the State of Alaska,
Division

8. Department of

hereafter the State. and

9. Contractor
hereafter the Contractor
Street or P.O. Box

Mailing Address

City

State

ZIP+4

10.
ARnCLE 1. Appendices: Appendices referred to In this contract and attached to It are considered part of It.
ARTICLE

2. Performance of Contract:
2.1 Appendix A' (General Conditions). Items 1 through 17, govern contract performance.
2.2Appendix B sets forth the liability and insurance provisions of this contract.
2.3Appendix C sets forth the scope of work/services to be performed by the contractor.

ARnCLE

3. Period of Performance: The period of performance for this contract begins

• and

ends
ARnCLE

4. Considerations:
4.1 In full consideration of the contractor's performance under this contract. the State shall pay the contractor a sum not to exceed
in accordance with the provisions of Appendix D.
$
4.2 When billing the State, the contractor shall refer to the Agency Contract Number and send the billing to:

11. Department of

Attention: Division of

Mailing Address

Attention:

12.
Name of Firm

CONTRACTOR

13.
DepartmentIDMsion

CONTRAcnNG AGENCY

Signature of AuthoriZed Representative

Signature of Procurement Officer

Typed or Printed Name of Authorized Representative

Typed or Printed Name of Procurement Officer

Date

Date

SCF.DOC(02l04l05)

RFP # 2008-2000-7549

APPENDIX A'
GENERAL CONDITIONS
1. Inspection and Reports:
The department may Inspect, in the manner and at reasonable times it considers appropriate. all of the contractor's facilities and
activities under this contract. The contractor shall make progress and other reports in the manner and at the times the
department reasonably requires.
2. Suitable Materials, Etc.:
Unless otherwise specified, all materials, supplies or equipment offered by the contractor shall be new. unused. and of the latest
edition, version, model or crop and of recent manufacture.

3. Disputes:
Any dispute arising out of this agreement shall be resolved under the laws of Alaska. Any appeal of an administrative order or
any original action to enforce any provision of this agreement or to obtain any relief from or remedy In connection with this
agreement may be brought only In the superior court for the State of Alaska.
4. Default:
In case of default by the contractor, for any reason whalSoever, the State of Alaska may procure the goods or services from another sowce and
hold the contractor responsible for any resulting excess cost and may seek other remedies under law or equity.
5. No Assignment or Delegation:
The contractor may not assign or delegate this contract, or any part of It, or any right to any of the money to be paid under It.
except with the written consent of the Procurement Officer.
6. No Additional Work or Material:
No claim for addillonal supplies or services, not specifically proVided in this contract, performed or fumished by the contractor, will
be allowed, nor may the contractor do any work or fumish any material not covered by the contract unless the work or material is
ordered in writing by the Procurement Officer.
7. Independent Contractor:
The contractor and any agents and employees of the contractor act in an independent capacity and are not officers or employees
or agents of the State In the
performance of this contract.
8. Payment of Taxes:
As a condition of performance of this contract. the contractor shall pay all federal. State, and local taxes incurred by the contractor
and shall require their payment by any Subcontractor or any other persons In the performance of this contract. Sallsfactory
performance of this paragraph is a condition precedent to payment by the State under this contract.
9. Compliance:
In the performance of this contract. the contractor must comply with all applicable federal. state. and borough regulations. codes,
and laws; and be liable for all required insurance. licenses, permits and bonds.
10. Conflicting Provisions:
Unless specifically amended and approved by the Department of Law the General Conditions of this contract supersede any
provisions in other appendices.
11. Officials Not to Benefit:
Contractor must comply with all applicable federal or State laws regulating ethical conduct of public officers and employees.
12. Contract Prices:
Contract prices for commodities must be In U.S. funds and Include applicable federal duty, brokerage fees, packaging, and
transportation cost to the FOB point so that upon transfer of tlUe the commodity can be utilized without further cost. Prices for
services must be In U.S. funds and Include applicable federal duty, brokerage fee, packaging. and transportation cost so that the
services can be provided without further cost.
13. Contract Funding:
Contractors are advised that funds are available for the Initial purchase and/or the first term of the contract. Payment and
performance obligations for succeeding purchases and/or additional terms of the contract are subject to the availability and
appropriation of funds.
14. Force MaJeure:

RFP # 2008-2000-7549

(Impossibility to perform) The contractor is not liable for the consequences of any failure to perform, or default In performing, any
of its obligations under this Agreement, if that failure or default is caused by any unforeseeable Force Majeure, beyond the
control of, and without the fault or negligence of, the contractor. For the purposes of this Agreement, Force Majeure will mean
war (whether declared or not); revolution; invasion; insurrection; riot; civil commotion; sabotage; military or usurped power;
lightning; explosion; fire; storm; drought; flood; earthquake; epidemic; quarantine; strikes: acts or restraints of govemmental
authorities affecting the project or dlrecUy or indirectly prohibiting or restricting the furnishing or use of materials or labor required;
inability to secure materials, machinery, equipment or labor because of priority, allocation or other regulations of any
govemmental authorities.
15. Contract extension:
Unless otherwise provided, the State and the contractor agree: (1) !hat any holding over of the contract excluding any exercised
renewal options, will be considered as a mon!h·w.month extension, and all other terms and conditions shall remain In full force
and effect, and (2) to provide written notice to the other party of the Intent to cancel such month·to-month extension at least thirty
(30) days before the desired date of cancellation.

16. Severability:
If any provision of the contract Is declared by a court to be Illegal or In connlct with any law. the validity of the remaining terms and
provisions will not be affected; and, the rights and obligations of the parties will be construed and enforced as if the contract did not
contain the particular provision held to be Invalid.
17. Continuing Obligation of Contractor:

Notwithstanding the expiration date of this contract. the contractor Is obligated to fulfill its responsibilities until warranty,
guarantee, maintenance and parts
availability requirements have completely expired.

