Skip navigation

ID Contract Invitation to Bid 2001

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

RFB

f"

https:/lbasec.sicomm.netlperegistrati
I

(,

\.cy_id=AOOOOOOOOO 11 &rfbip_nbr=B200100 1163

State of Idaho AOOOOOOOOOII

t.····"'.·
. ... ~~::o~~v~:~;n
.

of Purchasing

PO Box 83720
Boise ID, 83720-0075

Invitation to Bid
Amendment 05
( Click to Review Prior Amendment Reasons)

ScrollDown

Mon Oct 2908:41:19 Gl\'IT-0800 (PST) 2001

Requistion Nbr: REQ01467
Document Nbr: PREQI881

RFB Nbr: ITB01l63
Reference Number: CORR

RFB Amendment Change Bid Opening Date. Ammend test of RFP and answer questions
Reason: submitted by bidders by attachment.
RFB Date of Issue:
MON OCT 29, 2001 09:39:17 A~I ]\lIST
Delivery Point: CORR
Name I: Dept of Corrections
Name 2:
Name 3:

RFB CLOSING (Due) Date:
Thu Nov 15 14:00:00 Gl\tIT-0800 (PST) 2001

Address I: 1299 N Orchard, Suite 110
Address 2:
City, State & Zip: Boise,ID 83706

Contact Person: LYLE GESSFORD
Phone Nbr: 208.327.7115
Fax Nbr: 208.327.7320
Email Address:lgessfor@adm.state.id.us
Buyer: LYLE D. GESSFORD
Phone Nbr: 208.327.7115
Email Address:lgessfor@adm.state.id.us

o
o

InmatePhoneRFP.doc
Inmateattchl.doc

iJ.CWiC€4bU;;;:::::;:M;X;; ,. ,."

n w. c.:;:;:;.w. .W»Q'

Fax Nbr: 208.327.7320

~

RFB

,

https:/lbasec.sicomm.netlperegistrationl...cy_id=AOOOOOOOOOII &rfbip_nbr=B2001001163

(

RFBFILE
ATTACHMENTS
8 file(s) found.

o
o

o

o
o
o

Inmateattach2.xls
Inmateattach3.xls
TourItinerary.doc
TourItinerary2.rtf
Inmateattach4.xls
ITB01163QA.rtf

SPECIAL INSTRUCTIONS

1:

STAI'fDARD TERMS AND CONDITIONS: The State's Conditions
& Instructions to Vendors are hereby incorporated by reference into
this solicitation as if set forth herein in their entirety, and are located
on the Internet at www2.state.id.us/admlpurchasing. The Conditions
& Instructions to Vendors shall apply to this solicitation and the State
of Idaho Standard Contract Terms & Conditions shall apply to any
contract resulting from this solicitation. Failure by any submitting
vendor to obtain a copy of such shall in no way constitute or be
deemed a waiver by tbe State of either document, or any part of
them. No liability will be assumed by the Division of Purchasing for a
submitting vendor's failure to consider the Terms & Conditions in its
response to the solicitation.

2:

The undersigned hereby offers to sell to the State of Idaho the
specified property and/or services, if this quotation, bid, or proposal
(response) is accepted within a reasonable time from the date of
closing, at the price shown in our response and under all the terms
and conditions contained in, or incorporated by reference into the
State of Idaho's solicitation. Submission of a response to the State of
Idaho constitutes and shall be deemed an offer to sell to the State of
Idaho the specified property and/or services at the price shown in the
response and under the State's Terms and Conditions. As the
undersigned, I also certify I am authorized to sign this response for
the submitting vendor and the response is made without connection
with any person, firm, or corporation making a response for the same
goods and/or services and is in all respects fair and without collusion
or fraud.

3:

INSURANCE: Within five days of notification of award, the
apparent successful bidder will provide certificates of the insurance
required by the specifications naming the State of Idaho as co-insured
and will maintain the insurance during the life of the contract. There
will not be provisions for exceptions to this requirement. Failure to
provide the certificates of insurance within the 5 day period may be
cause for your bid to be declared non-responsive.
1. Worker Compensation Insurance in amounts as required by
statute.

https:llbasec.sicomrn.netiperegistrationl... cr-id=AOOOOOOOOO II &rfbip_nbr-B200 1001163

RFB

{

2. General Liability Insurance in the amount ofS500,OOO.
The certificate must contain a provision that the insurer will not
cancel or refuse to renew the policy, or change in any material way
without 30 days prior written notice by certified or registered mail,
receipt requested.
BEST AND FINAL OFFERS: The State may, at its sole option, either
accept a bidders initial proposal by award of a contract or enter into
discussions with bidders whose proposals are deemed to be
reasonably susceptible of being considered for award. Bidders should
submit their best proposals initially as there is no guarantee the State
will conduct discussions. During the initial evaluation process,
bidders proposals deemed incapable of meeting the scope and needs
of the RFP in a satisfactory manner may be removed from further
consideration during any best and final offer phase. During the
evaluation phase and any discussions conducted, adequate
procedures will be used to ensure that the contents of the bidders
proposals are kept under strict security and disclosure of any
information from competing proposals is prohibited. If discussions
are deemed necessary, they may be used to determine in greater detail
the bidders qualifications, explore with the bidder the scope and
nature of the project, determine that the bidder will make available
the necessary pe.-sonnel and facilities to perform within the required
time, or discuss compensation which is fair and reasonable. The
primary purpose of any such discussions will be for clarification to
assure full understanding of, and responsiveness to, the solicitation
requirements. The State will schedule a time for the discussions and
provide a date and time for receipt of best and final offers. If during
discussions there is a need for clarification or change of the RFP it
shall be amended to incorporate such clarification or change. Bidders
will be accorded fair and equal treatment with respect to any
opportunity for discussions and revisions of proposals. If the bidder
does not submit a notice of withdrawal or a best and final offer, once
a date and time has been established for receipt of best and final
offers, the bidders initial or immediate previous offer will be
construed as its best and final offer.

4:

Vendors submitting response to this RFP must download the RFP
document with all attachments and respond to the Division of
Purchasing no later than the stated date and time. Responses must be
in hard copy and signed with original signature, in ink.
NEGOTIATIONS: The State may, following receipt and evaluation
of bids or proposals and any allowed Best and Final Offer
procedures, negotiate with the apparent low responsive and
responsible bidder. Prior to authorizing negotiations the
Administrator, Division of Purchasing, shall determine in writing
that negotiations may be in the best interest of the State. In addition
to any other negotiation criteria described in the specifications, the

5:

.n/"'\n'.... "n1 n.' ..... ", .•

of"
"\

& t de..... ;j!(CQ:;:::::S;;::;::iMQ ,

11 d ...

. &,.W

.J

Wn:;gd. __

.dilll

M;;&::4 ..

(k\MJ",..,$"""t&&Zt«S;W:W:XWP."·

https:IJbasec.sicomm.netlperegistrationl...cy_id=A00000000011 &rtbip_nbr=B200 I001163

(
State may, for example, negotiate to ensure the vendor has a clear
understanding of the scope of work required and requirements that
must be met, ensure that the vendor will make available the required
personnel and facilities to satisfactorily perform the contract, or
agree to any clarifications regarding scope of work or other contract
terms. During negotiation, adequate procedures will be used to
ensure that disclosure of any information, including price, from
competing proposals is not revealed. If negotiations are unsuccessful,
they shall formally be terminated and the State may undertake
negotiations with the next ranked vendor.

RFB Terms:
Discount Terms:
.0

Terms Text:
_ _ _.....II
example: 5.25% /30 net 31 days = 30 net 31

I

example: 5.25% = .0525

Note: Discount and Terms pertain to each item on this Request for Bid.
Changing the amount changes it for ALL items previously submitted.

RFB Items:
Hl'm Number:

RFB Nbr: B2001001163

Last Award( INFORMATION AVAILABLE WITH PRODUCTIVITY SERVICE)
Terms:
Awarded To:

Quantity:
5

Quantity:

UOM:

Price: $

Date:

Commodity Code:
915-77-

Unit of Measure:
YEAR

Description:
Inmate Phone Service Dept of Correction

Item 001
Response
Unit Price in US DOLLARS and CENTS: $

_

Changes to the Inmate Phone RFP.
The RFP Closing (DUE) Date is changed to 2:00 PM MST, November 15, 2001. All
bids must be received and date/time stamped on or before that date and time. All
bids are to be received at the State of Idaho, Division of Purchasing, 5569 Kendall
Street, Boise, Idaho 83706-1231 .
Add at the end of section 5.3.23 the following paragraph.
INSURANCE: Within five (5) days of notification of award, the apparent successful
bidder will provide certificates of the insurance required by the specifications naming
the State of Idaho as co insurers and will maintain the insurance during the life of the
contract. There will not be provisions for exceptions to this requirement. Failure to
provide the certificates of insurance within the five (5) day period may be cause for
your bid to be declared non-responsive.
1. Worker Compensation Insurance in amounts as required by statute.
2. General Liability Insurance in the amount of $500,000.
The certificate must contain a provision that the insurer will not cancel or refuse to
renew the policy, or change in any material way the thirty (30) days prior written
notice by certified or registered mail, receipt requested.
In section 5.1 Contract Term, change the paragraph to read ''The initial contract term
will be three (3) years from the date of award, with the option for three (3) additional
one (1) year extensions.
In section 3.6.3.1 "Selective Listening/Recording/Playback"
Delete bullet statement 5, "cwc Inmate phones must have the same capabilities as
the Inmate phone system for the Institutions, with the exception of monitoring and
recording. These functions will not be required at the CWCs."
In section 7.1.1 "Department Priorities" paragraph 6, change the last sentence to
read "There will be only one set of rates for the entire Inmate Phone System for
Institutions. Add the following sentences "Submit your proposed rates for calls at
CWCs. These rates will not be used in scoring this RFP. The rates for CWCs may be
changed at any time during the contract. with the approval of the IDOC."
Delete the entire section 3.3.4.2 Inmate Database - Allowed Call Lists
"All systems must be capable of establishing a list of specific telephone numbers for
each inmate (i.e.. each PIN or other identifier) to allow inmates to reach only these
specific numbers. These specific authorizations may not supersede the blanket
restrictions. It must also be possible for a specific institution to not use the authorized
list. It is acceptable to propose the use of speed calling codes.
The establishment and maintenance of these lists will be borne by the Proposer in
communication with the locations electing to utilize such lists. Presently the ICC is the
only location using Allowed Call Lists.

- ....." Jt C,A u:;:;:::;;;;:;;

GJ!(~;:

. .h';.Q.Q.Q.Qi

.iMiQ'&&

"'JlZX" . aM""""'".

,

. AU

• •• •

Q.o.."M.t$4~

• (A • • • • •

. ' ,.".,.,;;;::;:e::;;x:w:::e:~...,. .

.. c.;,o:;;;.'i.Q..tJ%31&t4.,

(,(, (.c. 6.t3.o:&k&J~,~ .

;::v·"

Describe your inmate database functions and the entire process ofadministering the
database in detail. How many authorized numbers per inmate will be included? Can
some locations bypass the inmate database while others use it? Does the system
use speed calling?"
In section "3.5.2 Functions Controllable by Institution"
Delete bullet statement 4, "Allowed Call Usts."
Delete 5.3.21. Liquidated Damages
Section 7.1. Cost Basis, section 7.1.1 paragraph 5. Change to read as follows
"These rates will be fixed for the initial term (thirty six months) of the contract.

Inmate Phone RFP Questions and Answers
1.5.1 Evaluation Categories and Weighs
Evaluation Criteria:
Section 7, Price:

600 points

1. Question: What is the basis for awarding points for the Price category?
Answer:

The price is based on the calling rates for institutions.

2. Question: Can vendors submit a separate call cost for the CWCs? Per our
discussion at the pre-bid meeting, it is impossibie to guarantee the single rate when
residents of the CWCs are allowed to purchase calling cards which bypass the
vendor's lines.
Answer: Yes, submit separate call rates for each CWC. Call rates
established for CWCs will not be considered for cost evaluation.
3. Will the PIN requirement for CWCs be removed from the bid?
Answer:

Yes, there is no PIN requirement for CWC Inmates.

Functional and Technical Requirements
4. Question: Specific call set-up requirements are specified that may result in the
elimination of one or more call control vendors. These requirements do not
appear to be necessary to the 10 DOC's bid requirement. Can they be modified to
be a more generally accepted version of the same feature?

Answer.

Yes, please detail in your proposal.

5. Question: "Options of communicating in either English or Spanish, as selected by
the called party" - generally the language is selected by the calling party.
Answer.

The Calling party will select the language.

6. Question: "Option to bypass the calling rates function by being prompted to dial a
single digif - normally, the called party is either automatically played the rate or
given the option to hear the rates by dialing a single digit. What does the IDOC
require?
Answer. The called party must be automatically played the rates. After
this message, they can be told in the future to dial a single digit to bypass
the calling rate message.
7. Follow up question: Would it be acceptable to play the rate at every call?
Answer.

Yes, please detail this in your proposal.

3.2.2.Grade of Service
All telephone lines installed must be able to provide simultaneous service
at all times, with no blockages at the network level due to insufficient
access, processing capacity, database interaction or any other limitation of
provider equipment or services. Further, the network must provide at least
P.005 Grade of Service during any month across all types of calls.
8. Question: The public switched network is only held to a standard of P.01 grade of
service (although this standard is routinely surpassed). How can the 10 DOC
hold inmate vendors to a higher standard than the network on which the
equipment performance relies?
Answer:

We can't. A standard of GOS of at least .01 is required.

Authorized Calls By Inmates
3.3.1.Collect, Outbound Calls Only
Only collect or debit system, station-to-station, outbound calls may be
allowed from any telephone with no exceptions. This includes local, intraLATA, inter-LATA, inter-State. The expectation is that the Proposer will
carry all inmate traffic via a single network.
9. Question: Please explain the intent of "carry all inmate traffic via a "single
network",

Answer. The system must be a facilities based inter-exchange carrier
possessing its' own infrastructure.
10. Question: Does all inmate traffic have travel via a single network?
Answer. No. as long as it doesn't affect the service or rate. Please detail
your plan in your proposal.
3.3.2.CWC Inmate Telephones
Collect. coin operated. calling card, station-ta-station. outbound calls may
be allowed from any CWC Inmate telephone. This includes local, intraLATA, inter-LATA, inter-State. No recording or monitoring device is
required for CWC Inmate telephones.
3.3.3.Blanket Restrictions
'Wild-Card Numbers" - allowing all callers to dial specific, approved
telephone numbers regardless of location or any other restrictions.
Although any offender call these numbers, the calls are still subject be
being recorded and monitored and will appear in call detail recordings.
11. Question: Please explains "wild card numbers" with an example. The
explanation associated with this phrase is not the typical use of ''wild card".
Answer. A wild-eard number is a phone number that for some reason
you would want all inmates to have access to.
12. Follow up Question: Can speed dial numbers be used for this?
. Answer.

Yes.

3.3.4.Specific Authorizations
3.3.4.3.Specific Calling Restrictions
Whether or not an inmate database is used, it must be possible to block
calls by specific identifiers, to block groups of identifiers from placing calls
from specific telephones or groups of telephones, etc.
13. Question:
Please clarifies this first sentence. If there is no inmate PIN in
use (is this what is meant by "inmate database?"), how is it possible to block calls
"by specific identifiers"?
Answer.

A PIN or other identifier will be used for all Inmates.

(

(

3.4.Acceptance of Calls By Called Parties
3.4.4.Bilingual Announcements
Inmate and called parties must be able to select the use of Spanish or
English for all announcements.
14. Question:
Does this imply that one party might hear one language and the
other a different language? Typically, both the called and calling party hear the
same language for the prompts.
Answer:

The language will be the same for both parties.

3.7 Options
3.7.1.Phone Cards
The proposal must present the department an option of Inmate Telephone
cards for institutions. This will be exclusive of the telephone cards required
for the ewcs.
15. Question:

What kind of phone cards are allowed at the CWCs?

Answer: Phone cards that can be purchased at places such as
Albertsons, the post office, and any other vendor that is approved by the
work center management.
Support Requirements
4.6.2.Consulting
Contractor will provide additional consulting services to the Department of
individual site regarding inmate telephone service. as requested.
16. Question:
What is meant by the definition of consulting service? Would
services be limited to DOC inmate system only?
Answer:

The IDOC Inmate phone system only.

17. Question:
Attachment 1: Is the revenue represented on this attachment a
full year view or some other period? If this is the total annual revenue from this
account, the franchise fee specified represents a 64% commission at today's rate.
Is this a valid assumption?

..

£,6.1. ,.....

U

Z;;;;::"MA"," ...

.W..... QIQiQiQi

L,SH ...Q.Q.Q.QiQ.&JZ. iX.S.SJ """"'"

..Cia.

.< ••• ,c..... Q.Q.QiWii

':.

(

Answer:

A new attachment has been added with all of the call data.

18. Question:
Attachment 2: ICC is indicated on the attachment as a CCA
facility. Typically, CCA procures their own inmate call control equipment. Please
confirm that 10 DOC intends to include this CCA facility in the requirement for this
bid and no other payment than the franchise fee indicated will be required to the
CCA facility.
Answer: ICC is a State of Idaho Owned facility. It is part of the current
Inmate Phone Contract and will be a part of this contract.

1.1.3 Project Background: The RFP states "This includes providing...and
in some cases international calling." In Section 3.3.3, Blanket Restrictions
the RFP states, "The system must be able to establish blanket restrictions
for all calls in the institution including but not limited to the following:
International calls."
Question: Will the state please clarify whether international collect calls will
be allowed or blocked?
Answer:

International calls will be must be available for each institution.

19. Question:
1.1.3 Project Background: Please further define "network-based
call detail recording" as described in paragraph 1.
Answer: Each institution has premise-based ability to access call detail
recording and is equipped to do "real-time" call monitoring and records all
calls (other than properly placed attorney calls) which originate on their
system.