RFP # 2008-2000-7549

APPENDIX B I
INDEMNITY AND INSURANCE

Article 1. Indemnification
The Contractor shall indemnify, hold harmless, and defend the contracting agency from and
against any claim of, or liability for error, omission or negligent act of the Contractor under this
agreement. The Contractor shall not be required to indemnify the contracting agency for a claim
of, or liability for, the independent negligence of the contracting agency. If there is a claim of, or
liability for, the joint negligent error or omission of the Contractor and the independent
negligence of the Contracting agency, the indemnification and hold harmless obligation shall be
apportioned on a comparative fault basis. "Contractor" and "Contracting agency", as used within
this and the following article, include the employees, agents and other contractors who are
directly responsible, respectively, to each. The term "independent negligence" is negligence
other than in the Contracting agency's selection, administration, monitoring, or controlling of the
Contractor and in approving or accepting the Contractor's work.
Article 2. Insurance
Without limiting Contractor's indemnification, it is agreed that Contractor shall purchase at its own
expense and maintain in force at all times during the performance of services under this
agreement the following policies of insurance. Where specific limits are shown, it is understood
that they shall be the minimum acceptable limits. If the Contractor's policy contains higher limits,
the state shall be entitled to coverage to the extent of such higher limits. Certificates of
Insurance must be furnished to the Contracting Officer prior to beginning work and must provide
for a 3o-day prior notice of cancellation, nonrenewal or material change of conditions. Failure to
furnish satisfactory evidence of insurance or lapse of the policy is a material breach of this
contract and shall be grounds for termination of the Contractor's services. All insurance policies
shall comply with, and be issued by insurers licensed to transact the business of insurance under
AS21.
2.1 Workers' Compensation Insurance: The Contractor shall provide and maintain,
for all employees engaged in work under this contract, coverage as required by
AS 23.30.045, and; where applicable, any other statutory obligations including but
not limited to Federal U.S.L. & H. and Jones Act requirements. The policy must
waive subrogation against the State.
2.2 Commercial General Liability Insurance: covering all business premises and
operations used by the Contractor in the performance of services under this
agreement with minimum coverage limits of $300,000 combined single limit per
occurrence.
2.3 Commercial Automobile Liability Insurance: covering all vehicles used by the
Contractor in the performance of services under this agreement with minimum
coverage limits of $300,000 combined single limit per occurrence.
02-093 B1 (Rev. 10-95)

RFP # 2008-2000-7549

APPENDIX 8 2
INDEMNITY AND INSURANCE
Article 1. Indemnification
The Contractor shall indemnify, hold harmless, and defend the contracting agency from and against any
claim of, or liability for error, omission or negligent act of the Contractor under this agreement. The
Contractor shall not be required to indemnify the contracting agency for a claim of, or liability for, the
independent negligence of the contracting agency. If there is a claim of, or liability for, the joint negligent
error or omission of the Contractor and the independent negligence of the Contracting agency, the
indemnification and hold harmless obligation shall be apportioned on a comparative fault basis.
"Contractor" and "Contracting agency", as used within this and the following article, include the employees,
agents and other contractors who are directly responsible, respectively, to each. The term "independent
negligence" is negligence other than in the Contracting agency's selection, administration. monitoring, or
controlling of the Contractor and in approving or accepting the Contractor's work.
Article 2. Insurance
Without limiting Contractor's indemnification, it is agreed that Contractor shall purchase at its own expense
and maintain in force at all times during the performance of services under this agreement the following
policies of insurance. Where specific limits are shown, it is understood that they shall be the minimum
acceptable limits. If the Contractor's policy contains higher limits, the state shall be entitled to coverage to
the extent of such higher limits. Certificates of Insurance must be furnished to the Contracting Officer prior
to beginning work and must provide for a 30-day prior notice of cancellation, nonrenewal or material change
of conditions. Failure to furnish satisfactory evidence of insurance or lapse of the policy is a material breach
of this contract and shall be grounds for termination of the Contractor's services. All insurance policies shall
comply with, and be issued by insurers licensed to transact the business of insurance under AS 21.
2.1 Workers' Compensation Insurance: The Contractor shall provide and maintain, for all
employees engaged in work under this contract, coverage as required by AS 23.30.045, and;
where applicable, any other statutory obligations including but not limited to Federal U.S.L. & H.
and Jones Act requirements. The policy must waive subrogation against the State.
2.2 Commercial General Liability Insurance: covering all business premises and operations
used by the Contractor in the performance of services under this agreement with minimum
coverage limits of $300,000 combined single limit per occurrence.
2.3 Commercial Automobile Liability Insurance: covering all vehicles used by the Contractor
in the performance of services under this agreement with minimum coverage limits of $300,000
combined single limit per occurrence.
2.4 Professional Liability Insurance: covering all errors, omissions or negligent acts in the
performance of professional services under this agreement. Limits required per the following
schedule:
Contract Amount

Minimum Required Limits

Under $100,000
$100,000-$499,999
$500,000-$999,999
$1,000,000 or over

$300,000 per Occurrence/Annual Aggregate
$500,000 per Occurrence/Annual Aggregate
$1,000,000 per Occurrence/Annual Aggregate
Refer to Risk Management

02-09382 (Rev. 10-95)

RFP# 2008-2000-7549

Attachment 5

PROPOSAL EVALUATION FORM
All proposals will be reviewed for responsiveness and then evaluated using the criteria
set out herein.
Person or Firm Name

_

Name of Proposal Evaluation (PEe) Member
Date of Review

_

RFP Number

_

EVALUATION CRITERIA AND SCORING
THE TOTAL NUMBER OF POINTS USED TO SCORE THIS CONTRACT IS 100

7.01 Understanding of the Project-5 Percent
Maximum Point Value for this Section - 5 Points
100 Points x 5 Percent =5 Points
Proposals will be evaluated against the questions set out below.
[a] How well has the offeror demonstrated a thorough understanding of the purpose
and scope of the project?
EVALUATOR'S NOTES

_

[b) How well has the offeror identified pertinent issues and potential problems related to
the project?
EVALUATOR'S NOTES

_

[c) How well has the offeror demonstrated an understanding of the deliverables the
state expects it to provide?
EVALUATOR'S NOTES

RFP#

?OOR-?ono-7~4Q

_

[d] How well has the offeror demonstrated an understanding of the state's time
schedule and how it will meet it?
EVALUATOR'S NOTES

_

[e] How well has the offeror demonstrated its understanding of the state's requirement
for a "state of the art" current technology inmate phone system?
EVALUATOR'S NOTES

_

EVALUATOR'S POINT TOTAL FOR 7.01

7.02 Methodology Used for the Project-5 Percent
Maximum Point Value for this Section - 5 Points
100 Points x 5 Percent =5 Points
Proposals will be evaluated against the questions set out below.
[a] How comprehensive is the methodology and does it depict a logical approach to
fulfilling the requirements of the RFP?
EVALUATOR1S NOTES

_

[b] How well does the offerors methodology match and achieve the objectives set out in
the RFP?
EVALUATOR1S NOTES

_

[c] How well does the offerors methodology interface with the time schedule in the
proposal?
EVALUATOR'S NOTES

EVALUATOR'S POINT TOTAL FOR 7.02

RFP# 2008-2000-7549

_

7.03 Management Plan for he Project-5 Percent
Maximum Point Value for this Section - 5 Points
100 Points x 5 Percent =5 Points
Proposals will be evaluated against the questions set out below.
[a] How well does the management plan support all of the project requirements and
logically lead to the deliverables required in the RFP?
EVALUATOR'S NOTES

_

[b) How well is accountability completely and clearly defined?
EVALUATOR'S NOTES

_

[c) How well has the offeror described the organization of the project team?
EVALUATOR'S NOTES

_

[d) How well does the management plan illustrate the lines of authority and
communication?
EVALUATOR'S NOTES

_

[e) How well has the offeror described its understanding of the requirements for
hardware, software, equipment, and licenses necessary to perform the contract?
EVALUATOR'S NOTES

_

[f) How well has the offeror described its ability meet the schedule set out in the RFP?

EVALUATOR'S NOTES

_

[g) Has the contractor gone beyond the minimum tasks necessary to meet the
objectives of the RFP?
EVALUATOR'S NOTES

RP'P# ?OnR.?nnn.74\4Q

_

[h) To what degree is the proposal practical and feasible?
EVALUATOR'S NOTES

_

[i) To what extent has the offeror identified potential problems?
EVALUATORIS NOTES

_

EVALUATOR'S POINT TOTAL FOR 7.03

7.04 Experience and Qualifications-15 Percent
Maximum Point Value for this Section - 5 Points
100 Points x 5 Percent 5 Points

=

Proposals will be evaluated against the questions set out below.
Questions regarding the personnel.
[a) Do the individuals assigned to the project have experience on similar projects?
EVALUATOR'S NOTES

_

[b) Are resumes complete and do they demonstrate backgrounds that would be
desirable for individuals engaged in the work the RFP requires?
EVALUATOR'S NOTES

_

[c] How well has the offeror described the applicable education and experience of the
personnel designated to work on the project?
EVALUATOR'S NOTES

Questions regarding the firm.
[d] Has the firm demonstrated experience in completing similar projects on time and
within budget?

RFP# 2008-2000-7549

_

EVALUATOR'S NOTES

_

[e] How successful is the general history of the firm regarding timely and successful
completion of projects?
EVALUATOR'S NOTES

_

[f] Has the firm provided letters of reference from previous clients?
EVALUATOR'S NOTES

_

[g] If a subcontractor will perform work on the project, how well do they measure up to
the evaluation used for the offeror?
EVALUATOR'S NOTES

_

[h] Has the offeror provided all necessary information regarding sub-contractors who
will work on the project?
EVALUATOR'S NOTES

EVALUATOR'S POINT TOTAL FOR 7.04

7.05 Contract Cost - 60 Percent
Maximum Point Value for this Section - 60 Points
100 Points x 60 Percent =60 Points
Overall, a minimum of 60 percent of the total evaluation points will be assigned to cost.
The cost amount used for evaluation may be affected by one or more of the
preferences referenced under Section 2.12.
Converting Cost to Points

The cost proposal providing the largest percentage of generated revenues (minimum of
50%) to the state will receive the maximum number of points allocated to cost. The
point allocations for cost on the other proposals will be determined through the method
set out in Section 2.15.
EVALUATOR'S POINT TOTAL FOR 7.05
RFP# ?OnR-?nnn-7'\4Q

_

7.06 Alaska Preference - 10 Percent
Alaskan Bidders receive a 10 Percent overall evaluation point preference.
Point Value for Alaskan Bidders in this Section -10 Points
100 Points x 10 Percent =10 Points
If an offeror qualifies for the Alaskan Bidder Preference, the offeror will receive an
Alaskan Offeror's Preference. The preference will be 10 percent of the total available
points. This amount will be added to the overall evaluation score of each Alaskan
offeror.
EVALUATOR'S POINT TOTAL FOR 7.06 (either 0 or 10)

RFP# 2008-2000-7549

Attachment 6
CERTIFICATION OF ENTITLEMENT TO THE ALASKA BIDDER PREFERENCE

1.

I am the Offeror or a duly authorized agent of the Offeror and I certify that the Offeror is
entitled to the Alaska Bidder Preference. I know and understand that the Alaska Bidder
Preference provides for substantial benefits which could be favorable to the Offeror and
which could affect the award of the Request for Proposals to the Offeror's benefit. I am
aware that falsely claiming the Alaska Bidder Preference is a violation of the State of
Alaska Procurement Code (AS 36.30) and may be cause for felony prosecution and
conviction.
I offer the following evidence or statements in support of my Certification of Entitlement to
the Alaska Bidder Preference. As of the closing date of the Request for Proposals, the
Offeror holds a valid Alaska business license in one of the following forms:
(a)
(b)
(c)
(d)
(e)

a cancelled check for the business license fee;
a copy of a business license application with a receipt date stamp form the
State's business license office;
a receipt from the State's business license office for the license fee;
the Offeror's valid business license certificate;
a sworn notarized affidavit that the Offeror has applied and paid for a business
license.

2.

The Offeror is submitting its offer under the name as it appears on the Offeror's current
Alaska business license.

3.

The Offeror has maintained a place of business within the State of Alaska staffed by the
Offeror or an employee of the Offeror for a period of six (6) months immediately
preceding the closing date of the Request for Proposals.

4.

The Offeror is incorporated or qualified to do business under the laws of the State, is a
sole proprietorship, and the proprietor is a resident of the State, or is a partnership, and
all partners are residents of the State; and,
In order to be considered an Alaska Bidder and entitled to the Alaska Bidder Preference,
a limited liability company (LLC) organized under AS 10.50.010-10.50.995 must meet the
requirements of AS 36.30.170(b) and the manager of the LLC must be a resident of the
State of Alaska.