20. Question:
1.1.3 Project Background: Please further describe the type of
Attorney number database that is required by the State and the vendor's
administrative requirements. Will the vendor be responsible for verification of
Attorney number(s)?
Answer: T-NETIX has a database of all attorneys in the area, and when
someone requests an add, that number is verified by T-NETIX and then
added to the attorney list. Then the database is store in the T-NETIX
system so that calls aren't recorded and are free for local attorney calls.
Vendors do not have to verify Attorney numbers.

21. Question:
1.1 Purpose and Scope: Does the State currently have any new
facilities planned for construction? If yes, what is the projected time frame?

Answer: The IDOC is planning to construct a new CWC in north Idaho.
Construction could start next year. An addition of 400 beds to PWCC is in
the early planning stages. Construction is years away.
22. Question:
1.1 Purpose and Scope: Because most vendors file an FCC
Tariff for InterState rates and this tariff is reviewed and approved by the FCC. will
the State consider amending it's base tenn fixed rate requirement to include
Local, IntraLata and InterlatallntraState rates only?
Answer.

No.

23. Question:
Purpose and Scope: With regard to the additional CWC
facilities that will be added to the contract, Twin Falls and East Boise, will the
State please provide calls and minutes of use?
Answer. The infonnation we have available to us is for the last 90 days
at East Boise. Total minutes: 55.867 Est. number of calls 7,373.
24. Question:
Is the existing inmate telephone station cabling currently in
good condition and good worldng order?
Answer.

Yes

25. Question:
Do any of the correctional institutions or CWCs have any known
existing inmate telephone cabling related quality issues such as rf noise, ground
hum or static? If yes, please identify those facilities and the extent of the problem.
Answer.

None have a history of this problem.

26. Question:
3.1.3 TOO: will tdd calls be required to be processed through
the call control system? Is live operator access available to users of the TOO
platform? Does the state have any restrictions to the platform?
Answer:

No, just provide the TOO phones.

27. Question:
3.1.6 privacy and noise control: does the state require inmate
telephones to be equipped with volume control?
Answer.

Yes.

28. Question:
3.3.4.4Attomey Calls: Will the state accept additional digits
dialed for Attomey calls rather than selective allow for 3way calling?
Answer.

Yes. please detail it in your proposal.

29. Question:
3.3.5.2 Which facilities and/or existing inmate telephone
locations do not currently have manual cut-off switches?
Answer:

None

30. Question:
3.6.3 Monitoring and recording requirements: with regard to
bullet item 3, please confirm that the state does not expect the capability to
monitor all phones simultaneously but does want capability to record all phones
simultaneously.
Answer:

This is correct.

31. Question:
4.2.7 Initial Training: Does the State expect classroom type
training for the general inmate population, complete with Certificates of
completion?
Answer:

List in your proposal the type of training you will provide.

32. Question:
Section 3.1.1 Will the incumbent vendor be required to
replace the existing inmate telephones should the contract be awarded to the
incumbent?
Answer:

Yes

33. Question:
Section 3.1.4 Will the incumbent vendor be required to
replace the existing ITS equipment with new equipment as described in this
section should the contract be awarded to the incumbent?
Answer:

Yes

34. Question:
Section 3.2.2 Will the state clarify the meaning of the phrase
"simultaneous service"? Does this statement preclude line concentration
and if so will the P.005 GOS requirement be removed?
Answer: No, line concentration may be used if it can be demonstrated
that the Inmate phone service is not adversely affected.
35. Question:
Answer:

Section 3.3.4 Will PINs be used at any or all facilities?
PINs will be used at all locations.

36. Question:
Section 3.3.4.4 There is considerable risk of fraud to allow
inmate calls to be transferred by a secretary, or anyone. Would the state consider
removing this requirement?
.

,

"

Answer:

Yes, please list your alternative in your proposal.

37. Question:
Section 3.3.1 Does the state intend to set up a debit calling
system for inmates during the life of this contract?
Answer. This IDOC may use a debit card system, vendors should submit
this as an option.
38. Question:
3.1.3: How many TOO's (number of units) are required today
and where?
Answer:
39. Question:
located?
Answer.
40. Question:

Three (3), SAWC, ISCI, and IMSI
How many phones are coin phones and where are they

All of the CWC's, See attachments.
Is IMSI considered the "Central Site"?

Answer. No, each institution has a Central Location where monitoring is
required (Le. control room).
41. Question:
3.6.4 Does the DOC require a separate monitoring site
anyplace other than the "Central Site"?
Answer. Each institution must have monitoring capabilities at one
location, usually in the control room.
42. Question:.
1.2 Where is the Central Control Location? (City,
Facility if any)
Answer. The IDOC Central Office is located in Boise, at 1299 North
Orchard, each facility has a control room.
43. Question:

3.3.4 Are PINs entered from the Central Control Location?

Answer. Currently PINs are only used at ICC. ICC loads these in the
investigators office. The new RFP requires the vendor to load the PINs.
44. Question:
3.6.4 Will there be investigators located at the Central
Control Location? How Many?
Answer. There is currently one investigator located at the IDOC Central
Office, each facility has their own investigator(s).

45. Question:
Answer:

3.1.7 Is recording required at every facility?
Yes, with the exception of CWCs.

46. Question:
3.1.7 How many days should recorded calls be stored online?
(30,60,90, 180...)
Answer: 60 Days. The Department must be able to copy and store these
records at the Department expense.
47. Question: 3.2.1 What is the average call duration for the facilities?
(15 min., 20,30...)
Answer:

See the attachments.

48. Question:
3.1.7 Will live monitoring be required from the Central
Control Location?
Answer:

No. It may be offered in your proposal, but it is not required.

49. Question:
3.6.4 How many live monitoring stations are requested for
each facility?
Answer:

One.

50. Question: Will more Inmate phones be required at NICI?
Answer:

Yes, a total of21 operational Inmate phones will be required.

5.3.15.
BACKGROUND INVESTIGATION
All Contractor employees and subcontractors must pass a background
investigation conducted by the Department or its designee to be eligible for
engagement by the Contractor within Department facilities. The
Department
will charge the Contractor actual cost for each background check it
conducts
for the Contractor. Such investigation shall be the equivalent of
investigations required of all Department personnel.
51. Question:
Is the State going to charge the Vendor for background checks
for all contractors or only checks specifically requested by the Vendor? What is
the cost of the State background checks?
Answer: All contractor employees who will be working at any IDOC
facility will require an IDOC background check. Currently these cost

approximately $10.00. In the very near future, finger printing and an FBI
check will be required. When these check become mandatory, the cost will
be approximately $50.00.
Section 5.3.23 - Letter of IntentRFP states: The Proposer shall provide a letter of intent, from an
insurance company authorized to do business in the State of Idaho, which
states its intent to insure the Proposer pursuant to the terms of the
contract.
52. Question:
Would a performance bond satisfy the state's intent in this
requirement? If so, please provide the bond amount required by the State. If not,
will the state please provide clarification on what type of letter is needed?
Answer. 5.3.23 Letter of Intent, is a convenience to all bidders allowing
them the capability of guaranteeing the state that the required amounts of
insurance are either already in place by some sort of blanket policy or they
can in fact be obtained upon award of a contract. The actual minimum
requirements for insurance were inadvertently omitted from the RFP and
will be added with the addendum answering the questions ask. A
performance bond will not be accepted in leu of either the actual insurance
or letter stating that the bidder can obtain the required insurance.
53. Question: Are all attorney calls free?
. Answer:

Only local attorney calls.

54. Question: Is the State going to charge the Vendor for background checks for all
contractors or only checks specifically requested by the Vendor? What is the cost
of the State background checks?
Answer: All contractor employees who will be working at any IDOC
facility will require an IDOC background check. Currently these cost
approximately $10.00. In the very near future, finger printing and an FBI
check will be required. When these check become mandatory, the cost will
be approximately $50.00.
55. Question: Would it be acceptable to offer an alternative to requirements of the
RFP?
Answer: Yes, first list your response to the requirement, and than list
your alternative, but you must answer the requirement.
56. Question: What is the number of Inmates processed through RDU on an average
month?
Answer. 280 a month.

.

RFB

hltpS:/lbascc.sicomm.netlperegistralion/...CLid=AOOOOOOOOO II &rfbip_nbr=B200100116:

(

(

State of Idaho AOOOOOOOOOII
.
' :• .
.. Idabo Division of Purcbasing
;
I .'
5569 Kendall
t6
.
PO Box 83720
Boise ID, 83720-0075

Invitation to Bid
Amendment 04
( Click to Review Prior Amendment Reasons)

I

Thu Oct 0407:16:36 GMT-0700 (gmt) 2001

RFB Nbr: ITB01163
Reference Number: CORR

ScrollDown

Requistion Nbr: REQ01467
Document Nbr: PREQ1881

RFB Amendment Add additional calling information as attachment. Add "Best and Final"
Reason: clause. Add "Negotation Clause".
RFB Date of Issue:
THU OCT 04, 2001 08:10:48 AM MST
Delivery Point: CORR
Name 1: Dept of Corrections
Name 2:
Name 3:

RFB CLOSING (Due) Date:
Thu Nov 01 17:00:00 GMT-0700 (gmt) 2001

Address 1: 1299 N Orchard, Suite 110
Address 2:
City, State & Zip: Boise, ID 83706

Contact Person: LYLE GESSFORD
Phone Nbr: 208.327.7115
Fax Nbr: 208.327.7320
Email Address:lgessfor@adm.state.id.us
Buyer: LYLE D. GESSFORD
Phone Nbr: 208.327.7115
Email Address:lgessfor@adm.state.id.us

RFBFILE
ATTACHMENTS
7 file(s) found.

of4

o
o
o
o
o

InmatePhoneRFP.doc
Inmateattchl.doc
Inmateattach2.xls
Inmateattach3.xls
TourItinerary.doc

Fax Nbr: 208.327.7320

RFH'

•

https:/lbasec.sicomm.net/peregistrationl...cyjd=AOOOOOOOOO II &rfbip_nbt=B200 100116

I

(

o
o

TourItinerary2.rtf
Inmateattach4.xls

SPECIAL INSTRUCTIONS

1:

STANDARD TERMS AND CONDITIONS: The State's Conditions
& Instructions to Vendors are hereby incorporated by reference into
this solicitation as if set forth herein in their entirety, and are located
on the Internet at www2.state.id.us/admlpurchasing. The Conditions
& Instructions to Vendors shall apply to this solicitation and the State
of Idaho Standard Contract Terms & Conditions shall apply to any
contract resulting from this solicitation. Failure by any submitting
vendor to obtain a copy of such shall in no way constitute or be
deemed a waiver by the State of either document, or any part of
them. No liability will be assumed by the Division of Purchasing for a
submitting vendor's failure to consider the Terms & Conditions in its
response to the solicitation.

2:

The undersigned hereby offers to sell to the State of Idaho the
specified property and/or services, if this quotation, bid, or proposal
(response) is accepted within a reasonable time from the date of
closing, at the price shown in our response and under all the terms
and conditions contained in, or incorporated by reference into the
State of Idaho's solicitation. Submission of a response to the State of
Idaho constitutes and shall be deemed an offer to sell to the State of
Idaho the specified property and/or services at the price shown in the
response and under the State's Terms and Conditions. As the
undersigned, I also certify I am authorized to sign this response for
the submitting vendor and the response is made without connection
with any person, firm, or corporation making a response for the same
goods and/or services and is in all respects fair and without collusion
or fraud.
BEST AND FINAL OFFERS: The State may, at its sole option, either
accept a bidders initial proposal by award of a contract or enter into
discussions with bidders whose proposals are deemed to be
reasonably susceptible of being considered for award. Bidders should
submit their best proposals initially as there is no guarantee the State
will conduct discussions. During the initial evaluation process,
bidders proposals deemed incapable of meeting tbe scope and needs
of the RFP in a satisfactory manner may be removed from further
consideration during any best and final offer phase. During the
evaluation phase and any discussions conducted, adequate
procedures will be used to ensure that the contents of the bidders
proposals are kept under strict security and disclosure of any
information from competing proposals is prohibited. If discussions
are deemed necessary, tbey may be used to determine in greater detail

of4

,

https:/lbasec.sicomm.net/peregistration/...cy_id=AOOOOOOOOO II &rfbip_nbr=B200 I00 116

RFB

(

3:

(
the bidders qualifications, explore with the bidder the scope and
nature of the project, determine that the bidder will make available
the necessary personnel and facilities to perform within the required
time, or discuss compensation which is fair and reasonable. The
primary purpose of any such discussions will be for clarification to
assure full understanding of, and responsiveness to, the solicitation
requirements. The State will schedule a time for the discussions and
provide a date and time for receipt of best and final offers. If during
discussions there is a need for clarification or change of the RFP it
shall be amended to incorporate such clarification or change. Bidders
will be accorded fair and equal treatment with respect to any
opportunity for discussions and revisions of proposals. If the bidder
does not submit a notice of withdrawal or a best and final offer, once
a date and time has been established for receipt of best and final
offers, the bidders initial or immediate previous offer will be
construed as its best and final offer.
Vendors submitting response to this RFP must download the RFP
document with all attachments and respond to the Division of
Purchasing no later than the stated date and time. Responses must be
in hard copy and signed with original signature, in ink.

4:

of4

NEGOTIATIONS: The State may, following receipt and evaluation
of bids or proposals and any allowed Best and Final Offer
procedures, negotiate with the apparent low responsive and
responsible bidder. Prior to authorizing negotiations the
Administrator, Division of Purchasing, shall determine in writing
that negotiations may be in the best interest of the State. In addition
to any other negotiation criteria described in the specifications, the
State may, for example, negotiate to ensure the vendor has a clear
understanding of the scope of work required and requirements that
must be met, ensure that the vendor will make available the required
personnel and facilities to satisfactorily perform the contract, or
agree to any clarifications regarding scope of work or other contract
terms. During negotiation, adequate procedures will be used to
ensure that disclosure of any information, including price, from
competing proposals is not revealed. If negotiations are unsuccessful,
they shall formally be terminated and the State may undertake
negotiations with the next ranked vendor.

https:/lbasec.sicomm.net/peregistrationl...cy id=AOOOOOOOOO II &rfbip nbr=B200 I00 116:

RFIt

(-

-

RFB Terms:
Terms Text:

Discount Terms:
.0
1

____I

example: 5.25% = .0525

example: 5.25% / 30 net 31 days = 30 net 31

Note: Discount and Tenns pertain to each item on this Request for Bid.
Changing the amount changes it for ALL items previously submitted.

RFB Items:
nFB Nhr: B200100116J

Item Numher:

Last Award( INFORMATION AVAILABLE WITH PRODUCTIVITY SERVICE)
Terms:

DOM:

Quantity:

Date:

Awarded To:

Quantity:
5

Price: $

Unit of Measure:
YEAR

Commodity Code:
915-77-

Description:
Inmate PhQne Service Dept of Correction

Item 001
Response
Unit Price in US DOLLARS and CENTS: $

_

G

Comments:

Upload a File:
Upload / Manage RFB attachments as is required by reclicking.

o

r Print

Submit Response

OCopyright 1998, 1999.2000 SiCommNet, Inc. All rights reserved.

lof4

InlnAl"lnnl 0."11 . " ,

2000 IDAHO DOC INMATE PHONE MESSAGES AND MINUTES
LOCAL

MESSAGES
209,442.00

MINUTES
4,098,760.00

INTRALATA

85,866.00

143,296.10

INTERLATA

61,379.00

704,152.00

INTERSTATE

86,256.00

1,033,172.00

INTERNATIONAL

751.00

11,592.00

"Additional Information regarding total traffic by call and time for the year 2000.

.1

State of Idaho A00000000011
" . Idaho Division of Purchasing
~
5569 Kendall
'J6
'
' PO Box 83720
Boise ID, 83720-0075

Invitation to Bid
03

I,.

Fri Sep 14 09:24:58 GMT-0700 (gmt) 2001

ScrollDown

Requistion Nbr: REQ01467
Document Nbr: PREQ1881

RFB Nbr: ITB01163
Reference Number: CORR

As a result of the terrorist incident on the east coast, the bid closing date is
RFB Amendment extended to November 1, 2001 and the tour and prebid conference
Reason: schedule is change as reflected in the new attachment (TourItinery2.doc)
of this RFB document.
RFB Date of Issue:
FRI SEP 14, 200110:22:07 AM MST
Delivery Point: CORR
Name 1: Dept of Corrections
Name 2:
Name3:

RFB CLOSING (Due) Date:
Thu Nov 01 17:00:00 G~IT-0700 (gmt) 2001

Address 1: 1299 N Orchard, Suite 110
Address 2:
City, State & Zip: Boise, ID 83706

Contact Person: LYLE GESSFORD
Phone Nbr: 208.327.7115
Email Address:lgessfor@adm.state.id.us
Buyer: LYLE D. GESSFORD
Phone Nbr: 208.327.7115
Email Address:lgessfor@adm.state.id.us

o

lof4

InmatePhoneRFP.doc

Fax Nbr: 208.327.7320

Fax Nbr: 208.327.7320

FI:$

RFBFILE
ATTACHMENTS
6 file(s) found.

o
o
o
o

o

Inmateattch1.doc
Inmateattach2.xls
Inmateattach3.xls
TourItinerary.doc
TourItinerary2.rtf

SPECIAL INSTRUCTIONS

1:

2:

STANDARD TERlVIS AND CONDITIONS: The States Conditions &
Instructions to Vendors (trBASECstdBidTrms.doc - Rev 7/1101) are
hereby incorporated b~' reference into this solicitation as if set fOJ1h
herein in their entirety. The States Conditions & Instructions to
Vendors and the State of Idaho Standard Contract Terms &
Conditions are located on the Internet at
www2.state.id.us/admlpurchasing or by contacting the Division of
Purchasing at 208-327-7465 to obtain a copy. Failure by any
submitting vendor to obtain a copy of such from the internet or from
the Division of Purchasing shall in no way constitute or be deemed a
waiver by the State of either the Conditions & Instructions to Vendors
or the State of Idaho Standard Contract Terms & Conditions, or any
part of them. The Conditions & Instructions to Vendors shall apply to
this solicitation and the State of Idaho Standard Contract Terms &
Conditions shall apply to any contract resulting from this solicitation.
No liability will be assumed by the Division of Purchasing for a
submitting vendors failure to obtain the Terms & Conditions in a
timely manner for use in the submitting vendors response to this
solicitation or any other failure by the submitting vendor to consider
the Terms & Conditions in its response to the solicitation.

The undersigned hereby otIers to sell to the State of Idaho the specified
property and/or services, if this quotation, bid, or proposal is accepted
within a reasonable time from the date of closing, at the price shown in
our quotation, bid, or proposal and under all the terms and conditions
contained in, or incorporated by reference into the State of Idahos
solicitation. The State of Idaho Standard Contract Terms and
Conditions are located on the internet at the Idaho Division of
Purchasing web site at: http://www2.state.id.us/admlpurchasing or are
available through contact to the Division office at 208-327-7465.
Submission of a quotation, bid, or proposal to the State of Idaho
constitutes and shall be deemed an offer to sell to the State of Idaho the
specified property and/or services at the price shown in the quotation,
bid, or proposal and under the States Terms and Conditions. As the
undersigned, I also certify I am authorized to sign this quotation, bid,
or proposal for the submitting vendor and the quotation, bid, or
proposal is made without connection with any person, firm, or
corporation making a quotation, bid, or proposal for the same goods
aod/or services aod IS in all respects fair and without collusion or

·-..,.. -

fraud.
Vendors submitting response to this RFP must download tbe RFP
document witb all attachments and respond to tbe Division of
Purchasing no later tban tbe stated date and time. Responses must be
in ba.·d copy and signed with original signature, in ink.

3:

RFB Terms:
Terms Text:

Discount Terms:
.0

.. I

I

example: 5.25% = .0525

example: 5.25% / 30 net 31 days = 30 net 31

Note: Discount and Tenns pertain to each item on this Request for Bid.
Changing the amount changes it for ALL items previously submitted.

RFB Items:
Item Number:

RFB Nbr: B2001001163

Last Award( INFORMATION AVAILABLE WITH PRODUCTIVITY SERVICE)
Terms:
Awarded To:

Quantity:
5

Quantity:

UOM:

Price: $

Date:

Unit of Measure:
YEAR

Description:
Inmate Phone Service Dept of Correction

Item 001
Response
Unit Price in US DOLLARS and CENTS: $

lof4

-----

Commodity Code:
915-77--

(

Inmate Telephone System ITB 01163
Site Tours & Pre-Bid Conference
September17 through September 21,2001

Tim Higgins of the Division of Prisons will provide escort for vendors into the correctional
facilities and will guide the tours. Please FAX or e-mail him a list of all individuals who
plan on attending no later than September 12, 2001. There are no airports in many of
the cities where the facilities are located. Sufficient time has been allotted to allow
vendors to drive between the tour sites. A list of hotels has been provided in the areas
where the tours will take place for your convenience.
Monday. October 15. 2001
1030 - 1130 hours
1400 - 1600 hours

Tuesday. October 16. 2001
0900 - 1000 hours
1200 - 1300 hours

Site tour - Twin Falls Community Work Center (CWC-D
(516 Washington Street South, Twin Falls (208) 736-3095)
Site tour - Pocatello Women's Correctional Center (PWCC)
(1451 Fore Road, Pocatello (208) 236-6360)

Site tour - Idaho Falls Community Work Center (CWC-IF)
(3955 Bombardier Ave, Idaho Falls (208) 525-7143)
Site tour - St. Anthony Work Camp (SAWC)
(125 North fill West, St. Anthony (208) 624-3775)

Wednesday. October 17 2001
1400 - 1600 hours
Site tour - North Idaho Correctional Institution (NICI)
(Star Route #3, Cottonwood (208) 962-3276)
I

Thursday. October 18.2001
0830 - 1130 hours
Site tour - Idaho Correctional Institution - Orofino (lCI-O)
(Hospital Drive North #23, Orofino (208) 476-3655)
Friday,
0800 0930 1100 1300 -

October 19. 2001 (All Sites Co-located on Pleasant Valley Road, Boise)
0930 hours
Site tour - Idaho Maximum Security Institution (lMSI)
1100 hours
Site tour - South Idaho Correctional Institution (SICI)
1230 hours
Site tour - Idaho State Correctional Institution (ISCI)
1700 hours
Pre-Bid Conference Session (ISCI Conference Room)

Points of Contact:
Tim Higgins
Division of Prisons
Work (208) 658-2068
FAX (208) 327-7456
thiggins@corr.state.id.us

Tom Brock
Institutional Services
Work (208) 658-2193
FAX (208) 327-7404
tbrock@corr.state.id.us

(
\

Pocatello Area Hotels
Ameritel Hotel
1440 Bench Road
Pocatello, 1083201
(208) 234-7500

Holiday Inn
1399 Bench Road
Pocatello 10 83201
(208) 237-1400

Best Western Cotton Tree
1415 Bench Road
Pocatello, 10 83201
(208) 237-7650

Super 8 Hotel
1330 Bench Road
Pocatello, 10 83201
(208) 234-0888

Comfort Inn
1333 Bench Road
Pocatello, 10 83201
(208) 237-8155

West Coast Hotel
1555 Pocatello Creek Road
Pocatello Idaho 83201
(208) 233-2200

OROFINO AREA HOTELS

Helgeson Place
Orofino Idaho
(208) 476-5729

Super 8 Hotel
Grangeville Idaho
(208) 983-1002

Konkelville
Orofino Idaho
(208) 476-5584

Monty's Motel
Grangeville Idaho
(208) 983-2500

White Pines
Orofino Idaho
(208) 476-7093

Red Lion
Lewiston Idaho
(208) 799-1000

Boise Area Hotels
Ameritel Hotel
Town Square 7965 Emerald
(208) 378-7000

Double Tree
1800 Fairview Ave.
(208) 344-7691

Best Western Vista Inn
2645 Airport Way
(208) 336-8100

Quality Inn Airport Suites
2717 S. Vista Ave.
(208) 343-7505

Courtyard by Marriott
222 Broadway Ave
(208) 331-2700

Shilo Inn (Airport)
4111 Broadway Ave
(208) 343-7662

RFB

J

{

https:/lbasec.siconun.nellperegisb"ation/...cy_id=AOOOOOOOOO Il&rfbip_nbr=B200 100116

(
State of Idaho AOOOOOOOOOlI
: , ; . '',Idaho
:
Division of Purchasing
~
"
5569 Kendall
C'!
PO Box 83720
Boise ID, 83720-0075

Invitation to Bid
02

Mon Sep 10 11 :36:23 GMT-0700 (PDT) 2001

ScrolJDown

Requistion Nbr: REQ01467
Document Nbr: PREQ1881

RFB Nbr: ITB01163
Reference Number: CORR

RFB Amendment Change RFB Closing Date from Sep 27,2001 to October 11,2001 @ 2:00
Reason: PM MDT.

RFB Date of Issue:
MON SEP 10, 200112:00:00 AM MDT

Delivery Point: CORR
Name 1: Dept of Corrections
Name 2:
Name 3:

RFB CLOSING (Due) Date:
Thu Oct 11 00:00:00 GMT-0700 (PDT) 2001

Address 1: 1299 N Orchard, Suite 110
Address 2:
City, State & Zip: Boise, ID 83706

Contact Person: LYLE GESSFORD
Phone Nbr: 208.327.7115
Email Address:lgessfor@adm.state.id.us
Buyer: LYLE D. GESSFORD
Phone Nbr: 208.327.7115
Email Address:lgessfor@adrn.state.id.us

a

RFB FILE
ATTACHMENTS
5 file(s) found.

.t' •

a

a
a

a

InmatePhoneRFP.doc
Inmateattchl.doc
Inmateattach2.xls
Inmateattach3.xls
Tourltinerary.doc

Fax Nbr: 208.327.7320

Fax Nbr: 208.327.7320

.RF.

1,

https:/lbasec.sicomm.ner/peregistrationl...cyjd=AOOOOOOOOO 11 &rfbip_nbr-8200100 I 16

•

(

(-

SPECIAL INSTRUCTIONS

,;,1

1:

STANDARD TERMS AND CONDITIONS: The States CONDITIONS
AND INSTRUCTIONS TO VENDORS (trBASECstdBidTrms.doc Rev 7/1/01) are hereby incorporated by reference into this solicitation
as if set forth herein in their entirety. The States CONDITIONS AJ.\TD
INSTRUCTIONS TO VENDORS and the STATE OF IDAHO
STANDARD CONTRACT TERi\'IS AND CONDITIONS are located
on the Internet at http://www2.state.id.us/admlpurchasing or by
contacting the Division of Purchasing at 208-327-7465 to obtain a copy.
FAILURE BY ANY SUBl\UTTING VENDOR TO OBTAIN A COpy
OF SUCH FROM THE INTERNET OR FROM THE DIVISION OF
PURCHASING SHALL IN NO "VAY CONSTITUTE OR BE
DEEl\'IED A WAIVER BY THE STATE OF EITHER THE
INSTRUCTIONS AND CONDITIONS TO VENDORS OR THE
STATE OF IDAHO STANDARD CONTRACTTERl\'IS AND
CONDITIONS, OR ANY PART OF THEM. The CONDITIONS AND
INSTRUCTIONS TO VENDORS shall apply to this solicitation and
the STATE OF IDAHO STAl\TDARD CONTRACT TEAAIS AND
CONDITIONS shall apply to any contract resulting from this
solicitation. NO LIABILITY WILL BE ASSUMED BY THE
DIVISION OF PURCHASING FOR A SUBMITTING VENDORS
FAILURE TO OBTAIN THE TERMS AND CONDITIONS IN A
TIl\'IELY MANNER FOR USE IN THE SUBMITTING VENDORS
RESPONSE TO THIS SOLICITATION OR ANY OTHER FAILURE
BY THE SUBMITTING VENDOR TO CONSIDER THE TER1\1S
AND CONDITIONS IN ITS RESPONSE TO THE SOLICITATION.

2:

The undersigned hereby offers to sen to the State of Idaho the specified
property and/or services, if this quotation, bid, or proposal is accepted
within a reasonable time from the date of closing, at the price shown in
our quotation, bid, or proposal and under all the terms and conditions
contained in, or incorporated by reference into the State of Idahos
soli.citation. The State of Idaho Standard Contract Terms and
Conditions are located on the internet at the Idaho Division of
Purchasing web site at: http://www2.state.id.us/admlpurchasing or are
available through contact to the Division office at 208-327-7465.
Submission of a quotation, bid, or proposal to the State of Idaho
constitutes and shall be deemed an offer to sell to the State of Idaho the
specified property and/or services at the price shown in tbe quotation,
bid, or proposal and under the States Terms and Conditions. As the
undersigned. I also certify I am authorized to sign this quotation, bid,
or proposal for the submitting vendor and the quotation, bid, or
proposal is made without connection with any person, firm, or
corporation making a quotation, bid, or proposal for the same goods
and/or services and is in all respects fair and without colJusion or
fraud.

hltps:/ibasec.sicomrn. netlperegistrationl...cr-id=AOOOOOOOOO II &rfbip_nbr-B200 I00'116

(
Vendors submitting response to this RFP must download the RFP
document with all attachments and respond to the Division of
Purchasing no later than the stated date and time. Responses must be
in hard copy and signed with original signature, in ink.

3:

RFB Terms:
Terms Text:

Discount Terms:
.0

_ _ _I

I

example: 5.25% / 30 net 31 days = 30 net 31

example: 5.25% = .0525

Note: Discount and Tenns pertain to each item on this Request for Bid.
Changing the amount changes it for ALL items previously submitted.

RFB Items:
RFB Nhr: B2001001163

Item Numbl'r:

Last Award( NONE FOUND: Primary System Solicitation)
Tenns:

UOM:

Quantity:

Awarded To:

Quantity:

5

Price: $

Date:

Unit of Measure:
YEAR

Commodity Code:
915-77--

Description:
Inmate Phone Service Dept of Correction

Item 001
Response
Unit Price in US DOLLARS and CENTS: $

_

EJ

Comments:
Upload a File:
Upload / Manage RFB attachments as is required by reclicking.

o

I Print
of4

Submit Response

https:/ibasec.sicomm.net/peregiStT8tion/...cy_id=AOOOOOOOOO II &rtbip_nbr=8200 I00 II f
f

State of Idaho AOOOOOOOOOl1
/. •
- . .. Idaho Division of Purchasing
;
.
5569 Ken dall
PO Box 83720
Boise ID, 83720-0075

..

Invitation to Bid
01
Thu Aug 3012:49:11 GMT-0700 (gmt) 2001

I

ScrollDown

Requistion Nbr: REQ0l467
Document Nbr: PREQ1881

~id Conference and Tour Schedule attached as file.
RFB Date of Issue:
THU AUG 30, 2001 01 :47:48 PM MST

Delivery Point: CORR
Name 1: Dept of Corrections
Name 2:
Name 3:

RFB CLOSING (Due) Date:
Thu Sep 27 17:00:00 GMT-0700 (gmt) 2001

Address 1: 1299 N Orchard, Suite 110
Address 2:
City, State & Zip: Boise, ID 83706

Contact Person: LYLE GESSFORD
Phone Nbr: 208.327.7115
Email Address:lgessfor@adm.state.id.us
Buyer: LYLE D. GESSFORD
Phone Nbr: 208.327.7115
Email Address:lgessfor@adm.state.id.us

o

RFBFILE
ATTACHMENTS
5 file(s) found.

o
o
o
o

InmatePhoneRFP.doc
In mateattchl.doc
Inmateattach2.xls
Inmateattach3.xls
Tourltinerary.doc

Fax Nbr: 208.327.7320

Fax Nbr: 208.327.7320

hltps:/lbasec.sicomm.nerJperegistralionJ...cyJd=AOOOOOOOOO 11 &rfbip_nbr-B200 I00

1'£0
,
I

(

(

SPECIAL INSTRUCTIONS

! of4

1:

STANDARD TER.\-IS AND CONDITIONS: The States CONDITIONS
AND INSTRUCTIONS TO VENDORS (trBASECstdBidTrms.doc Rev 7/1/01) are hereby incorporated by reference into this solicitation
as if set forth herein in their entirety. The States CONDITIONS AND
INSTRUCTIONS TO VENDORS and the STATE OF IDAHO
STANDARD CONTRACT TERl"IS Al"JD CONDITIONS are located
on the Internet at http://www2.stateJd.us/admfpurcbasing or by
contacting the Division of Purchasing at 208-327-7465 to obtain a copy.
FAILURE BY ANY SUBMITTING VENDOR TO OBTAlN A COpy
OF SUCH FROM THE INTERN·ET OR FROM THE DIVISION OF
PURCHASING SHALL IN NO \VAY CONSTITUTE OR BE
DEEMED A \VAIVER BY THE STATE OF EITHER THE
INSTRUCTIONS AND CONDITIONS TO VENDORS OR THE
STATE OF IDAHO STANDARD CONTRACT TERl\'IS AND
CONDITIONS, OR ANY PART OF THEM. The CONDITIONS AND
INSTRUCTIONS TO VENDORS shall apply to this solicitation and
the STATE OF IDAHO STANDARD CONTRACT TERMS AND
CONDITIONS shall apply to any contract resulting from this
solicitation. NO LIABILITY WILL BE ASSUMED BY THE
DIVISION OF PURCHASING FOR A SUBMITTING VENDORS
FAILlTRE TO OBTAIN THE TERMS AND CONDITIONS IN A
TIMELY MANNER FOR USE IN THE SUBl\'IITTING VENDORS
RESPONSE TO THIS SOLICITATION OR ANY OTHER FAILURE
BY THE SUBMITTING VENDOR TO CONSIDER THE TERMS
AND CONDITIONS IN ITS RESPONSE TO THE SOLICITATION.

2:

The undersigned hereby offers to sell to the State of Idaho the specified
property and/or services, if this quotation, bid, or proposal is accepted
within a reasonable time from the date of closing, at the price shown in
our quotation, bid, or proposal and under all the terms and conditions
contained in, or incorporated by reference into the State of Idahos
solicitation. The State of Idaho Standard Contract Terms and
Conditions are located on the internet at the Idaho Division of
Purchasing web site at: http://www2.state.id.us/adm/purchasing or are
available through contact to tbe Division office at 208-327-7465.
Submission of a quotation, bid, or proposal to the State of Idaho
constitutes and shall be deemed an offer to sell to the State of Idaho the
specified property and/or services at the price shown in the quotation,
bid, or proposal and under the States Terms and Conditions. As the
undersigned. I also certify I am authorized to sign this quotation, bid,
or proposal for the submitting vendor and the quotation, bid. or
proposal is made without connection with any person, firm, or
corporation making a quotation, bid, or proposal for the same goods
and/or services and is in all respects fair and without collusion or
fraud.

https:llbascc.sicomm.netiperegistrationl...cy_id=AOOOOOOOOO II &rfbip_nbr=B200100116:

(

f

(

Vendors sUbmitting response to this RFP must download the RFP
document with all attachments and respond to the Division of
Purchasing no later than the stated date and time. Responses must be
in hard copy and signed with original signature~ in ink.