Signature of Offeror or Offeror's Authorized Agent
Printed Name

RFP# ?OOR.2000-7~4Q

Date

o

Attachment 7
State of Alaska
Department of Corrections
REQUEST FOR CLEARANCE
for
Contractor/Contract Staff Background Checks
Oate:,

_

Applicant Name:

_

Mailing Address:
Purpose of this check:,

_
_

Date of Birth:,

_

Alaska driver's license #:,

Social Security #:

_

_

Other states applicant has resided in and the dates:,

_

Prior criminal history (including the state the offense occurred in)

_

Is applicant currently on probation or parole?

_

If yes, where?

Does applicant have any relatives or acquaintances presently incarcerated in Alaska or under the Dept. of
Corrections supervision?_ _ If yes, state the person's name/location:
Clearance requested by (Contractor):
Address:,

_
_

Phone:

The information that I have provided is true and accurate to the best of my knowledge. I authorize the
Department of Corrections to perform a background investigation for any and all prior convictions or current
warrants.
Signature of applicant:,

_

Oate:,

_

Contractor's signature:,

_

Oate:,

_

•

*

* * * • *

*

•

* • • • * • * • • * * * * • • * * * * * *

APSINIWANTS:
Clear:,_ _
NCICIWANTS:
Clear:,_ _
Criminal History Check (Alaska)
Criminal History Check (other states)

Wants:
See Attached:,
Wants:
See Attached:,
No record found:
No record found:

Approved by:,
Contract Oversight Officer/Superintendent,
Division of Institutions
Request Granted:.
Reason fordenial:

_

DOC Staff SignaturelTitle:,

RFP# 2008-2000-7549

Request Oenied:,

_

_
_
See Attached:,
See Attached:,

_
_

Date:

_

_

_
Date:

_

Attachment 8

Code of Ethical Professional Conduct

Page lof2
I Policy: 202.0 I
Chapter: Personnel

Policy
A.

Every employee who, under the auspices of the DOC, is responsible for the custody, care,
refonnation and supervision of offenders shall abide by the Alaska Police Standards Council Code of
Ethics for Correctional, Probation and Parole Officers.

B.

This policy applies to all employees who are directly responsible for the custody, care, refonnation
and supervision of offenders, and all employees who supervise or manage the activities of such
employees. or of volunteers and contract personnel perfonning such work.

Procedures
A.

All employees, supervisors and managers to whom this policy applies shall review and sign the Code
of Ethical Professional Conduct Fonn. Failure to do so may result in disciplinary action for
employees.

B.

A copy of the signed form will be maintained in the employee's pennanent personnel file.

C.

If employees, supervisors or managers do not understand any portion of the Code, it is their
responsibility to request clarification from their supervisors prior to signing the fonn.

D.

Employees, including supervisors and managers, who violate the Code of Ethical Professional
Conduct are subject to corrective or disciplinary action, up to and including dismissal.

Date

Applicable Fonns:
Addendum A: Code of Ethical Professional Conduct

RFP # 2008-2000-7549

Joe Schmidt, Commissioner
Department of Corrections

o

DEPARTMENT OF CORRECTIONS
CODE OF ETHICAL PROFESSIONAL CONDUCT

My fundamental duty is to respect the dignity and individuality of all people. to provide professional
and compassionate service. and to be unfailingly honest.
I will not discriminate against any person on the basis of race. religion. color. national origin. sex. age.
physical or mental disability. marital status. change in marital status. pregnancy or parenthood. and
will respect and protect the civil and legal rights of all inmates. probationers and parolees.
I will respect the right of the public to be safeguarded from criminal activity. and will be diligent in
recording and making available for review all case information that could contribute to sound
decisions affecting the public safety. or an inmate. probationer or parolee.
I will maintain the integrity of private information. and will neither seek personal data beyond that
needed to perform my duties. nor reveal case information to anyone not having a proper professional
use for the information.
In making public statements. I will clearly distinguish between those that are my personal views and
those that are made on behalf of the agency.
I will not use my official position to secure privileges or advantages for myself. and will not accept any
gift or favor that implies an obligation inconsistent with the objective exercise of my professional
duties.
I will not act in my official capacity in any matter in which I have a personal interest that could in the
least degree impair my objectivity.
I will not engage in undue familiarity with inmates. probationers or parolees.
I will report any corrupt or unethical behavior of a fellow correctional. probation or parole officer that
could affect either an inmate. probationer. or parolee, or the integrity of the agency. but will not make
statements critical of colleagues or other criminal justice agencies unless the underlying facts are
verifiable.
I will respect the importance of. and cooperate with. all elements of the criminal justice system. and
will develop relationships with colleagues to promote mutual respect for the profession and
improvement of the quality of services provided.
I have read the Code of Ethical Professional Conduct. and have sought and obtained clarification of
any portions which I did not understand. I recognize that failure to abide by the Code may result in
corrective. disciplinary or other appropriate action, up to and including dismissal.
Signature

Printed Name

Date
RFP # 2008-2000-7549
4iJPUe4Kiii""Jj ,0.

.

,we

t

. h"....

Q.i)i

Zl&.w.W.

( .iZ.IJ.Q.QiQ.s..uzz",

.iQ.Q'&W"""s..JW.J..

;;::;:::w:;:::;~.

.

ii@4MXitMl

b3.3.

..4..d... 3.3.......

...m.W......,.MX!ii

!i)!"!•.# . .J.M.&W'

Standards of Conduct

PaR;e 1 of 5
I Policy: 202.03
Chapter: Personnel

Policy
It is the policy of the Department that in the daily perfonnance of their duties. employees will demonstrate
honesty, integrity. and respect for the worth and individuality of all individuals. as well as a strong commitment
to professional and ethical correctional service.

Procedures
The following rules and standards express in general tenns the conduct expected of DOC staff. Violations of
these principles may result in corrective or disciplinary action. up to an including dismissal. Instances of
egregious misconduct may result in immediate dismissal (See Policy and Procedure 202.04. Disciplinary
Action)
This list is not all-inclusive. In addition to generally accepted principles of employment (e.g.• employees may
not steal from their employers), the State of Alaska and each DOC office or facility has policies and procedures
the violation of which may result in corrective or disciplinary action. including immediate dismissal for
egregious misconduct.
A.