3:

RFB Terms:
Terms Text:

Discount Terms:
.0

____I

,

example: 5.25% = .0525

example: 5.25% / 30 net 31 days = 30 net 31

Note: Discount and Tenns pertain to each item on this Request for Bid.
Changing the amount changes it for ALL items previously submitted.

RFB Items:
Item Number:

RFB Nbr: 82001001163

Last Awarde NONE FOUND: Primary System Solicitation)
Tenns:

Date:

Awarded To:

Quantity:
5

Price: $

DQM:

Quantity:

Unit of Measure:
YEAR

Commodity Code:
915-77-

Description:
Inmate Phone Service Dept of Correction

Item 001
Response
Unit Price in US DOLLARS and CENTS: $

----EJ

Comments:
Upload a File:
o Upload / Manage RFB attachments as is required by reclicking.

I Print
nf4

Submit Response

hnps:/lbasec.sicomm.net/peregistration/...cyjd=AOOOOOOOOO II&rfbip_nbr=8200 100 1163

RFQ ,/
f'

.<-..'.'.
_

'",

.

State of Idaho AOOOOOOOOOll
Idaho Division of Purchasing
5569 Kendall
PO Box 83720
Boise ID, 83720-0075

Invitation to Bid

I

Fri Aug 24 11 :59:50 GMT-0700 (gmt) 2001

ScroUDown

RFB Nbr: ITB01l63
Reference Number: CORR

Requistion Nbr: REQ01467
Document Nbr: PREQ1881

RFB Date of Issue:
FRI AUG 24, 2001 11 :47:15 Ai''! MST

RFB CLOSING (Due) Date:
Thu Sep 27 17:00:00 Gl\'IT-0700 (gmt) 2001

Contact Person: LYLE GESSFORD
Phone Nbr: 208.327.7115
Email Address:lgessfor@adm.state.id.us
Buyer: LYLE D. GESSFORD
Phone Nbr: 208.327.7115
Email Address:lgessfor@adm.state.id.us

Fax Nbr: 208.327.7320

Fax Nbr: 208.327.7320

SPECIAL INSTRUCTIONS
STANDARD TERl'1S AND CONDITIONS: The States CONDITIONS AND
INSTRUCTIONS TO VENDORS (trBASECstdBidTrms.doc - Rev 7/1101) are
hereby incorporated by reference into this solicitation as if set forth herein in
their entirety. The States CONDITIONS AND INSTRUCTIONS TO
VENDORS and the STATE OF IDAHO STANDARD CONTRACT TERMS
AND CONDITIONS are located on the Internet at
http://www2.state.id.us/admlpurchasing or by contacting the Division of
Purchasing at 208-327-7465 to obtain a copy. FAILURE BY ANY
SUBMITTING VENDOR TO OBTAIN A COPY OF SUCH FROM THE
INTERNET OR FROM THE DIVISION OF PURCHASING SHALL IN NO
WAY CONSTITUTE OR BE DEEMED A WAIVER BY THE STATE OF
1:
EITHER THE INSTRUCTIONS Al'iD CONDITIONS TO VENDORS OR
THE STATE OF IDAHO STANDARD CONTRACT TERMS AND
CONDITIONS, OR ANY PART OF THEM. The CONDITIONS A1'lD
INSTRUCTIONS TO VENDORS shall apply to this solicitation and the
STATE OF IDAHO STANDARD CONTRACT TERMS AND CONDITIONS
shall apply to any contract resulting from this solicitation. NO LIABILITY

, nr1

https:libasec.sicomm.netlperegistrationl...cy_id=AOOOOOOOOO II &ribip_nbr=B200 I001163

RfQ

\VILL BE ASSUMED BY THE DIVISION OF PURCHASING FOR A
SUBMITTING VENDORS FAILURE TO OBTAIN THE TERl"IS AND
CONDITIONS IN A TIMELY MANNER FOR USE IN THE SUBMITTING
VENDORS RESPONSE TO THIS SOLICITATION OR ANY OTHER
FAILURE BY THE SUBMITTING VENDOR TO CONSIDER THE TERMS
AND CONDITIONS IN ITS RESPONSE TO THE SOLICITATION.

2:

The undersigned hereby offers to sell to the State of Idaho the specified
property and/or services, if this quotation, bid, or proposal is accepted within a
reasonable time from the date of closing, at the price shown in our quotation,
bid, or proposal and under all the terms and conditions contained in, or
incorporated by reference into the State of Idahos solicitation. The State of
Idaho Standard Contract Terms and Conditions are located on the internet at
the Idaho Division of Purchasing web site at:
http://www2.state.id.us/admJpurchasing or are available through contact to the
Division office at 208-327-7465. Submission of a quotation, bid, or proposal to
the State of Idaho constitutes and shall be deemed an offer to sell to the State of
Idaho the specified property and/or services at the price shown in the
quotation, bid, or proposal and under the States Terms and Conditions. As the
undersigned, I also certify I am authorized to sign this quotation, bid, or
proposal for the submitting vendor and the quotation, bid, or proposal is made
without connection with any person, firm, or corporation making a quotation,
bid, or proposal for the same goods and/or services and is in all respects fair
and without collusion or fraud.

3:

STANDARD TERl\'IS AND CONDITIONS: The States CONDITIONS AND
INSTRUCTIONS TO VENDORS (trBASECstdBidTrms.doc - Rev 7/1101) are
hereby incorporated by reference into this solicitation as if set forth herein in
their entirety. The States CONDITIONS AND INSTRUCTIONS TO
VENDORS and the STATE OF IDAHO STANDARD CONTRACT TERl\1S
AND CONDITIONS are located on the Internet at
http://www2.state.id.us/adm/purchasing or by contacting the Division of
Purchasing at 208-327-7465 to obtain a copy. FAILURE BY ANY
SUBMITTING VENDOR TO OBTAIN A COpy OF SUCH FROM THE
INTERNET OR FROM THE DIVISION OF PURCHASING SHALL IN NO
\VAY CONSTITUTE OR BE DEEMED A WAIVER BY THE STATE OF
EITHER THE INSTRUCTIONS AND CONDITIONS TO VENDORS OR
THE STATE OF IDAHO STANDARD CONTRACT TERMS AND
CONDITIONS, OR Al"lY PART OF THEM. The CONDITIONS AND
INSTRUCTIONS TO VENDORS shall apply to this solicitation and the
STATE OF IDAHO STANDARD CONTRACT TERMS AND CONDITIONS
shall apply to any contract resulting from this solicitation. NO LIABILITY
'WILL BE ASSU1\'lED BY THE DIVISION OF PURCHASING FOR A
SUBl\UTTING VENDORS FAILURE TO OBTAIN THE TERl\'IS AND
CONDITIONS IN A TIMELY MANNER FOR USE IN THE SUBMITTING
VENDORS RESPONSE TO THIS SOLICITATION OR ANY OTHER
FAILURE BY THE SUBMITTING VENDOR TO CONSIDER THE TER1\1S
AND CONDITIONS IN ITS RESPONSE TO THE SOLICITATION.

hnps:/ibasec.sicomm.netlperegistrationl...cyJd=AOOOOOOOOO 11 &rfbip_nbr=B2GO 1001163

RfQ

(

4:

The undersigned hereby offers to sell to the State of Idaho the specified
property and/or services, if this quotation, bid, or proposal is accepted within a
reasonable time from the date of closing, at the price shown in our quotation,
bid, or proposal and under all the terms and conditions contained in, or
incorporated by reference into the State of Idahos solicitation. The State of
Idaho Standard Contract Terms and Conditions are located on the internet at
the Idaho Division of Purchasing web site at:
http://www2.state.id.us/admlpurchasing or are available through contact to the
Division office at 208-327-7465. Submission of a quotation, bid, or proposal to
the State of Idaho constitutes and shall be deemed an offer to sell to the State of
Idaho the specified property and/or services at the price shown in the
quotation, bid, or proposal and under the States Terms and Conditions. As the
undersigned, I also certify I am authorized to sign this quotation, bid, or
proposal for the submitting vendor and the quotation, bid, or proposal is made
without connection with any person, firm, or corporation making a quotation,
bid, or proposal for the same goods and/or services and is in all respects fair
and without collusion or fraud.

5:

Vendors submitting response to this RFP must download the RFP document
with all attachments and respond to the Division of Purchasing no later than
the stated date and time. Responses must be in hard copy and signed with
original signature. in ink.

ecopyrighl 1998. 1999.2000 SiCommNel, Inc. All rights reserved.

(

SPECIAL INSTRUCTIONS TO OFFERORS
Request for Proposal for a two (2) year contract with an option to renew for three (3) additional one (1)
year periods to provide Inmate Phone Service for the Idaho Department of Correction.
SEALED BIDS WILL BE OPENED e
DIVISION OF PURCHASING. Bids~
rejected and returned to the bidder.
At the date and time of the bid opening, proposals will be opened and the identity of the bidders will be
announced. No other information will be available and the proposals' contents will remain confidential until
evaluation is complete and the Division of Purchasing has issued Letters of Intent to Award. Thereafter,
all proposals shall be deemed a public record.
Questions regarding this RFP (including Terms, Conditions or Specifications) MUST BE SUBMITIED IN
WRITING and RECEIVED by State Purchasing NO LATER THAN September 10, 2001. QUESTIONS
RECEIVED AFTER THIS DATE WILL NOT BE CONSIDERED. Submit questions in writing via mail, fax
or e-mail to:
Lyle Gessford, Purchasing Officer
Division of Purchasing
PO Box 83720
Boise, 10 83720-0075
Fax: (208)327-7320
e-mail: Igessfor@adm.state.id.us
The words "SEALED BID" and the bid number, located at the top center
of this form, must be noted on the outside of your SEALED BID
package. To insure that your SEALED BID is handled properly, the
following information must be placed in the lower left corner of your
bid package:
........-••••*
*
*
*

-••• SEALED BID

_-•••••••--••

BUYER:
<buyer's name>
SEALED BID FOR: <list item or service being bid>
BID NUMBER: Bid No. <
>
TO BE OPENED: <Date
> at <time>

-- _.-_ _-_._

-_

_-

__

.-.._._--_.._.-•...•....

Send your sealed bid package to:
Division of Purchasing
PO Box 83720
Boise, 10 83720-0075
NOTE: Use the street address when sending packages by FedEx, UPS, or
other Couriers.
Division of Purchasing
5569 Kendall Street
Boise, 10 83706-1231
NOTE: SIX (6) COMPLETE COPIES (ORIGINAL & FIVE (5) COPIES) OF YOUR PROPOSAL ARE
REQUESTED. THE COST PROPOSAL MUST BE SUBMITIED SEPARATELY AND MARKED "COST
PROPOSAL" (ORIGINAL & ONE (1) COPY). NO COST INFORMATION SHOULD BE DETAILED OR
PRESENTED IN THE TECHNICAL PORTION OF THE PROPOSAL.

(

The State may, at its sole option. either accept a bidder's initial proposal by award of a contract
or enter into discussions with bidders whose proposals are deemed to be reasonably
susceptible of being considered for award. Bidders should submit their best proposals initially as
there is no guarantee the State will conduct discussions. During the initial evaluation process,
bidders' proposals deemed incapable of meeting the scope and needs of the RFP in a
satisfactory manner may be removed from further consideration during any best and final offer
phase.
During the evaluation phase and any discussions conducted, adequate procedures will be used
to ensure that the contents of the bidders' proposals are kept under strict security and
disclosure of any information from competing proposals is prohibited.
If discussions are deemed necessary, they may be used to determine in greater detail the
bidder's qualifications, explore with the bidder the scope and nature of the project, determine
that the bidder will make available the necessary personnel and facilities to perform within the
required time, or discuss compensation which is fair and reasonable. The primary purpose of
any such discussions will be for clarification to assure full understanding of, and responsiveness
to, the solicitation requirements.
The State will schedule a time for the discussions and prOVide a date and time for receipt of best
and final offers. If during discussions there is a need for clarification or change of the RFP it
shall be amended to incorporate such clarification or change.
Bidders will be accorded fair and equal treatment with respect to any opportunity for discussions
and revisions of proposals. If the bidder does not submit a notice of withdrawal or a best and
final offer. once a date and time has been established for receipt of best and final offers, the
bidder's initial or immediate previous offer will be construed as its best and final offer.
The State may, at its sole option. conduct negotiations as a final solution to this procurement.
Negotiations shall be only with those proposers whose proposals are determined to be
acceptable, in accordance with the evaluation criteria and shall be first conducted with the
vendor that is determined to be the low responsive and responsible bidder. Negotiations shall
be against the requirements of and criteria contained in the solicitation and shall not materially
alter those criteria, the specifications or the scope of work.
THE UNDERSIGNED HEREBY OFFERS TO SELL TO THE STATE OF IDAHO THE SPECIFIED
PROPERTY AND/OR SERVICES, IF THIS BID OR PROPOSAL IS ACCEPTED WITHIN A
REASONABLE TIME FROM DATE OF CLOSING, AT THE PRICE SHOWN IN OUR BID OR
PROPOSAL AND UNDER ALL THE TERMS AND CONDITIONS CONTAINED IN, OR INCORPORATED
BY REFERENCE INTO THE STATE OF IDAHO'S BID SOLICITATION. THE STATE'S STANDARD
CONTRACT TERMS AND CONDITIONS ARE LOCATED ON THE INTERNET AT
http://www2.state.id.us/adm/purchasing OR ARE AVAILABLE THROUGH CONTACT TO OUR OFFICE
AT 208-327-7465. SUBMISSION OF A BID OR PROPOSAL TO THE STATE OF IDAHO
CONSTITUTES AND SHALL BE DEEMED AN OFFER TO SELL TO THE STATE OF IDAHO THE
SPECIFIED PROPERTY AND/OR SERVICES AT THE PRICE SHOWN IN THE BID OR PROPOSAL
AND UNDER THE STATE'S TERMS AND CONDITIONS.
As the undersigned, I also certify I am authorized to sign this bid for the bidder and the bid is made
without connection with any person, firm. or corporation making a bid for the same goods and/or services
and is in all respects fair and without collusion or fraud.

2

THIS SIGNATURE PAGE MUST BE SIGNED WITH AN ORIGINAL HANDWRITTEN SIGNATURE
EXECUTED IN INK AND RETURNED WITH YOUR BID FOR YOUR BID TO BE CONSIDERED!
Please complete the following information:
BIDDER (Company Name)

_

ADDRESS~-----------_
CITY, ST. ZIP
_
TOLL FREE PHONE NO.
PHONE NO.
FAX NO..-,-E-Mail Address

_
_
_
_

FEIN/SSN#

_

SIGNATURE

_

3

<:

Request for Proposal For Inmate Phone Service For The Idaho Department of
Correction
1. GENERAL INFORMATION
1.1.1.
1.1.1.
1.1.3.
1.1.

Definitions
Current and Projected Inmate Populations
Project Background
Purpose and Scope

1.3.
Proposal Process
1.3.1.
General Format
Appropriate Presentation
1.3.2.
Cross-Referendng
1.3.3.
Pagination
1.3.4.
Pric:ing Information Excluded from main Proposal
1.3.5.
Proposal Requirements
1.4.
Proposal Section 1:
1.4.1.
1.4.1.
Proposal Section 3:
1.4.3.
Proposal Section 4:
Proposal Section 5:
1.4.4.
1.4.5.
Proposal Section 7:

Proposal Conditions (volume 1)
Functional and Technical Proposal (volume 1)
Implementation and Ongoing Service Requirements (volume 1)
Contractual Requirements (volume 1)
Cost and Revenue Requirements (Volume 1)

1.5.
Evaluation and Selection Process
1.5.1.
Evaluation Categories and Weights
1.5.1.
Proposer Questions
Waiver of Minor Administrative Irregularities
1.5.3.
Errors in Proposal
1.5.4.

2. PROPOSAL CONDITIONS
General Facility Conditions
2.1.
Current and Projected Sites and Types
1.1.1.
Institutional Security and Access Requirements
1.1.2.
Current and Projected Telephone Usage
1.1.3.
Existing Contracts
2.1.4.
Existing Wiring
1.1.5.
1.1.6.
End-To-End Responsibility
1.1.
Contractor Qualifications
1.1.1.
Stability
1.1.1.
Disc:losures
1.1.3.
Existing Idaho Presence
Subcontractors
2.2.4.

3. FUNCTIONAL AND TECHNICAL REQUIREMENTS
3.1.
Hardware Requirements
3.1.1.
Telephone Instruments
3.1.1.
Monitoring Attorney calls
3.1.3.
Telephone Device for the Deaf (roD)

3.1.4.
3.1.5.
3.1.6.
3.1.7.
3.1.8.
3.1.9.
3.1.10.

Suitability for Use
Re-use of Existing Wiring
Privacy and Noise Control
Recording and Monitoring Equipment
Historic Recorded Tapes
Standards Compliance
Electrical and Back-Up Power Requirements

3.2.
System Sizing, Performance, and Upgrade Requirements
3.2.1.
Call Set-Up, Call Control and Disconnect
3.2.2.
Grade of Service
3.2.3.
Dual Tone Multi-Frequency
3.2.4.
Software Upgrades
3.2.5.
System Availability and Reliability
3.2.6.

Audio Quality

3.3.
Authorized Calls By Inmates
3.3.1.
Collect, Outbound Calls Only
33.2.

3.3.3.
33.4.

3.3.5.

CWC Inmate Telephones
Blanket Restrictions
Specific Authorizations
Cut-Off

3.4.
Acceptance of Calls By Called Parties
3.4.1.
Automated Attendant
3.4.2.
Initial Acceptance
3.4.3.
Continuing Announcement - Branding
3.4.4.
Bilingual Announcements
3.5.

Control of Call Parameters By Department
Functions Determined by Department (Same for all institutions)
3.5.2.
Functions Controllable by Institution
3.53.
Access to Function Programming
3.5.4.
Ease of Use
3.5.1.

3.6.

Control of Fraud and Abuse
Single Destination
3.6.2.
Alarms
3.6.3.
Monitoring and Recording Requirements
3.6.4.
System Security

3.6.1.

3.7.

Options
PhoneCards
3.7.2.
Inmate Phone Accounts

3.7.1.

4. IMPLEMENTATION AND ONGOING SERVICE REQUIREMENTS
4.1.
Implementation Requirements
4.1.1.
Installation Project Scheduled Requirements
4.2.

Other Implementation Requirements
Complete Installation
4.2.2.
Site Conditions
4.2.3.
Compliance With Laws, Rules and Regulations
4.2.4.
Implementation Plan

4.2.1.

2

4.2.5.
4.2.6.
4.2.7.
4.2.8.
4.2.9.
4.2.10.

Implementation Project Management
Testing and Ac:ceptance
Initial Training
Ongoing Training
Attending meetings
Inmate Phone Meetings

4.3.

Contract Administration Requirements

4.4.

Prime Contractor

DOC Contract Administration
4.5.
Contract Responsibility
4.5.1.
Support Requirements
4.6.
Customer Servic:e
4.6.1.
Consulting
4.6.2.
Programming and Data Administration
4.6.3.
Maintenance, Repair and Installation
4.6.4.
Support Group Organization
4.7.
4.7.1.
Contract Management
4.7.2.
Centralized Staffing
4.7.3.
On-Site Staffing Availability
4.7.4.
Resolution of Complaints
Detailed Reporting Requirements
4.7.5.
Maintenanc:e Requirements
4.8.
Complete Maintenance
4.8.1.
Qualifications
4.8.2.
Problem Reporting
4.8.3.
Response
4.8.4.

5. CONTRACTUAL REQUIREMENTS
5.1.

Contract Term

5.2.

Contract Award and Exec:ution

5.3.
Other Contractual Conditions
5.3.1.
Ac:ceptanc:e of Proposals Content
Contract Terms and Conditions Defined
5.3.2.
Certification ofIndependent Price Determination
5.3.3.
5.3.4.
Independent Contractor
Single Contract
5.3.5.
5.3.6.
Idaho Public: Utility Commission
Assignment Of Contract Or Sub-Contrac:ts
5.3.7.
No Obligation to Buy
5.3.8.
Proprietary Information
5.3.9.
Multiple Proposals
5.3.10.
Proposal Property of State of Idaho
5.3.11.
Cost of Preparing Proposals
5.3.12.
Employment
5.3.13.
lIoldllarmiess
5.3.14.
Background Investigation
5.3.15.

3

5.3.16.
5.3.17.
5.3.18.
5.3.19.
5.3.20.
5.3.21.
5.3.22.
5.3.23.
5.3.24.
5.3.25.

Compliance With Laws, Rules and Regulations
Compliance Audits
ConDict of Interest
Record Keeping and Retention
Termination of Agreement
Liquidated Damages
NotificationIResolution Of Deficiency
Letter of Intent
Litigation
Termination

6. ORAL PRESENTATION
•
•
•
•

Start-Up Program (transition)
Section 3, Functional and Technical Requirements
Sedion 4, Implementation and On-Going Service Requirements
Demonstration Of System and Equipment

7. COST AND REVENUE REQUIREMENTS
Cost Basis
7.1.
7.1.1.
Department Priorities
7.1.2.
Call Cost
7.1.3.
Rate Basis
7.1.4.
Franchise Fee

4

1. General Infonnation
The goal ofthe Idaho Department of Correction (IDOC) with this Request For Proposal
(RFP) is to continue providing a comprehensive and quality correctional Inmate
telephone system.

I. I. I.Definitions
Centers - Mean Community Work Centers
CWC - Means Community Work Center
Department - Means the Idaho Department of Correction
DoP - Means the State of Idaho Division ofPurchasing
ICC - Means the Idaho Correctional Center
ICI-O - Means the Idaho Correctional Institution - Orofino
IDOC - Means the Idaho Department of Correction
IMSI - Means the Idaho Maximum Security Institution
Institutions - Means Prisons
ISCI - Means the Idaho State Correctional Institution
NICI - Means the North Idaho Correctional Institution
PWCC - Means the Pocatello Women's Correctional Center
SAWC - Means the Saint Anthony Work Camp
SICI - Means the South Idaho Correctional Institution

1.1.2.Current and Projected Inmate Populations
The total inmate population for the Department of Correction was 5370 as of April 3,
2001. The projected annual growth oftotal inmate population for the next thirty-six (36)
months is:
YEAR

2002

% GROWTH

PROJECTED POPULATION
5,729

7%

5

(

6,111
6,408

7%
5%

2003
2004

These figures are projections only and do not reflect any commitment of actual usage by
the State.

1.1.3.Project Background
The Department of Corrections has had a collect (called party paid) inmate telephone
service in all of its institutions and some centers, under a single contract since 1997. This
includes providing dial-tone for local, intra-LATA, inter-LATA, inter-state and in some
cases international calling. Additionally, network-based call detail recording is available
via the vendor for all correctional centers. Each institution has premise-based ability to
access call detail recording and is equipped to do "real-time" call monitoring and records
all calls (other than properly placed attorney calls) which originate on their system.
The current contract, with AT&T, was signed in August 15, 1997 and expires in
November 15,2001. The contract provides for the collect calling service, all local access
facilities required to connect the Department of Correction locations to the AT&T
network and related network hardware; all telephone instruments; all recording and
monitoring equipment; attorney number database administration, allowed call list
administration; coupled with the on-going support, repair and maintenance of the
complete network for Department locations.

1.2.Purpose and Scope
The purpose of this Request for Proposal (RFP) is to acquire inmate telephone service for
the offender facilities operated by the Idaho Department of Correction (IDOC). This
service is to include eight (8) existing facilities, three CWCs, which are covered under the
present contract, and any other facilities which are either constructed or acquired during
the life of the contract. The Department would also like to add two additional CWCs,
which are not covered under the present contract. These two Centers will become part of
this contract when their present contracts expires. CWC-Twin Falls - Mountain Phone
Co. - expires 8/4/02, CWC-East Boise - Mountain Phone Co. - expo 7/31/02
A complete "turn-key" fully operational and reliable system is the highest priority in this
procurement. This will include protection of the public, continued improvement of
institution security and facilitation of law enforcement, through a seamless system which
will provide telephone service, call control capabilities and the ability to record and/or
monitor calls, as allowed by law. The State also seeks to minimize called party charges
(including call set-up charges, local calling, intraLATA calling, interLATA calling and
interstate calling) and anticipates bearing no costs during this procurement and the life of
the subsequent contract for services at either the current existing locations or any other
future locations. Rates charged to the called parties must be fixed for the initial term, two
years of the contract. Should the basis for these charges (tariffs. regulations and/or

6

..::::t 6

i

.th.X.X

;;;;:;;".",;::;;;U: (" (, ( J.JiJiG,£UiQiQ.Qi.Wii,JiW::#

;[

I&.Q........

standards) be reduced during the initial tenn, these rate reductions must be communicated
to the Department and applied to the applicable charges upon implementation. Revenue
from this contract, is a lower priority. Franchise fees will not be used in measuring
vendor responses. No State payments to the contractor will be allowed.
1.2.1.1.State's Responsibilities
Please note that the State's responsibilities for inmate services are limited to the
following:
•
•
•
•

Providing appropriate access to telephones for inmates;
Promptly reporting any maintenance or trouble requirements;
Providing reasonable access to secure facilities; and
Timely review and approval of Contractor reports.

1.3.Proposal Process
The evaluation and selection of a Contractor will be based on the infonnation submitted
in the proposal, the result ofreference checks, and oral presentations. Proposers should
respond clearly and completely to all requirements. Failure to respond completely may
be the basis for rejecting a proposal.

1.3.I.General Format
Submit proposals on standard 8 W' x 11" paper. Foldouts containing charts, spread
sheets, and oversize exhibits are pennissible. The pages should be placed in a backbound "D-Ring" binder with tabs separating the major sections ofthe proposal. Manuals
and other reference documentation may be bound separately.

1.3.2.Appropriate Presentation
Elaborate proposals (e.g. expensive artwork) beyond that sufficient to present a complete
and effective proposal, are not necessary or desired. Concise responses are desired for
ease of evaluating the responses.

1.3.3.Cross-Referencing
If a cross-reference is made in the proposal, it must refer to a specific page and paragraph
in the proposal or technical manuals (not sales brochures), and must supplement rather
than constitute a direct answer to the RFP question or statement. Cross-referencing entire
chapters or sections is not acceptable. Evaluators will not score responses that are not
clearly marked and easily located.

1.3.4.Pagination

7

Number pages consecutively in each section ofthe proposal showing proposal section
number and page number. This pagination should be included in the Response's table of
contents.

I.3.5.Pricing Infonnation Excluded from main Proposal
As indicated in RFP Section 1.4.5, proposals must be submitted in two volumes. Volume
1 contains Proposal Sections 2-5 as defined below. Volume 2 contains Proposal Section
7, Prices. No prices or price information may appear in the Technical proposal for any
reason. Failure to comply with this instruction is grounds for rejection of the entire
proposal.

1.4.Proposal Requirements
Proposals must be submitted as outlined in the following sections.

IA.I.Proposal Section 2: Proposal Conditions (volume 1)
Provide an executive summary overview of the proposal, including the following
elements;
•

Acknowledgment of all the site conditions provided in RFP Sections 2.1 and
responses to the specific points in Section 2;

•

Brief description of call processing, using a flowchart or other means to clarify the
entire sequence;

•

Brief description of the architecture of the statewide system proposed, including
physical and/or logical diagrams;

•

Other information the Proposer deems necessary to convey a clear summary view of
the distinctive benefits of their proposal.

1.4.2.Proposal Section 3: Functional and Technical Proposal (volume 1)
Respond to each and every requirement in RFP Section 3, using identical numbering.
Follow the additional instructions in RFP Section 3 with respect to the specific contents
of responses. Responses should follow the reiteration of the specific question.
Responses of "Understood", or "Compli'. or similar phrases will generally be given a
minimum score.

IA.3.Proposal Section 4: Implementation and Ongoing Service
Requirements (volume 1)

8

Respond to each and every requirement in RFP Section 4, using identical numbering.
Follow the additional instructions in RFP Section 4 with respect to the specific contents
of responses. Responses should follow a reiteration of the specific question. Responses
of "Understood", or "Comply". or similar phrases will generally be given a minimum
score.

1.4.4.Proposal Section 5: Contractual Requirements (volume 1)
Proposers may request additions or modifications to the contractual language in the RFP
at their option. The State may accept or reject such requests. Alternatively, proposals
may provide a simple statement accepting all language as presented.

1.4.5.Proposal Section 7: Cost and Revenue Requirements (Volume 2)
Provide the required pricing infonnation in exactly the fonnat shown in RFP Section 7.
Remember that Proposal Section 7 (all copies) must be in a separate sealed box or
envelope from the remainder ofthe proposal. and that no price information may
appear in any other proposal section.

1.S.Evaluation and Selection Process
All proposals will be evaluated in an objective and highly structured process, and all will
be treated in a uniform manner. Technical and price evaluations will be conducted
separately, and no price information will be available to the functional evaluators during
their evaluation.

9

I

(

1.5.I.Evaluation Categories and Weights
The table below indicates the total number ofpoints that will be assigned to each area of
the RFP evaluation. These weights are provided here for your understanding of the state's
general applications and requirements.

Evaluation Criteria:
Sections 2, Contractors Qualifications

100

Sections 3, Functional and Technical Requirements

200

Sections 4, Implementation and Ongoing Service Requirements

200

Section 6, Oral Presentation:

200

Section 7, Price:

600

Grand Total:

1300

I.5.2.Proposer Questions
In the event that the evaluation team requires further clarification of proposals, questions
will be sent to all proposers requesting additional information on unclear points.
Proposers will be required to reply to such requests by the date specified in order to
continue to be considered. Proposers will not be allowed to change their proposals in this
process.

I.5.3.Waiver ofMinor Administrative Irregularities
The State reserves the right, at its sole discretion, to waive minor administrative
irregularities contained in any proposal.

1.5A.Errors in Proposal
The State is not liable for any errors in Proposers' proposals. Proposers will not be
allowed to alter proposal documents after the deadline for proposal submission. The
State reserves the right to make corrections or amendments due to errors identified in
proposals by the State or the Proposer. Proposers are liable for all errors or omissions
contained in their proposals.

10

,/

\

2. Proposal Conditions
2.1.General Facility Conditions
2. I. I.Current and Projected Sites and Types
There are 8 sites and three Community Work Centers, presently covered by the in-place
contract. All of these locations, plus any new sites constructed or acquired during the
tenn of this contract will be equipped for service and included in the contract. The
Department would also like to add two additional Community Work Centers, which are
not covered under the present contract. These two Centers will become part ofthis
contract when their present contracts expires. CWC-Twin Falls -- Mountain Phone Co. expires 8/4/02, CWC-East Boise - Mountain Phone Co. - expo 7/31/02

2.1.2.Institutional Security and Access Requirements
The vendor work rules and procedures vary from site to site, dependent on the site's
security level and physical limitations. These work rules will be provided to the
successful vendor before the commencement of any work on this project. Actual site
orientations may be held for the vendor. Any vendor employee, working at a Department
location, must present proper picture identification. The Department also reserves the
right to deny access at its' sole discretion.
2.1.2.l.Assignment ofContractor Staff
Each institution/center has the sole right to allow or not allow any Contractor employee
to enter and work in its facilities. Contractors will be required to provide whatever
infonnation about employees is requested by the institution/center, and to replace any
employee at the direction of the institution/center.

2.1.3.Current and Projected Telephone Usage
Attachment 1 to this RFP provides the number of telephone lines at each location, the
total calls made, and the total minutes of usage for calendar year-end, 2000. Additionally,
Attachment 2 contains a listing the number of offenders housed at each facility, as of 17
July 2001, is also included. This listing is for purposes ofexample only and in no way
reflects any commitment of future usage by the State.

2.1.4.Existing Contracts
The existing contract with AT&T will expire in November 15,2001. Coordination of any
changes in service will be detennined by all parties involved to assure a transparent
change with without loss in services.

11

(

2.1.5.Existing Wiring
All inside wiringt from the house side of the cable entrance blocks t to the individual
inmate telephones belongs to the State and is available for re-use by the Contractor at the
Contractor s option. Any inside cabling installed by the Contractor will automatically
become the property of the State at the end of the contract. The responsibility for all cable
maintenance, including existing State-owned cabling reused by the vendor t will become
the responsibility of the successful vendor.
t

t

2.1.6.End-To-End Responsibility
All responsibilities described in the RFP will be the minimum accepted level of Vendor
responsibility.

2.2.Contractor Qualifications
The Contractor to the State needs to be financially solvent, experienced, and have a good
history ofproviding proven products with a high grade ofcustomer satisfaction.
To substantiate its qualifications, Proposer must respond in full to the questions in RFP
Sections 2.2.1 - 2.2.4 below. The primary vendor will be responsible, to the Department
for all of these responses, as well as any responses related to any subcontractors utilized
during the term of the contract.
Confirm that your proposal meets all the requirements ofthis RFP in full.

2.2.1.Stability
Provide evidence of financial stability, such as an Annual Report t income statements and
closing balance sheets for the past two years, audit opinions from independent CPA
firms t Dun & Bradstreet reports, etc.
2.2.1.1.Ownership
State your form of ownership and the number of years you have been in business under
your current name. The State reserves the right to investigate further than the vendors
responses to this RFP to determine financial stability.
2.2.1.2.Management
Provide the names of your chief officers, if a corporation, and of all partners, if a
partnership. Ifa corporation, state the year and state of incorporation.
2.2.1.3.Experience

12
·.•.Oil , ( ~ ..

. ..... .t. ..

,","'.C.• :;'W.C. i0.w:!iQIW.Qi'

A b . . """""

,(

.< QW,,~.

. . . . ..........Q,(w.?::;::;:;;:,wiwMac:cx:v..,.,....

Provide a brief narrative describing your experience providing Inmate Telephone
Systems. This narrative must address the length of time you have been providing Inmate
Telephone service, the size ofthe system(s) provided, and the number of systems in
place.
2.2.1.4.References
Provide a complete client list of comparable projects, including points of contact (name,
address, telephone and fax number), which can be used as references for work performed
in consideration for this RFP. These organizations may be contacted to determine the
quality of work performed and personnel assigned to the project. The results of the
references will be provided to reviewers and may be used in scoring the proposal.
2.2.1.5.Authorization to Operate
Certify that you are licensed to do business in the State ofIdaho, and have satisfied all
requirements ofthe Public Utility Commission of Idaho and the Federal Communications
Commission, or, ifnot, how you will be able to satisfy these requirements before the start
date for any service.

2.2.2.Disclosures
•

List all contracts you have been awarded by other states in the past five years.

•

List all cases in which you have been sued by any clients, Inmates or customers
during your entire history.

•

List all cases in which you have been found not in compliance with the directives of
any regulatory body, such as a State PUC or the FCC, for any type of inmate
telephone service.

2.2.3.Existing Idaho Presence
Indicate the locations of any offices, facilities and employees currently in the State of
Idaho. Describe the service personnel available at these locations who will be assigned to
supporting this contract. Describe which locations would be the primary contact location
for service and trouble related issues. You may also state how this will change if you are
the successful Contractor.

2.2.4.Subcontractors
Describe in detail the relationship between the prime and all subcontractors, including the
nature ofthe formal agreements between the parties, and the division of roles and
responsibilities within the combined organization that will be providing service to the
State. Describe the length of these relationships and how the subcontractors factor into
the overall support being offered the Department.
13

(

(

3. Functional and Technical Requirements
In the following requirements, the term "system" and "systems" is used to represent the
entire service serving all institutions/centers. This is not intended to dictate the
Proposer's architecture, which may incorporate one or many processors and other system
components. The architecture itself should have been discussed in Proposal Section 2.