General provisions:
I.
Employees shall comply with and obey all DOC regulations. policies and procedures.
operational memoranda. rules, orders, procedures. and instructions. Employees shall not aid.
abet or incite another employee in the violation of regulations, policies and procedures.
operational memoranda. rules, duties, orders, or instructions.
2.
Employees shall promptly obey directives given by supervisors. If a directive is in conflict
with a previous directive, the employee shall infonn the supervisor of the conflict. If the
supervisor does not retract or alter the directive. it shall stand; however, employees shall not be
compelled to obey any directive that would require them to commit or abet an unlawful act.
3.
Failure to obey any order lawfully issued by a supervisor or abusive language toward a
supervisor is deemed to be insubordination.
4.
Unlawful discrimination and workplace harassment will not be tolerated. Employees.
offenders, and their families shall be treated professionally at all times regardless of their age.
sex. race. national origin. religious affiliation, disabilities or offenders' criminal histories.
S.
When dealing with the public, offenders and each other, employees shall be courteous and
respectful. Employees shall not use violent. profane, abusive or insolent language or gestures.
6.
Employees shall be truthful in their statements and communications regarding other staff or
offenders.
7.
Employees will avoid any conduct, on or off duty that might compromise their integrity and
betray the trust. faith. and confidence of the public in DOC.
8.
Employees are obligated to be accountable and efficient in the use of state resources.
Employees shall not use or allow the use of state time. supplies or state-owned or leased
property and equipment for their private interests. Loss, misuse. misplacement, theft. or
destruction of state property must be reported to the appropriate supervisor immediately. Staff
shall not appropriate any lost. found, evidential or DOC property to their own use.
9.
Employees shall report fit for duty punctually at the time and place directed.
10.
Employees are required to remain alert and attentive during duty hours, and shall not engage
in activities or personal business during duty hours that cause them to neglect or be inattentive
to their assigned tasks. Sleeping on duty is strictly forbidden.
II.
Employees shall neither falsify any document nor willfully depart from the truth in giving
testimony or in connection with any official duties or official investigation, whether by
commission omission or incompleteness.
12.
Employees shall not interfere with any action or investigation assigned to another staff

RFP # 2008-2000-7549
/

.
Page 2 of 5
I Policy: 202.03
Chapter: Personnel

Standards of Conduct

member, nor shall employees interfere with the operation of any other work unit of DOC.
Intoxication and the use or possession of any kind of alcoholic beverage or controlled
substance on the job or on DOC property is prohibited. Use or possession of prescription
drugs by institutional staff is covered by this policy, but individuals may be exempted from
this policy by express prior approval pursuant to specific office or facility procedures.

13.

B.

Conflicts of interest:
1.
Employees shall avoid situations that give rise to a direct or indirect conflict of interest, and
shall abide by all provisions of the State Ethics Act.
2.
Employees shall refuse to accept any gifts, presents, subscriptions, favors, gratuities, or
promises that could be interpreted as seeking to cause staff to refrain from performing their
official duties or to provide special favor or status to offenders.
3.
Employees shall not accept private or special advantage from their official status as DOC staff.
DOC credentials, uniforms, identification cards, or badges may not be used to coerce,
intimidate, or deceive others or to obtain any privilege or article not otherwise authorized in
the performance of official duties.
4.
Employees shall not engage in any other employment during scheduled work hours, nor shall
any State resources be used in furtherance of off-duty employment (paid or unpaid), volunteer
or business activities. Time off for volunteer activities (emergency search and rescue,
volunteer fire service. etc.) is subject to the normal leave provisions.

C.

Relationships between supervisors and subordinates:
I.
Dating/romantic/sexual and joint business relationships between supervisors (including lead
workers such as Correctional Officer Ills) and subordinates when the subordinates are within
the direct supervisory chain of command of the supervisor are prohibited. If such a
relationship exists or develops, staff involved shall report it to the office or facility manager to
discuss the arrangements (e.g., shift or supervisory reassignments) required to comply with
this rule.
2.
Supervisors shall not accept or solicit gifts, money, or favors from employees under their
supervision. Minor value gifts (e.g., Christmas, birthday, and retirement) or collections for
flowers or gifts are not considered contrary to the spirit of this policy.

D.

Relationships with offenders and family members of offenders:
I.
Brutality, physical violence, or verbal abuse of offenders by staff will not be permitted.
Employees are authorized to use only that level of force necessary to control an offender or to
enforce legitimate and legal commands as provided in the applicable use of force policy.
2.
Employees will not exchange special treatment or favors, or make threats to obtain information
from offenders.
3.
Employees may not knowingly maintain social, sexual, business or financial associations with
offenders or the family of offenders. This includes, but is not limited to, telephone calls,
letters, notes, or other communications outside the normal scope of employment.
a.
Staff shall not engage in any contact with an offender that is of an intimate or sexual
nature.
b.
Staff shall not directly or indirectly give to or accept from any offender or member of
their family anything in the nature of a gift or promise of a gift.
c.
Staff shall not engage in any unauthorized game, contest, sport or betting with any
offender.
d.
During the performance of their duties or while acting as representatives of the DOC,
staff may not sign any petition, letter, or recommendation to the courts or to
representatives of the courts regarding leniency, pardon, probation, parole or any other
form of criminal case disposition on behalf of an offender unless (1) to do so is a

RFP # 2008-2000-7549
·NJt.J,;';

,.uqg

M!ehe ..

,wi

. .<::.o.t..J.t.S,Wiiiii(

. AX,msmw.( .h

(,

Mi66.

.

G',9X!

Jt..J.&.!&.4..,.

... .&.4t.W.u.:v::(

,

Standards of Conduct

4.

5.
6.
7.