3.I.Hardware Requirements
In this section, please respond as completely as possible to each numbered point. Follow
the instructions in RFP Section 1.3. Additional specific questions are noted in italics
below. Proposals will be scored on how and how well your system fulfills the
requirements compared to other proposals, so a response of "complies" or "agreed" or
some such word or phrase will not be sufficient to obtain more than the minimum score.
Copies of or references to manuals or other such materials are also not desired,
except as a supplement to the proposal.

3.1.1.Telephone Instruments
The specific types oftelephones, must be suitable for use in a correctional facility,
considering environment, usage, and security factors. No telephones or parts may be
easily taken apart or used as weapons. "Inmate" models must be tamperprooftelephones
with protected cords, housings, finishes, mountings, etc. Steel housings and
water/fire/shockproof keypads must be used. The Contractor must replace the present
telephones with ones which meet or exceed the specifications of the phones required by
this RFP. Proposers agree to provide additional telephones and wired outlets, at no cost to
the Department, as needed to support calling and population increases. The telephones
must be acceptable to the Department and designed to comply with all specifications of
this RFP.
Additionally all telephones must have a label or sign affixed to them, or on the wall
above where they are attached, indicating that all calls made on them, other than properly
placed attorney calls, are subject to being recorded or monitored. These signs or labels
must list the Inmate calling rates. These must be in both English and Spanish and must be
maintained in legible condition during the term ofthe contract. If Inmate calling rates
change after the first two years of the contract, the signs or labels must be changed to
reflect the new rates. The new rates will not go into effect until all signs/labels reflecting
the changes have been installed. The Department must approve language for these signs
and labels.
Confirm that you will update, service and maintain in-place instruments during the
contract. Provide complete specifications and cut sheets for all telephone models which
will be proposed to replace existing equipment.
Explain how you will maintain signs and labels throughout this contract.

14
....;:;.......,3" .. am: .. ~ ,.1, (..

J( '."

/

\

3.1.2.Monitoring Attorney calls
The Contractor must certify monthly that properly placed attorney calls are not being
recorded. These certifications will be accomplished for each Institution. The certifications
will be mailed to,
Institutional Services, Contract Office
Idaho Dept of Correction
1299 N. Orchard Street, Suite 110
Boise, ill 83706-2266
Fully detail the provisions made to meet this specification.

3.1.3.Telephone Device for the Deaf (TDD)
One portable TDD device must be provided at each location current or future, requiring
such service. These must be fully compatible with the telephone service provided and
with all system operations. These devices will be requested, as needed. They must be
provided and be operational within 48 hours of such request.
Define what equipment will be provided with complete specifications and cut sheets and
confirm that it willfully meet the operational specifications ofthis RFP.

3.1.4.Suitability for Use
All equipment provided under this contract, other than wiring that is reused from the
existing system, must be new and in full production status from the manufacturer. The
successful vendor will also become responsible for the support and maintenance of all
existing wiring.
All equipment provided must be suitable for use in a correctional facility, considering
environment, usage, and security factors. No telephones or parts will be easily taken
apart or used as weapons. "Inmate" models must be tamperproof telephones with
protected cords, housings, finishes, mountings, etc. Steel housings and
water/fire/shockproof keypads will be used.
All handsets must be hearing aid compatible.
Fully detail the provisions made to meet these specifications.

3.1.S.Re-use ofExisting Wiring
Proposers are responsible for all inside and outside wiring for a complete installation.
The state already owns all existing inside wiring, but cannot warrant the continuing
performance or suitability of this wiring. All wiring must be of sufficient quality and
quantity to support all requirements, and all new wiring must, at a minimum, meet
IS

(

EWTIA-568 Level 5 standards. Contractors must upgrade where necessary to meet
these requirements or will be allowed to test and re-use in-place wiring.
Clearly detail where new wiring will be installed and where existing wiring will be
reused.

3.1.6.Privacy and Noise Control
Inmates should be able to hear their own calls clearly. Privacy should be maximized to
the extent possible, without introducing any visual obstruction that would prevent staff
from observing them.
Proposers may also recommend types of special handsets, electronic filters, etc. to deal
with the privacyl noise controV security issue.
Describe in detail what physical and electronicfeatures you propose. Include
specifications. cut sheets or drawings as appropriate.

3.1.7.Recording and Monitoring Equipment
All collect calls, other than properly placed attorney calls, are recorded and can be
monitored, when originated from a correctional institution.
A listing of the in-place recording and monitoring equipment for each location is
provided in Attachment 3.
At the conclusion of the current contract, this equipment will be removed by the current
contractor.
This recording and monitoring equipment also provides call detail recording for all calls
placed from a given location. This includes the telephonelline used, number dialed, date,
time-of-dayand duration of the call. This information must be maintained for future lookup. The ability to replay historically recorded tapes must be supported at each institution
during the term of the contract.
The Proposer should specify what product(s) will be installed and how the ability to
replay existing tapes will be maintained.

3.1.8.Historic Recorded Tapes
The present library of recorded tapes at each institution must be maintained for playback
during the term of the contract. The Proposer will maintain and support equipment at
each institution to locate, via call detail recording and playback, any tapes recorded
during the previous contract. The Proposer may propose, at its option, to convert these
historic tapes to a medium playable on any new technology with the guarantee of no loss

16

ofpreviously recorded conversations and the ability to accurately identify and retrieve
any previously recorded conversations.
Describe how the Proposer would accomplish the maintenance andplayback capabilities
ofmaterial recorded in a tapeformat. Also describe any migration plan to another
playback medium, compatible with new technologies.

3.1.9.Standards Compliance
For the duration of the contract, the Contractor must adhere to all FCC, ADA, and Public
Utility Commission Regulations, as well as all applicable codes and industry standards
for equipment, service and installation.
All systems must meet all state and federal requirements concerning telephone services
for the disabled. All systems must meet all current and future ADA requirements,
including providing telephones that are accessible to persons in wheelchairs, locating and
mounting telephones properly and providing telephones that are compatible with TDD
devices that are currently commercially available.
State clearly what standards apply to your equipment, service and installation. Confirm
that you will adhere to all ADA standards as required.

3.1.10.Electrical and Back-Up Power Requirements
All current telephones are line-powered and no separate power supply is required. Any
additionally provided telephones must maintain this requirement.
Electrical surge and ground protection should be provided for all new equipment
installed. NEC and other standards and codes must also be met.
State any other electrical or power requirements for the entire system. Describe how you
will provide back-up powerfor this system.

3.2.System Sizing, Performance, and Upgrade Requirements
Initial (existing) traffic estimates, population growth, and facility growth, were discussed
earlier for the proposers' reference in sizing their systems.
Confirm your understanding ofthe state's initial and continuing requirements. Provide
specific information about the sizing ofeach main call processor, transmission facilities,
and the proposed system as a whole. The state needs to be assured ofsufficient capacity
at every level, as well as the proceduresfollowed by the Proposer to up-size their
facilities and equipment.

3.2. 1. Call Set-Up, Call Control and Disconnect

17

(
Efficient initial call set-up is required. An absolute maximum of 10 seconds from the
dialing ofthe last digit is requested. CaIIs must be initiated by the offender.
At a minimum, all calls must be presented to the called party via an automated operator
with the options ofcommunicating in either English or Spanish, as selected by the called
party. The called party must be notified of the caller's name, as recorded during the setup process, and that the call is originating from a specific correctional facility. The called
party must also be given the Inmate calling rates. They may be given the option to bypass
the calling rates function by being prompted to dial a single digit. The called party must
also be infonned that all calls, other than properly placed attorney calls, are subject to
being monitored and recorded. To accept a call, the called party must be prompted to dial
a single digit before both parties are connected. The same case applies for a called party
wishing to deny charges and not accept the call. Additionally, the called party must have
the ability to deny the call and block the specific line from ever receiving another call
from the entire system. The choice selected by the called party must be communicated
back to the originating offender, before the connection is established or the call set-up is
disconnected. The proposed system must also accommodate called parties with rotary
servIce.
The Department also requires, at a minimum, the ability to control the length of an
individual call, announce randomly in either English or Spanish during the call that it is
coming from a specific correctional facility and provide call tennination announcements
to both called and calling parties. These features must be programmable on a networkwide, institution-wide, individual call, individual PIN or range-of-telephones basis.
Additionally, the system may provide the capability to utilize "allowed call lists", have
the system turned on or off on a time-of-day schedule, set daily or weekly call limits, by
PIN, and to set a "time-out" period between consecutive calls using the same PIN
number.
All systems must limit callers to a single call per connection and block three-way calling
with no exceptions. The detection of any other call activity is of great concern to the
Department. Methods and treatment of such calls will be entertained in this RFP.
Describe in detail how your proposed system meets these requirements. Be specific
about call set-up, call control and call disconnect processes and procedures. Also detail
how calledparties with rotary service will be accommodated.

3.2.2.Grade of Service
All telephone lines installed must be able to provide simultaneous service at all times,
with no blockages at the network level due to insufficient access, processing capacity,
database interaction or any other limitation ofprovider equipment or services. Further,
the network must provide at least P.OOS Grade of Service during any month across all
types of calls.

18

".R"

it.. ;p;;;:;;;z:!&;:q:U•• :S:Un""""ti..(((.Q..

. qP.6.d..........Q.c...... .J. . ..

.. .66.WXJjq::;;;;:i$. .

i

...

JMi&Qh,QI.Zk

, .w: QiQ"aa;:U;;:;J1n~~,

,.(

i:; •

.t.e.:.il( ...

il

10M.

Describe, in detail, how this requirement will be met. What spare capacity is built into
your proposal? Detail what the grade ofservice will be through the entire system and
how this standard is maintained considering the various subcontractors and carriers
involved and how you will demonstrate to the State that this level ofservice is being
maintained. Be specific regarding any differences between local call, interLATA calls,
etc.

3.2.3.Dual Tone Multi-Frequency
All systems and equipment will use DTMF rather than rotary dialing.

Confirm this capability.

3.2.4.Software Upgrades
The state requires that regular software upgrades be implemented throughout the contract
term, and that new and enhanced features resulting from new software releases from the
manufacturer be offered to the state at no additional charge. Such changes and
enhancements must be reported annually to the Department and implemented at the
Department's discretion and direction.

Describe in detail your total commitment to software upgrades and how they will be
reported to the Department. Provide information on upgrades and enhancements during
the last three (3) years to all equipment and services proposed.

3.2.5.System Availability and Reliability
Full calling service must be supported 24 hours a day, 365 days a year.

Detail downtime data from your existing installed system base. What happens if the
centralprocessors or databases are out ofservice? Detail if any system capabilities are
lost. Detail ifany database information is permanently lost.

3.2.6.Audio Quality
All systems must provide audio quality - clarity, cross talk levels, interference, etc. - at
least equal to that required for all common carrier customers, and the Department will be
the sole judge of the acceptability of the quality of transmission throughout the contract.
The contractor will be required to provide whatever is needed to satisfy this requirement
at no cost to the state.

Describe thefacilities, equipment, testing procedures, and other capabilities that will
allow your system to meet this requirement.

19

(

3.3 .Authorized Calls By Inmates
3.3. 1. Collect, Outbound Calls Only
Only collect or debit system, station-to-station, outbound calls may be allowed from any
telephone with no exceptions. This includes local, intra-LATA, inter-LATA, inter-State.
The expectation is that the Proposer will carry all inmate traffic via a single network.
State how you will ensure that no inbound, direct dialed, other sent paid or other type of
telephone call will be transmitted. Detail how international calls will be dealt with and
whether there is the ability to block such activity by site, telephone or individual caller.

3.3.2.CWC Inmate Telephones
Collect, coin operated, calling card, station-to-station, outbound calls may be allowed
from any CWC Inmate telephone. This includes local, intra-LATA, inter-LATA, interState. No recording or monitoring devise is required for CWC Inmate telephones.

3.3.3.Blanket Restrictions
The system must be able to establish blanket restrictions for all calls in the institution,
including but not limited to the following:
•

Operator and directory service numbers, including 0,00,411, NPA-SS5, etc.

•

Specific NPA's, such as 550, 700, 900, 976.

•

911 and other emergency service numbers.

•

Specific numbers, such as telephone numbers for correctional institutions and Inmate
telephones, state officials' telephones, and others that may be established by the
institution.

•

Other long distance carriers, via 950, Toll Free, 10XXX, or other means.

•

International calls.

•

"Wild-Card Numbers" - allowing all callers to dial specific, approved telephone
numbers regardless of location or any other restrictions. Although any offender can
call these numbers, the calls are still subject to being recorded and monitored and will
appear in call detail recordings.

Describe Proposers capability to meet these reqUirements on the system being proposed.

20
.. ..... .&..t.

. ...%.&10.

...... ,ChM,,,.'.

..........HXQ"WV,Jlt.W&.GiC.w::;xw:.. .:::vro;; .

....m.:

iM.MQWQ:.C......

. ... i~

.'6!J~':"",..,,_, ~.4U$Siip:x:::;::;::;::i

..

&rx:::;zc:·

3.3.4.Specific Authorizations
3.3.4.I.Personal Identification Numbers (PIN)
All systems must provide the ability to assign a unique Personal Identification Number
(PIN) to each inmate. It must be possible to assign these numbers at the central intake
processing stage, and for the same number to be associated with an inmate for his or her
entire stay at any DOC location, whether continuous or not. It must also be possible for a
specific institution to not use the identifier requirement in call processing on specific
designated telephones. Currently the ICC is the only institution using Personal
Identification Numbers. The establishment and maintenance ofthe PINs will be borne by
the Proposer in communication with the locations electing to utilize PINs.
While the DOC Inmate number is an easy means of assigning a PIN, it presents problems
due to its availability to not only the inmate but to others at the location. The Department
would like to consider some other means for individually identifying the inmate in the
calling environment, but whatever method is selected it must be simple to administer at
each site, involve very little staff activity and cannot be tied to any physical item which
must be used or maintained by the individual inmate. Security ofthese Personal
Identifiers is also a concern for the Department.
Describe how a PINfunction can benefit the Department. Also describe the process
followed to assign the identifier used in the proposed system and how it is both unique
and secure. Discuss the merits ofthe proposed identifier in discouragingfraud. or
assisting with other internal population management problems. Describe the capabilities
ofthe system for establishing blocks. and how this programming is changed. Provide
information on other customer applications relative to the assignment ofPersonal
Identifiers.

3.3.4.2.Inmate Database - Allowed Call Lists
All systems must be capable of establishing a list of specific telephone numbers for each
inmate (Le.. each PIN or other identifier) to allow inmates to reach only these specific
numbers. These specific authorizations may not supersede the blanket restrictions. It
must also be possible for a specific institution to not use the authorized list. It is
acceptable to propose the use of speed calling codes.
The establishment and maintenance ofthese lists will be borne by the Proposer in
communication with the locations electing to utilize such lists. Presently the ICC is the
only location using Allowed Call Lists.
Describe your inmate database functions and the entire process ofadministering the
database in detail. How many authorized numbers per inmate will be included? Can
some locations bypass the inmate database while others use it? Does the system use
speed calling?

21

(

3.3.4.3.Specific Calling Restrictions
Whether or not an inmate database is used, it must be possible to block calls by specific
identifiers, to block groups of identifiers from placing calls from specific telephones or
groups of telephones, etc.

If there is an inmate database, the system should also allow a specific inmate or group of
inmates to be restricted as to call duration, number of calls per day or per week, type of
call and hours during which calls can be made.
Describe the call restriction possibilities offered by your proposed system. Mention all
limitations in the programming capabilities offered.
3.3.4.4.Attorney Calls
There is a process in place for establishing a "properly placed attorney call" within the
network. Once in place, these calls appear in the call detail recording records but are
automatically blocked from either being monitored or recorded. The current vendor is
responsible for administering and maintaining this database on a network-wide basis. The
Proposer will be expected to continue this procedure.
Currently attorney numbers are entered into a Database in the PIlI T-NETIX, Inc Phone
System. The attorney numbers are taken from a list of the Idaho State Bar Association of
all Idaho Attorneys. Additional attorney numbers are added to this database by the
contractor when requested by the Department. 3-Way Termination Program is turned off
as well, (so calls to attorney's offices can be transferred and allow the attorney to take the
call in hislher office without being cut off). The current list of attorney numbers must be
loaded into the Proposers system prior to any Inmate phone calls being made.

Describe how attorney calls should be handled ifyour proposed system(s) are
implemented? Describe in your proposal how you will certify monthly that properly
placed attorney calls are not being recorded.
3.3.5.Cut-Off
3.3.5. 1. Automatic Cut-Off
All systems must permit the automatic, regular immediate cut-off of all inmate
telephones at once, groups of telephones (e.g. an entire building or wing), or individual
telephones, and the ability to pre-select hours of operation by telephone or group of
telephones.
3.3.5.2.Manual Cut-Off Switches
All systems, including CWCs must also permit the manual, immediate cut-off of all
telephones, groups oftelephones, or individual telephones. These switches are generally

22
":. t

.::::::::::::;;;

QQQ"M»'

... , .

,IQ,4 .. ::;,w::.........QH..

.J.(

t"A$,W

'X'.

;V'.N•. em,.*

14 .. 0.

.

. . . . '9

d-

in-place at each facility location. Generally they are located in the Central Control area of
the site. The Proposer will be required to maintain these in-place switches or replace
them at their discretion. Ifthey are replaced, however, the operational functionality must
be maintained.

Confirm that the proposed system will meet all the requirements above. Describe in
detail how the various cut-offfeatures work, the physical controls to be provided, any
interactions between multiple cut-offlocations, and any additionalprogrammable cut-off
features offered by your system.