PaR;e 3 of 5
I Policy: 202.03
Chapter: Personnel

requirement of his or her position or (2) he or she has received authorization from the
facility or office manager.
Where a relationship with an offender or offender's family member exists prior to the offender
coming under the supervision of the DOC, t~e staff member shall notify the facility or office
manager in writing immediately. The facility or office manager shall make a written
determination as to continued contact with the offender or offender's family member.
Employees may not discuss their personal life or another staffs personal life with offenders.
The introduction of any items of contraband onto the grounds of any secure facility is
prohibited.
Employees shall not bring into or cany out of a secure facility any items for offenders. All
items received or purchased from offenders or given to offenders will be through officially
sanctioned channels and will have prior approval of the office or facility manager.

E.

Illegal or unethical behavior:
1.
Employees are expected to obey all federal, state and local laws. Neither the absence of a
criminal complaint or conviction, nor the dismissal of or acquittal on a criminal charge, shall
preclude internal administrative investigation and discipline regarding allegations of illegal
conduct, on or off duty.
2.
Staff has an affirmative obligation to report immediately in writing to their office or facility
manager any knowledge of criminal activity or unethical action on the part of other staff while
on duty or on DOC premises.
3.
When an employee is the subject of an external criminal investigation, has been arrested for,
charged with, or convicted of any felony or misdemeanor (except minor traffic violations), or
is required to appear as a defendant in any criminal court, that employee will immediately
inform and provide a written report to hislher office or facility manager. The office or facility
manager shall inform the Division Director and the Human Resource Manager.
4.
Employees will not knowingly associate or deal with persons while off duty who are known to
be involved in illegal activities.
5.
Illegal possession, manufacture, use, sale, transport or transfer of a controlled substance is
prohibited, on or off duty.

F.

Reports and investigations:
1.
Reports and logs submitted by employees shall be truthful and complete. No staff member
shall knowingly enter or cause to be entered any inaccurate, false or improper information, nor
shall they fail to include pertinent information known to them regarding the matter at issue.
2.
3.

G.

Employees shall not convert to their own use, conceal, falsify, destroy, remove, tamper with or
withhold any property or evidence.
During the course of an official DOC investigation, employees shall cooperate fully by
providing all information that they may have concerning the matter under investigation. Full
cooperation involves responding to all questions truthfully and completely, and providing a
signed statement or affidavit if requested.

Public statements and disclosure of information:
1.
All official statements for public release concerning the affairs of the Department must be
authorized by the Commissioner, a Director, or designee.
2.
In any public statement, employees will clearly distinguish between those that are personal
views and those that are positions on behalf of the agency.
3.
Employees shall not disclose confidential information (ranging from personal data concerning
staff and offenders to information which would breach security or endanger any person) unless
directed to do so by the employee's Director or designee. Employees who receive such a

RFP # 2008-2000-7549

Standards of Conduct

4.
5.

6.

Page 4 of 5
I Policy: 202.03
Chanter: Personnel

request for information will refer the inquiring party to the office or facility manager.
Employees are prohibited from accessing official records of any kind for any non-businessrelated reason.
Staff will not remove any documents or other items from files or make copies of records or
documents, except in accordance with established procedures or upon proper authorization.
Employees will not use, or release for use, official information for private purposes.
Former employees will be granted access only to DOC information available to other members
of the public, and will have no greater standing than members of the public.

H.

Clothing and uniforms:
I.
All employees shall report to work in clothing that is neat, clean and in good repair. Uniforms
shall be worn as required.
2.
Whenever any staff is ordered to appear in court they shall attend punctually and dressed in
the appropriate DOC uniform or business attire.
3.
Uniforms or identifiable portions thereof are not to be worn outside DOC for recreational
purposes. outside employment. in any business serving alcohol as a main source of income, or
while purchasing or publicly consuming alcohol.

I.

Egregious misconduct may warrant immediate dismissal on a first offense. The following lists are not
all inclusive. Executive Branch employees are subject to additional statutes, regulations, policies and
other directives the violation of which may result in dismissal for a first offense. Also. the totality of
circumstances in a given circumstance may warrant immediate dismissal on a first offense whether or
not a specific violation is listed below.
I.
All DOC staff
a.
Unlawful discrimination or harassment.
b.
Dishonesty, including dishonesty during an investigation into misconduct alleged to
have been committed by the employee or by the employee's coworkers.
c.
Theft of State time or resources.
d.
Gross disobedience or insubordination.
e.
Use, possession or being under the influence of alcohol or any illegal controlled
substance on DOC time or premises.
f.
Physical assault or misconduct, abusive or lewd behavior.
g.
Abandonment of duties.
h.
Involvement in illegal activities, including but not limited to conviction of a felony or
misdemeanor when the activity or offense giving rise to the conviction or the
conviction itself (including a conviction based on a plea of no contest) could
adversely affect the employee's availability, ability or fitness to perform his or her
duties, or has an adverse impact on the DOC should the employee continue
employment.
2.
DOC employees with responsibility for the custody, care, reformation or supervision of
offenders. including managers and administrators of such employees.
a.
Intentional aiding or abetting an offender escape or attempted escape.
b.
Introduction of contraband onto the grounds of a secure facility.
c.
Excessive use of force on an offender.
d.
Undue familiarity, including but not limited to sexual contact or involvement of any
kind, with an offender.
e.
Intentional endangerment or breach of security, including release of confidential
information when such release has the effect of endangering security.
f.
Involvement in illegal activities, on or off duty, regardless of whether charged or
convicted of a crime.
g.
Conviction of any felony.

RFP # 2008-2000-7549

.'

Pa~e 5 of 5
I Policy: 202.03
Chapter: Personnel

Standards of Conduct
h.

J.

Conviction of a misdemeanor when the activity or offense giving rise to the conviction
or the conviction itself (including a conviction based on a plea of no contest) could
adversely affect the employee's availability, ability or fitness to perform his or her
duties, or has an adverse impact on the DOC should the employee continue
employment. Misdemeanor convictions involving domestic violence (whether or not
charged as a crime of domestic violence), sexual assault or abuse, or the illegal
possession, use, transport. transfer or sale of a controlled substance by their nature
subject an employee to termination for a first offense.

Responsibilities:
1.
Directors shall ensure dissemination, posting, training, and enforcement of this Policy.
2.
Office and facility managers and supervisors shall ensure that all employees or persons from
other agencies whose assignment is primarily on the premises of DOC facilities, or offices,
have read and adhere to this Policy. Failure of managers or supervisors to do so may result in
discipline up to and including dismissal.
3.
The Human Resources Office shall provide all new employees with a copy of this policy as
part of the new employee information packet.
4.
All employees shall sign the Certificate of Review and Compliance (Addendum A) which will
be placed in the employee's permanent personnel record. If an employee does not understand
any section of this policy, it is hislher obligation to obtain clarification from hislher supervisor
prior to signing the Certificate.
5.
Any variance from this policy must have prior authorization from the Commissioner.

Date

Joe Schmidt, Commissioner
Department of Corrections

Applicable Forms
Addendum A: Certificate of Review and Compliance

RFP # 2008-2000-7549

•

Attachment 9

TRAVEL EXPENSE INFORMATION

Travel Expenses: Proposed compensation for travel, if applicable, for the purpose of providing
services under Section 5 of this RFP should be clearly stated in the budget narrative and cost
proposed. Travel expenses, acceptable to the State for reimbursement to the contractor, will be
proposed as follows:
Airfare (if applicable): Offeror must propose the lowest current roundtrip coach airfare rates
available. Reimbursement will be for actual airfare expenses.
Lodging (if applicable): Offeror must propose a reasonable and anticipated cost for lodging
expenses. Reimbursement will be for actual necessary commercial lodging expenses. Lodging
expenses in excess of $200.00 per day (including applicable taxes) will not be reimbursed.
Mileage (if applicable): $0.345 per mile.
Per Diem (if applicable): Per diem will be paid according to the rate set in the Alaska Administrative
Manual for GGU employees. Currently the rate is set at $42.00/full day (breakfast $9.00; lunch
$11.00; dinner $22.00). Per diem begins when the contractor is in travel status a minimum of 10
hours. Meals will be prorated if trip is more than 10 hours and less than 24 hours.
Miscellaneous Ground Transportation (if applicable): Reimbursement will be for actual ground
transportation expenses, Le. airport parking, taxi, car rental based on no larger than mid-size.

RFP # 2008-2000-7549

DEPARTMENT OF CORRECTIONS
Standards of Conduct: Certificate of Review and Compliance
I have read the Standards of Conduct and have sought and obtained clarification of any portions which I did
not understand. I recognize that failure to abide by the Standards of Conduct may result in corrective,
disciplinary or other appropriate action.
Printed Name

_

Signature
Date,

~J:'P:It

?OOR-?OOO-74\4Q

_
_

4

A 'ITACHMENT 10

Security Information Sheet

SECURITY: Security at all Alaska correctional facilities is the first priority. Contractors can
expect delays in conducting business within the facility and/or its grounds. "Contractor" is
defined as: delivery personnel, couriers, or service providers. Prisoner counts, emergencies of
any type, prisoner movement, other deliveries, or other factors may delay or restrict contractor
entry or movement within the perimeter. Security staff will facilitate contractors in conducting
their business, but contractors must at all times respect security staff instructions. Contractors
must follow all lawful instructions and directives of any staff member while on facility grounds.
The State will at all times retain the exclusive right to restrict contractor access to the facility, or
portions of the facility, for any reason.

Contractors must at all times have in their possession a valid Alaska Driver's License or
State provided identification card and be prepared to provide it to any staff whenever
requested. Contractors must never leave their tools or personal effects unattended or
unsecured. Knives, cellular telephones, toxic/hazardous chemicals, alcohol, tobacco, drugs
and paraphernalia, weapons of any kind, and explosives are prohibited at all times. All
other items (Le. tools, repair parts, cameras, paperwork, boxes) entering the facility are
subject to inspection and must be approved by security staff. Contractor tools and other
items may be inventoried upon entering and exiting the facility. Giving prisoners access to
driver's licenses, credit cards, telephone numbers, family pictures, etc. is a breach of
security. Contractors must fully cooperate with facility staff to prevent escape, sabotage,
assault, any disturbance, or the importation of contraband. There is no confidentiality when
it comes to security at one of the correctional facilities. Information regarding impending
riots, escape plans, assaults, and other such matters that come to you in what would
otherwise be considered a confidential exchange must be passed on to security staff
immediately. To withhold information such as this could endanger you and others as well
as lead to criminal charges. Nothing within this section limits a specific facility's
superintendent or security staff member from modifying or imposing alternate security
requirements for contractors and their staff.
SECURITY CHECK: All personnel (both contractor and Subcontractors) will be required to
undergo a security check prior to commencement of work. A mandatory security briefing will be
provided to the contractor staff prior to start of on-site work.

1. The contractor will complete a Request for Clearance form to submit to the facility security
staff for review at least 48 hours prior to commencement of work. The form requires the
following information from each person working on site:
a.
Full name.
b.
Residence address.
c.
Telephone Number.
d.
Date of birth.
e.
Social Security Number.
f.
Valid driver's license and state of issue, or other photo identification
bearing social security number.
g.
The names of any relatives, friends or acquaintances that are currently
incarcerated within the facility.
RFP # 2008-2000-7549

5

2. The security check will look for recent or frequent past convictions or for outstanding
warrants. Security staff reserve the right to disqualify anyone from access to the work site. A
past conviction will not automatically disqualify.
3. Once a Request for Clearance has been approved and is on file it is not necessary for the
contractor to complete a new form each time they request to enter the facility grounds.
PERSONNEL ACCESS:
1. Access to the work site, which is within a correctional facility, will be monitored and controlled
by the Department of Corrections in order to prevent importation of contraband and escape
of inmates. At no time will contractor staff enter areas of the facility that are off-limits to them,
nor drive vehicles along the perimeter fence or other unauthorized areas unless directed to
do so by security staff.
2. Contractor staff will report to the visitors reception area at the beginning of each shift to
obtain their identification badge or visitors badge and sign in on the contractors log. At the
end of each shift, contractor staff will return their badges to this area and sign out of the
contractors log. If workers leave the compound at lunch, they will all leave at the same
time. Contractors should encourage their staff to bring a lunch and to eat within the
designated work area or cafeteria.
3. Contractors, Subcontractors, Employees may be denied access or be removed from the
facility for the following reasons:
a.
Contractors or workers that are incompetent, careless or otherwise
detrimental to the work or the security of the facility.
b.
Security requirements.
c.
Disruptive, abrasive, and/or argumentative conduct.
d.
Being under the influence of Alcohol, Drugs and/or any substance that is
considered contraband by the Facility (including use of Tobacco Products).
e.
Refusal to submit to search of personal propertylbelongings or themselves.
f.
Health problems.
g.
Failure to show proper identification.
h.
Failure to follow the direction of Correctional Officers and/or staff members.
i.
Having any unauthorized contact or interaction with inmates.
j.
Failure to pass security check.
k.
Failure to secure tools and work areas. (If no personnel are physically
present in the work area, the work area and/or tools must be secured prior
to leaVing the area.)
VEHICLE ACCESS:
1. No privately owned vehicles may enter inside the security fence without approval of the DOC
on-site security staff member. Contractor vehicles can be parked in the employee/visitor
parking lot outside the security fence and must be locked at all times.
2. Authorized work vehicles, i.e. job site trailers and trucks may be left inside the fence in a
location IF they can be secured and upon the approval of security staff.