3.4.Acceptance of Calls By Called Parties
3A.I.Automated Attendant
Calls must be announced by a pre-recorded announcement identifying the inmate by
name, identifying the location originating the call and notifying the called party that the
accepted calls, other than a properly placed attorney call, are subject to being recorded
and monitored. No exceptions and no manual or other transfers to any live attendant will
be permitted. The exact content of all announcements will be approved by the
Department.
The inmate and the called party must be completely isolated during the announcement,
and not connected until called party has accepted the call. Ideally it should also be
immediately apparent to the called party that the announcement is recorded rather than
live.

Describe your system ~ announcement capabilities in detail. How will isolation be
assured?

3A.2.Initial Acceptance
Positive acceptance of the call by the called party is required. Ifthere is no response by
the called party, this must be automatically interpreted as a denial, and the call must be
immediately disconnected. Presently the acceptance is accomplished by dialing a key on
the accepting telephone. Also during the announcement, the called party must have the
ability to deny the call and block their telephone number from being called again. During
the call set-up process the actual cost ofthe call must be announced to the called party,
before call acceptance, so this can be considered in accepting a call. The inmate should
be informed by the system if the call is not accepted, for whatever reason.

Describe in detail the acceptance process you propose. How will acceptance be
indicatedfrom a touch-tone telephone? From a rotary dial telephone? How long will
the system waitfor a positive announcement before disconnecting? Is this interval
programmable? What will happen if the call goes to a computer, fax machine, automated
attendant or ACD, voice mail system, etc.

23

3.4.3.Continuing Announcement - Branding
Recorded voice overlay announcements are required, notifying the called party that the
call is originating from a specific correctional facility. The content of these
announcements will be approved by the Department.
In addition, with time limits imposed on call duration, the system must provide an
advance warning that the call is about to end. Presently announcements are made at twominutes remaining, one-minute remaining and immediately prior to disconnection.
State how the voice overlay will be recorded in your system. How will you ensure that
ongoing conversations are not interrupted during the announcements? What kind offinal
warning tone or announcement will be used? Is the time before disconnect
programmable?

3.4.4.BiIingual Announcements
Inmates and called parties must be able to select the use of Spanish or English for all
announcements.
Detail how this process will work What codes would be required? Does your system
offer multi-lingual announcements?

3.5.Control of Call Parameters By Department
3.5. I.Functions Determined by Department (Same for all institutions)
•

Hours of operation (for example, services shut down during the night hours.)

•

Maximum call duration.

•

Assignment of inmate identifiers.

•

English and/or Spanish commands.

•

Branding Announcements

•

Disconnect Announcements

•

Three-Way call detection.

•

All functions also controllable by institution.

Confirm that all ofthesefunctions will be provided in the proposed system.

24

3.5.2.Functions Controllable by Institution
•

Hours ofoperation by telephone and group of telephones.

• Three-Way call detection treatment.
• Specific call length.
• Allowed Call Lists.
• Specific system cut-off timers.
• Daily, Weekly call limits (not counting properly placed attorney calls).
• Time-Out between calls, by PIN, including any switchhook activity attempted by the
inmate placing the call.
Confirm that all ofthesefunctions will be provided in the proposed system.

3.5.3.Access to Function Programming
At a minimum, institutions/centers should be able to perfonn programming changes on
site or to obtain changes in programming of functions within four hours of submitting the
requested changes to the Proposer by telephone, e-mail or facsimile.
Specify this equipment, software and network/accessfacilities provided to support this
requirement. Summarize the range offunctions available to an individual location.
Detail theformal training which will be provided to Department staff, at each location,
relative to this programming.

3.5.4.Ease of Use
Software functions, including such items as control ofcall parameters, inmate database
changes, and generating reports, should be as simple to learn and operate as possible.
Describe the nature ofthe user interface providedfor softwarefunctions. What is the
training time required to becomefluent in the operation offunctions the institutions may
need to access for themselves?

3.6.Control of Fraud and Abuse
3.6.1.Single Destination

2S

(

All systems must deny access to three-way, conference calling, call forwarding,
transferring at either the originating or called location and identified fraudulently
established ("bum-out") telephone numbers. Systems should provide options for the
treatment of call attempts for these conditions. 3-Way Termination Program must be
turned off for properly placed attorney calls, (so calls to attorney's offices can be
transferred and allow the attorney to take the call in hislher office without being cut off).
Describe in detail how the proposed system controls these events. Do you guarantee
100% denial ofall such calls? What limitations does the proposed system have in this
regard? What are yourfuture plans to further develop this capability if it is not 100%
now?

3.6.2.Alarms
Systems should be able to notify a staff person, at the location where the cut-off controls
are installed, in the event that a specific inmate is making a call, or is making a call to a
specific number, if either ofthese have been programmed for alarm status. Such attempts
should also be highlighted in call detail recording and on the recording/monitoring
platform used.
How areflags established and changed? Describe what happens when pre-programmed
event takes place. What action can be taken by the staffperson? What different
conditions can be alarmed?

3.6.3.Monitoring and Recording Requirements
3.6.3. 1.Selective ListeninglRecordingIPlayback
All systems must be capable of permitting monitoring and recording of all calls from any
inmate telephone (other than properly placed attorney calls), with the exception ofCWC
phones. The minimum requirement consists of all the following:
•

Manual set-up of the monitoring connection on an as-needed basis. This must be
accomplished from a recording/monitoring system, generally located in the Security
Control at the site.

•

All equipment to perform the monitoring and recording from the location where the
connection is established.

•

Monitoring and recording must be able to be done on all telephone calls
simultaneously.

•

All Institutions must have this capability.

26

/'

(

•

CWC Inmate phones must have the same capabilities as the Inmate phone system for
the Institutions, with the exception ofmonitoring and recording. These functions will
not be required at the CWC's.

Describe your recording, monitoring, playback and control equipment in detail,
including both a needed materials list andfunctional descriptions. What recording media
would be utilized? What training would be provided on the equipment installed to
familiarize staffwith its overall operation, maintenance and playback capabilities?
3.6.3.2.Remote Monitoring Locations
The Department would like to consider implementing the capability of monitoring calls
or reviewing previously recorded calls from locations other than the Control Centers.
Describe these capabilities within your system, including both a needed materials list and
functional descriptions.

3.6.4.System Security
Passwords or security codes are required for the on-site terminals, and security measures
must also be implemented for all levels of the central call processing equipment. The
purpose of these security measures is to control unauthorized access to the system, the
telephones, the call details, and the databases.
Detail what measures exist at the institutional level andfor the central processing
locations to assure security and denial ofunauthorized entry. How will any attempts into
the system be detected? What will happen when such an entry is detected?

3.7.0ptions
3.7.1.Phone Cards
The proposal must present the department an option of Inmate phone cards for
institutions. This will be exclusive of the phone cards required for the CWCs.
Describe how phone cards work, to include price, calling rates and any other
information. Security is ofgreat interest to the Department and must be considered with
this option. You may propose andjustify alternatives to this option. Include in your
response details ofthis plan, including past experience using phone cards in
institutions/CWCs.

3.7.2.Inmate Phone Accounts
The proposal must present the department an option of Inmate phone accounts.

27

(
'-

Include in your response details ofthis plan, including past experience Inmate Phone
Accounts in institutions/CWCs. You may propose andjustify alternatives to this option.

28

..

H? .... QY.____

.... ~.

( ...

n

wc:;".,@)

~~m:!: M~(

z

x:~~

.l 'mR OM

'>.il."

(

4. Implementation and Ongoing Service Requirements
In this section, please respond as completely as possible to each numbered point. Follow

the instructions in RFP Section 1.1. Proposals will be scored on how and how well your
proposal fulfills these requirements compared to other proposals, so a response of
"complies" or "agreed or some such word phrase will not be sufficient to obtain more
than the minimum score.
U

Some specific questions are noted in italics below.
In addition, note that the State desires a complete and well-worked-out implementation

plan to review in evaluating proposals. Please add whatever information reflects your
project management process best and provide a clear sense of how the implementation
will be accomplished. Be as specific as possible.

4.1.Implementation Requirements
4.1.1.Installation Project Scheduled Requirements
The Department desires that installation be accomplished as soon as possible after
contract award to be completed by a mutually agreed upon date. Determination will be
made on a site-by-site implementation versus a system-wide implementation. Factors that
will influence the installation schedule from the State»s side include:
•

Expiration of the existing contract. This will continue on a month-to-month basis
until installation is complete.

•

If the entire system does not cut over at the same time, the installation at ISCI should

be given an early priority, followed by the other institutions roughly in order oftheir
sIze.
•

Continuity of service must be maintained at all locations during the installation
process, and the plan must be designed to minimize disruption at any single site or
network-wide.

4.2.0ther Implementation Requirements
4.2.1.Complete Installation
Complete installation is required» including all equipment, software» and facilities,
cabling training, database» support organization, etc. The contractor will be responsible
for building the initial database ofinmate numbers and programming all variable call
parameters.

29

,

(

4.2.2.Site Conditions
Contractors are responsible for adapting to all existing site conditions. The Department
will have final approval of all installation methods and materials. Any damage to State
premises or property must be repaired and restored to its original condition at
Contractor's expense.

4.2.3.Compliance With Laws, Rules and Regulations
Contractor, its employees and others acting under its direction or control and independent
contractors, shall at all times observe and comply with all applicable rules and regulations
of the Department that are generally applicable, now existing or hereafter adopted,
respecting operations and activities in and about property occupied by the Department.

4.2.4.Implementation Plan
Present a summary Implementation Plan for fully functional service that meets all the
requirements of this RFP. Identify tasks and milestones. List time intervals for each
milestone, in days from award. Describe project management approach method and
status reports that will be provided to the Department. A detailed Plan will be required
from the selected Proposer before award.

4.2.5.Implementation Project Management
Provide the name and a detailed resume of the implementation project manager.
Describe the project team and resources for the initial installation.
The Department will appoint a project coordinator to supervise the initial
implementation. A coordinator at each institution/center will also be named. Contractor
will coordinate all work through these designated contacts.

4.2.6.Testing and Acceptance
Testing must be conducted and successfully passed at each institution and for the
complete system.
Tests shall be conducted over a period of30 consecutive days, beginning at the time the
installation is completed. The Department shall review each set of test results and issue a
written notice of acceptance, or direct that the testing period be extended.
Failure of any part of the test for a third time will be grounds for tennination of the
contract.
Proposals must list and describe a set oftechnical and performance tests that will
constitute this requirement. All major standards, functions and service reporting
requirements must be included in their testing requirements. Describe what will be

30

measured. exactly how these measurements will be made, and what documentation will
be provided to the State. The Department may add to or modify the list before award.

4.2.7.lnitial Training
Contractor must provide initial training prior to cut over on the use of all equipment and
functions available to the Department, institutions, and inmates. Up to five (5)
employees from central office and five (5) from each institution shall be provided
complete system training, on-site at each location. This training may, at the Department's
request, include train-the-trainer training to allow Department personnel the ability to
train subsequent staff. Trainees must receive a certificate on completion ofthis training.
Copies ofthese certificates will be sent to the appropriate facility head, to the Contract
Office, and to the Training Bureau at Central Office in Boise.
Training must include all inmate functions, system administration functions, report
generation and use, recording/monitoring, vendor support procedures, and other subjects
needed for a full and complete implementation. Appropriate written materials for both
training and ongoing reference are required.
Inmate training must be presented to inmates immediately impacted by any system
change as well as for future inmates.
Proposals should detail thefollowing:
•

Type(s) oftraining, contents oftraining sessions and materials;

•

Amount(s) oftraining: number ofsessions, lengths ofsessions, maximum number of
people per session,·

•

Certificates oftraining

•

User manuals

4.2.8. Ongoing Training
In addition to the required initial training at the time of implementation, which is
described in Section 4.2.7, ongoing training is a support group responsibility. Ongoing
training is required for institution staff and central office staff. All training materials
utilized by the Contractor must be supplied on an ongoing basis, revised and reissued
whenever changes in service or systems operation are made. This training must be
provided semi-annually to each institution. Trainees must be provided a certificate on
completion ofthis training. Copies of these certificates will be sent to the appropriate
facility head and to the Contract Office at the IDOC Central Office in Boise.

31

(

Describe how these training requirements will be accomplished and the method which
will be utilized to notify the Department and individual sites on changes impacting the
service or operation.

4.2.9.Attending meetings
Upon the request of the Department, the Contractor shall provide phone related
consultant services, to include attendance when requested at meetings at no additional
cost to the Department.

4.2.10.Inmate Phone Meetings
Inmate Phone Meetings will be held quarterly between the Proposer Representative(s),
the Departments Contract Office, Field and Community Services representative, and the
Division of Prisons representative. These meetings will be held at the IDOC Central
Office. The Departments Contract Officer will provide a schedule of these meetings to
the Contractor.

Proposals must indicate theirfull acceptance and understanding ofthis responsibility.

4.3.Contract Administration Requirements
4.4.Prime Contractor
As indicated earlier in this RFP, the Department intends to make a single award to a
prime contractor for this service. The prime contractor will have complete responsibility
for the performance of all aspects ofthis contract, including portions provided by
subcontractors.

Proposals must indicate theirfull acceptance and understanding ofthis responsibility.
No cost allowances will be made to compensatefor Proposers who fail to sufficiently
plan for fully carrying out all objectives and tasks under this contract.

4.5. DOC Contract Administration
4.5.1.Contract Responsibility
Responsibilities for contract oversight will be by the moc, Division of Institutional
Services' Contract Office. Warden/CWC Managers of each institution/CWC shall be
responsible for the daily operation of the Inmate Phone System and cooperation with the
Contractor at their facility.

4.6. Support Requirements

32
. JMCmJ;m::;:t::S;;P;,ktiiiQ,i*":'•• ,¥i%.. ra:::MAA

,<.I~

. .t,UI**=!~

.... '

... (.",(~ .. , .w.o.(c.dud.

(

The Contractor's responsibilities will be carried out through a support group which can
be a portion of an existing organizational unit that serves other correctional customers, or
a new organizational unit created for the State, or both. The following describes briefly
the basic functions this support group must provide.
Proposals must describe in detail the establishment, location(s), staffing, operation,
supervision, and responsibilities ofthis supportfunction. Describe the organizational
relationships within the support group, between the prime contractor and all
subcontractors/service providers, and between the support group and other parts ofthe
Contractor's organization. Provide evidence that service standards and quality,
continuity and transparency, and adequacy ofstaffing and other resources will be
maintained over the life ofthe contract. A/so address the various specific responsibilities
listed below.

4.6.1.Customer Service
Customer Service will be provided to designated Department and institution staffupon
request, including, but not limited, to the following:
•

Receiving and processing orders for adds, moves and changes; scheduling work,
updating records, updating systems to include central processors, software, firmware
and other operational components.

•

Responding to trouble calls, requests for information, and other service issues.

•

Immediately tracing recent calls placed from specific telephones, in case of an
emergency.

•

Changes in databases, system parameters or call parameters.

•

Maintaining Allowed Call Lists

•

Providing points of contact and customer service for inquiries made by called parties
relating to operational issues and billing.

Describe how these requirements will be met.

4.6.2.Consulting
Contractor will provide additional consulting services to the Department or individual
site regarding inmate telephone service, as requested.

4.6.3.Programming and Data Administration
Initial and ongoing management ofall databases created for the State will be fully
supported and maintained by the Proposer.
33

(

4.6.4.Maintenance, Repair and Installation
Full maintenance services are required in connection with all services and equipment
provided under this contract. Specific maintenance requirements are provided in further
detail in RFP Section 4.8.
Additions, changes and moves of premise equipment will be ordered in writing by the
Department. Work must be completed within 15 days, except for new institutions, for
which dates will be established on a case-by-case basis. Removals will be completed
within 10 days of order.

4.7. Support Group Organization
4.7. 1. Contract Management
The Proposer must assign a dedicated contract manager for the life of the contract.
Provide the name and a detailed resume of the dedicated contract manager
Proposals should describe the management and supervision ofthe Support Group
provided to the State. Provide information about the facilities, work locations and other
resources that support this group.

4.7.2.Centralized Staffing
The responsibilities must be fulfilled by a combination of centralized Contractor staff and
available on-site Contractor staff.
The centralized staffwill provide on-line "Help Desk", 24 hours a day, 365 days a year;
consulting assistance; maintenance, repair and installation; reporting, and overall
management. Central staff will provide all database administration and call parameter
change functions for all locations, as requested.
Describe your organization's capability to meet this requirement.

4.7.3.0n-Site Staffing Availability
The Proposer must have certified and trained staff available, within the state, with the
capability of being on any site within four (4) hours ofplacing a call for assistance.
Additionally, these individuals must have the equipment and capability to remotely begin
problem resolution, upon notification.
Describe proposed staffdeployment upon the award ofthis contract. Describe the
technical and support capabilities ofthese individuals and the procedure for contacting
them. A/so describe any escalation procedure which will be in-place.

34

(

4.7A.Resolution of Complaints
Provide a specific plan for resolution of complaints, troubles, etc. that are not handled in
normal intervals. Identify by name, position title and telephone number every level
above the Support Group director. Indicate specifically what will trigger the involvement
ofthe next level.

4.7.5.Detailed Reporting Requirements
Proposals must describe all reports listed below, with the expectation that Department
personnel will be trained to produce reports in addition to being provided by the
Contractor. Underlying data must be maintained for the life of the contract.
4.7.5.1.Usage Reports
The following reports will be available;
•

Call detail reports and regular reports of all calls placed from inmate telephones.

•

Describe standard reports that can be obtained, how they can be obtained, and how
often they can be produced. Provide examples of standard reports that are available.

•

Ad hoc reports are needed of calls made, with sorts by calling number, called number,
inmate, date, time, call duration, etc. Describe what data elements can be used to
sort, levels of sorting, how such reports are obtained, response time for obtaining
them, and provide typical reports.