RFP # 2008-2000-7549

6

3. Privately owned and/or contractor vehicles are prohibited from entering unauthorized areas
unless directed to do so by security staff.
TOOL CONTROL:
1. Do not leave prisoner-accessible work areas unattended without first removing or securing
all tools and objects which would be considered contraband.
2. At the end of each work day, remove aI/ tools and equipment from inmate-accessible work
areas and store them within locked cabinets, locked containers, or locked storage trailers.
3. Maintain written inventory of tools and equipment daily. Tools and equipment which cannot
be accounted for at the end of each workday shall be brought to the immediate attention of a
security staff member.
CONTRABAND:
The mailing, bartering, introducing, exchanging or buying of items between inmates and
contractors or their employees is strictly prohibited without the written consent of the
Superintendent of the facility. The following quotes are from Alaska Statutes and are provided so
as to inform the CONTRACTOR.

Title 11 - Alaska Statutes, Section 11.56.375, Promoting contraband in the first degree.
a.
A person commits the crime of promoting contraband in the first degree if the person
violates AS 11.56.380 and the contraband is:
1) a deadly weapon or a defensive weapon;
2) an article that is intended by the defendant to be used as a means of
facilitating an escape; or
3) a control/ed substance
b.

Promoting contraband in the first degree is a class C felony.

AS 11.56.380, Promoting contraband in the second degree.
a.
A person commits the crime of promoting contraband in the second degree if the person:
1) introduces, takes, conveys, or attempts to introduce, take, or convey
contraband into a correctional facility; or
2) makes, obtains, possesses, or attempts to make, obtain, or possess anything
that person knows to be contraband while under official detention within a
correctional facility.
b.

Promoting contraband in the second degree is a Class A misdemeanor.
1) Effective August 26,1999, contraband includes tobacco products.

AS 11.56.390, definition:
In AS 11.56.300-11.56.390, lI contraband" means any article or thing which persons confined in a
correctional facility are prohibited by law from obtaining, making, or possessing in that
correctional facility. II

RFP # 2008-2000-7549

7

AITACHMENT 11
Jan-07

Dec-06
Total AK Sites
Local Attempted
Calls
Local Complete Calls
Long Distance Free
Calls

Feb-07

Mar-07

Alu-07

May-07

495024
195630

410246
180326

466382
204750

454103
194750

463510
199653

21431

.

483419
190344
29816

19562

23003

24406

24764

97621
39720

96338
41217

90499
38608

90462
39980

84229
41459

88160
42765

4053

4118

3498

3762

4418

4044

28598
15106

26861
13984

23391
12076

28424
15082

22718
12483

21648
11355

2625

2646

2003

2453

1767

2538

1591
792

1054
584

680
429

739
454

834
483

866
565

536

519

589

918

1090

1471

15669
8759

13345
7411

16082
8929

20992
12368

20456
11500

24900
12880

69698
9720

60790
9454

13784
7620

17914
9365

16863
8552

22064
10105

740

1167

991

1381

1549

1582

Lon Distance Free calls consist of Attome and Bailbond calls.

Local Attempted
Calls
Local Com lete Calls
Long Distance Free
Calls

Local Attempted
Calls
Local Com lete Calls
Long Distance Free
Calls

Local Attempted
Calls
Local Com lete Calls
Long Distance Free
Calls

Local Attempted
Calls
Local Com lete Calls
Long Distance Free
Calls

Local Attempted
Calls
Local Com lete Calls
Long Distance Free
Calls

RFP # 2008-2000-7549

,

8

Local Attempted
Calls
Local Complete Calls
Long Distance Free
Calls

Local Attempted
Calls
Local Com lete Calls
Long Distance Free
Calls

Local Attempted
Calls
Local Com lete Calls
Long Distance Free
Calls
~

24349
10962

23056
10580

25670
11198

28481
12580

27265
12135

24648
10630

1063

1393

1286

1654

1304

1322

38510
18297

20346
9625

42768
18707

47774
20701

52868
22804

47974
20940

2313

9630

1967

1967

2436

2040

2783
1452

4059
2214

4066
1973

7431
3929

8545
4244

5506
2654

9671
3843

8607
4164

7600
3699

6985
3479

6338
3012

7324
3416

328

437

351

289

429

487

16796
8018

23469
8773

15363
7022

17205
7891

15459
7056

23154
9366

2793

2083

2313

2906

2982

3444

57505
25041

71234
27478

53893
22687

75606
27143

80777
24776

84117
28227

126

175

138

350

237

296

...

~

,

Local Attempted
Calls
Local Com lete Calls
Long Distance Free
Calls

Local Attempted
Calls
Local Com lete Calls
Long Distance Free
Calls

Local Attempted
Calls
Local Com lete Calls
Long Distance Free
Calls

RFP # 2008-2000-7549

9

Local Attempted
Calls
Local Com lete Calls
Long Distance Free
Calls
~

115363
49006

113108
48921

97876
42807

109065
46296

101436
41517

102322
42708

16870
4914

21152
5939

18574
4571

15304
5482

16315
4729

10827
4042

983

1268

1515

1061

1323

1131

I

Local Attempted
Calls
Local Com lete Calls
Long Distance Free
Calls

Long Distance Free calls consist of Attorney and Bailbond calls.

RFP # ?OOR-?OOO-7'i4C)