•

On-line queries ofcall records are required. The system must be able to sort call
records by called number and determined on a real-time basis, the inmate who made
the call and the telephone from which it was made. The system must also be able to
sort call records by caller or by telephone and determine on a real-time basis the
numbers called and other call details.

•

Retrieval of individual call detail records or series ofcall record is required over a
user-defined period of time based on called number in order to obtain an immediate
trace on harassment calls.
4.7.5.2.Performance Reports

Reports on system and contractor performance will be required on a monthly basis,
initially, and then as agreed upon. These reports must include the following at a
minimum: overall system operation by location and system-wide, maintenance and
trouble events and resolutions, equipment in service, consumer complaints, unauthorized
calls or call attempts detected and database activity. These reports should be submitted to
the Department's Contract Office.

3S

(

4.8.Maintenance Requirements
4.8.1.Complete Maintenance
As stated earlier, Proposers must provide complete maintenance for all parts ofthe
system provided to the State, including but not limited to labor, parts, materials, software,
repair or replacement of equipment, and transportation, for the life of the contract. In
addition:
•

Maintenance must be provided at no cost to the State at any time, including charges
from Local Exchange Carriers for facility isolation services.

•

Maintenance must include any wiring owned by the State, and replacement as needed
of any equipment or wiring now owned by the State. This includes all equipment
acquired by the State at the termination of the existing contract. Specifically, an
existing monitoring/playback unit must be maintained at each location for use with
historic tapes, unless an agreed upon alternative for using historical call information
is accepted by the Department (Le.: converting historical tapes to current technology
media maintaining the full integrity of these records).

•

Sufficient staffing must be maintained to respond to multiple events and sites
simultaneously.

•

A regularly scheduled preventative maintenance program must be established for
each location. This work must be performed to assure the Department ofthe proper
operation of the entire system.

Indicate understanding and acceptance ofthis requirement. Give details on quantities
and locations ofmaintenance personnel available to service the equipment prOVided
under this contract. Also include a list ofthe performance standards the Contractor is
offering in conjunction with the proposal.

4.8.2.Qualifications
Proposers must be authorized to provide service and repair, and individual maintenance
technicians must be fully trained and certified as qualified, by the manufacturers of all
equipment provided or used by the State.
Proposals should warrant the qualification and certification ofall technicians, whether
prOVided by the prime or a sub-contractor, and must provide evidence ofmanufacturer
authorizations, upon request. Should sub-contractor relationships change during the
term ofthe contract, the Department must be notified ofthe pending change and reserves
the right to approve the change before it occurs. If such a change is being proposed,
information on the new sub-contractor must be provided equivalent to the specifications
in the original Requestfor Proposal. Any approved change must come with the assurance

36

SJA"*4..,..."Mk......... :;:;.,...:::::;;g:;; _"I (t i i .J.&iwt&b.«.6&.SIt.J.J...w"d'&':;.M..... 3.d,;;G.

M........" "

c•..?i..;.nnb

(, ,M.3i.:;..::v.s

. iJiUM.MW:::V::::W:;;;::'l'" ,

.(.C.O;V.«W.Qi&.«Mi

J.S. g:;...,r.:;:m::;;:::::::v::::::;:;::;t::;:¥.>!~;:::::::;y;;(;t ..'J..«:;""..W.Q.;;.. C.J:m.'w.;iM.Mi= <."

(
ofno loss ofperformance during the change orfor the remainder ofthe term ofthe
contract.

4.8.3.Problem Reporting
Maintenance problems will be reported by authorized individuals at each institution. The
Department will provide the successful contractor with a list of authorized employees.
Requests will be telephoned, e-mailed or submitted by facsimile to the 24-hour Help
Desk. All reports will be logged in at the time they are received.
Describe the Contractor's processfor meeting this requirement.

4.8.4.Response
4.8.4.1.Definition ofResponse
Response to a maintenance call means that diagnostic or repair work has been initiated,
and technician assistance is on-site at the location where the probable cause of failure is
located, with appropriate tools, equipment and parts. Remote troubleshooting is
acceptable following an initial report, however, on-site technical assistance must adhere
to the definitions listed.
4.8.4.2.Applicable Hours
Scheduled maintenance and minor repairs may be performed during business hours,
which are 7:30 a.m. to 4:30 p.m., Monday through Friday local time. Major repair
services must be available from 6:30 a.m. to 10:30 p.m., seven (7) days a week, three
hundred and sixty five (365) days a year. In addition, the Department reserves the right
in extraordinary situations to declare an emergency and to require repair services at any
time.
4.8.4.3.Minor Repairs
A minor problem is defined as up to 25% ofthe service at a single facility out of service.
Response to a minor problem is required within eight (8) hours from reporting, and
satisfactory completion of the repairs is required within twenty-four (24) hours from
reporting.
4.8.4.4.Major Repairs
A major problem is defined as over 25% ofthe service at a single facility out of service,
or a failure in any call processor or node from any cause, or a failure in call restriction
functions, or any other condition that renders the system incapable of performing all its
normal functions. Response to a major problem is required to begin resolution within
one (1) hour via remote access with arrival on-site within four (4) hours from reporting.

37

Satisfactory completion of the repairs is required within twenty-four (24) hours from
reporting.
4.8.4.5.Escalation
An escalation plan must be proposed that will be effective in the case that any ofthe
above conditions are not met within the required time allowances.
4.8.4.6.Status Reporting
Any time a repair problem is pending_ reports are required to be made to the reporting
institution every two (2) hours. If a problem is in first stage escalation_ reports are
required to be made to the reporting institution and to the Department every two (2)
hours. If a problem is in second stage escalation or later, or is deemed by the Department
to be an emergency, reports are required to be made to the reporting institution and to the
Department every hour, until resolution is achieved.
Indicate your acceptance ofthese requirements and detail your maintenance and repair
plan. You may propose andjustify alternatives to these requirements, although the State
reserves the right to reject such alternatives. Include in your response details as to what,
ifany, test equipment and spare parts you propose to locate on site at the
institutions/centers.

38
·.,.0.. $

.,

1.-M.

g;;;;;;;;;;;y:iiili6:::#%i!44AA.J ..

( ~ .......,.".. "

.. Q,Pt•. %

.... !1.PN#>:",.;;.:s:.Q.b.. ...J.J.tv..«. 1. J.

,/
\

5. Contractual Requirements
Please refer to RFP Section 1.3 for the instructions on submitting a response to this
section.

5.1.Contract Term
The initial contract term will be two (2) years from the date of award, with the option for
three (3) additional one (1) year extensions.

5.2.Contract Award and Execution
In the event of contract award, the contents of this RFP (including all attachments), RFP

addenda and revisions; the complete proposal ofthe successful Proposer, and any
additional terms agreed to in writing by the agency and the Proposer shall become part of
the contract. Failure ofthe successful Proposer to accept these as a contractual
agreement may result in a cancellation of award.
The following priority for contract documents will be used if there are conflicts or
disputes:
•

Final signed contract, including any additional terms or attachments.

•

Written proposal including written questions/clarifications.

•

Request for Proposals, plus any addenda issued by the State.

5.3.Other Contractual Conditions
5.3. 1. Acceptance of Proposals Content
The entire contents of the proposal ofthe successful Proposer will become contractual
obligations if procurement action ensues.

5.3.2.Contract Terms and Conditions Defined
The state reserves the right to incorporate the standard state contract provisions into any
contract negotiated with any proposal submitted responding to this RFP. Failure of the
successful Proposer to accept these obligations in a contractual agreement may result in
cancellation of the award.

5.3.3.Certification of Independent Price Determination

39

(
By signing this proposal, the Proposer certifies, and in the case of a joint proposal, each
party thereto certifies as to its own organization, that in connection with this
procurement:
•

The prices in this proposal have been arrived at independently, without consultation,
communication, or agreement, for the purpose ofrestricting competition, as to any
matter relating to such prices with any other respondent or with any competitor;

•

Unless otherwise required by law, the prices which have been quoted in this proposal
have not been knowingly disclosed by the Proposer and will not knowingly be
disclosed by the Proposer prior to opening in the case of an advertised procurement,
or prior to award in the case of a negotiated procurement, directly or indirectly to any
other Proposer or to any competitor; and

•

No attempt has been made or will be made by the Proposer to induce any other person
or firm to submit or not to submit a proposal for the purpose of restricting
competition.

•

Each person signing this proposal certifies that:

•

He/she is the person in the Proposer's organization responsible within that
organization for the decision as to the prices being offered herein; or

•

He/she is not the person in the Proposer's organization responsible within that
organization for the decision as to the prices being offered herein, but that he/she has
been authorized in writing to act as agent for the persons responsible for such
decisions.

5.3.4.Independent Contractor
Contractor shall act as an independent contractor insofar as the performance of services
hereunder is concerned. To that end, Contractor shall employ, direct andlor contract with
such personnel as it requires to perform said services; shall secure any and all permits
that may be required in order to perform the services herein contemplated; shall exercise
full and complete authority over its employees; shall comply with the Worker's
Compensation, employer's liability and other Federal, State, County and Municipal laws,
ordinances, rules and regulations required of an employer performing services as herein
contemplated; and shall make all reports and remit all withholding or other deductions
from the compensation paid its personnel as may be required by any Federal, State,
County or Municipal law, ordinance, rule or regulation. Neither Contractor nor any
person employed by the Contractor to perform services under this agreement shall be
deemed to be an agent or employee of the Department. Further, neither Contractor nor
any employees of the Contractor shall be entitled to participate in any retirement or
pension plan, group insurance program, or other programs designed to benefit employees
of the Department.

40

5.3.5.Single Contract
The State intends to award a single contract as a result of this RFP. However, subcontractor relationships are encouraged. Sub-contractors must be specified in the
proposal and in the event ofthe award, will be required to abide by all terms and
conditions ofthe contract. The primary contractor will be responsible for total contract
compliance and performance whether or not sub-contractors are used.

5.3.6.Idaho Public Utility Commission
Proposers must currently be in good standing with the Idaho Public Utility Commission

5.3.7.Assignment Of Contract Or Sub-Contracts
The Contractor may not sub-contract any part ofthis Contract without prior consent of
the Administrator, Division ofPurchasing within the Department ofAdministration and
the Director of the Idaho Department of Corrections. Contractor will provide copies of all
subcontracts to the Administrator of Institutional Services.

5.3.8.No Obligation to Buy
State of Idaho reserves the right to refrain from contracting with any vendor or to contract
only for any partes) ofthe proposed systems and services.

5.3.9.Proprietary Information
Any information contained in the proposal, which the Proposer feels, should be
considered proprietary must be clearly designated. Marking ofthe entire proposal as
proprietary will be neither accepted nor honored. No information submitted as part ofthe
proposal will be returned.

5.3.10.Multiple Proposals
Multiple proposals are permitted but the State prefers that each Proposer submit its single
best offering. If the Proposer believes the scope or requirements in the RFP are not in the
best interest ofthe State as presented, the Proposer is obligated to raise these points
during the Proposer questions period.

5.3.ll.Proposal Property of State of Idaho
All materials submitted in response to this request become the property ofState.
Selection or rejection ofa response does not affect this right.

41

5.3.12.Cost of Preparing Proposals
The State is not liable for any costs incurred by proposers in preparing or presenting
proposals and demonstrations in response to this RFP.

5.3.13.Employment
The Contractor will not engage the services of any person or persons now employed by
the state, including any department, commission or board thereof, to provide services
relating to this agreement without the written consent of the employer of such person or
persons and of the agency.

5.3. 14.Hold Harmless
The Contractor will indemnify and save harmless the state and all of its officers, agents
and employees from all suits, actions, or claims of any character brought for or on
account of any injuries or damages received by any person or property resulting from the
operations of the Contractor, or any of its Vendors, in prosecuting work under this
agreement.

5.3.15.Background Investigation
All Contractor employees and subcontractors must pass a background investigation
conducted by the Department or its designee to be eligible for engagement by the
Contractor within Department facilities. The Department will charge the Contractor
actual cost for each background check it conducts for the Contractor. Such investigation
shall be the equivalent of investigations required of all Department personnel.

5.3. I6.Compliance With Laws, Rules and Regulations
Contractor, its employees and others acting under its direction or control and independent
contractors, shall at all times observe and comply with all applicable rules and regulations
of the Department that are generally applicable, now existing or hereafter adopted,
respecting operations and activities in and about property occupied by the Department.

5.3.l7.Compliance Audits
To insure there is quality of service, and contract compliance, the Department will
conduct contract audits on an as-needed basis and at least semi-annually.

5.3. I8.Conflict of Interest
The Proposer warrants that, except for bona-fide employees or selling agents maintained
by the Proposer for the purpose of securing business, no person or selling agency has

42

.... th:;:

Q

"QW

NAU!U::w:m

been employed or retained to solicit the contract upon an agreement or understanding for
commission, percentage or contingency.

5.3.19.Record Keeping and Retention
The Contractor shall establish and maintain adequate records of all expenditures incurred
under the contract. All records must be kept in accordance with generally accepted
accounting procedures. All procedures must be in accordance with federal, state, and
local ordinances.
The agency shall have the right to audit, review, examine, copy and transcribe any
pertinent records or documents relating to any contract resulting from this RFP held by
the Contractor. The Contractor will retain all documents applicable to the contract for a
period of not less than five (5) years after final payment is made.

5.3.20.Termination of Agreement
This agreement may be terminated at any time at the State's sole discretion by delivering
90 days written notice to the Contractor. Upon termination, the Agency's liability will be
limited to the pro rate cost of the services performed as of the date of termination plus
expenses incurred with the prior written approval of the agency.

5.3.21. Liquidated Damages
Failure ofthe Contractor to provide the service or submit information required by this
Contract may result in the State requiring liquidated damages, and not as a penalty. The
amount ofthe liquidated damages that may be withheld shall be determined by the
Director and shall be proportionate to the level of service that is deficient or otherwise
not in accordance with the Contract and in no event shall exceed $1,000.00 per day.
When liquidated damages are imposed by the State, the State shall notify the Contractor
in writing that liquidated damages are being imposed, the amount thereof, and the
grounds for imposing such damages upon the Contractor. Failure by the State to require
payments, or failure of the Contractor to cure any deficiency or correct any problem, shall
not be a waiver of any right of the State to terminate this Contract or to exercise any other
remedy provided by this Contract or law to the State.

5.3.22.Notification/Resolution Of Deficiency
The Contractor will have 30 days from the date of the written notification to rectify the
deficiency. If after 30 days, the Department is not satisfied that Contractor has resolved
the deficiency (or made substantial progress toward resolving such deficiencies as
defined by Department personnel), Contractor agrees, notwithstanding any other
provision of this Contract, to pay the Department the sum determined by the Director for
each day that the Contractor fails to provide services under this Contract which are
acceptable to the Department. It is understood and agreed that said amount is to be paid
as liquidated damages, and not as a penalty, in view of the difficulty of affixing actual

43

(

damages under this Contract. Contractor shall not be liable for liquidated damages when
the Contractorts failure to provide acceptable services under the Contract arises as a
result of any reason beyond its control, including without limitation, strikes or labor
diSputes by Department Staff, inmate disturbances t acts of God t or any other similar
causes beyond the reasonable control of either party. In any caset however, Contractor
shall be obligated to notify the Department in writing immediately upon its detennination
that it cannot provide said services. Nothing in this subsection shall be interpreted to
preclude the Department from recovering damages from Contractor under any other
provision of this Contract or exercising any other remedy at law or equity; nor shall the
Department be precluded from tenninating this Contract for breach.

5.3.23.Letter of Intent
The Proposer shall provide a letter of intent, from an insurance company authorized to do
business in the State of Idaho, which states its intent to insure the Proposer pursuant to
the tenns of the contract.

5.3.24. Litigation
The Proposer shall provide a list of all litigation the company has been or is currently
involved in during the last three years. Infonnation with respect to the amount of
professional and liability and other insurance, lawsuits (including all cases that were
settled and the amounts of settlement are required), and risk management plan. If this
infonnation is not available under the freedom of infonnation act and/or a state public
records disclosure act, then provide case name, case number and court.

5.3.25.Termination
After a period of three months (90 days) from the effective date of execution of the
Contractt the Contract may be terminated by the Idaho Department of Correction upon 90
days written notice to the Contractor. Written notice shall be served upon the Contractor
by certified mail.

6. Oral Presentation
The Department may invite selected Proposers who have a reasonable opportunity to
benefit from the addition of the points to present oral presentations. The Proposers will
conduct oral presentations for the Department. Oral presentations will be evaluated and
the points added to the other evaluation scores. The oral presentation must further explain
the proposal. The cost(s)t if any, will be the responsibility ofthe Proposer. Topics should
include t but are not limited to the following:

-Start-Up Program (transition)
-Section 3, Functional and Technical Requirements

44

(
eSection 4, Implementation and On-Going Service Requirements
eDemonstration Of System and Equipment

4S

,..

7. Cost and Revenue Requirements
7.1.Cost Basis
Proposal Section 7 (all copies) must be in a separate sealed envelope from the remainder
ofthe proposal, and no price information may appear in any other proposal section.

7.I.I.Department Priorities
Assuring that the functionality and contractor support required in this RFP is in place.
Assuring that the lowest possible rates are charged to the called parties for all call types.
These shall include all charges, including call set-up charges and per minute charges for
any call placed and accepted.
Obtaining income. The Franchise fee added into this procurement will not be used in
measuring Vendor responses, nor should they be included in the responses.
Types of calls are consistent from all Department facilities. They include:
•
•
•
•

Local (including extended community calls) calls
IntraLATA calls
InterLATA calls
Interstate calls.

There are a minimal number of international call requests which are handled on a caseby-case basis. The present maximum call length for all locations is thirty (30) minutes.
The number of calls placed and total minutes (for calendar year 2000), per Department
location, are included in Attachment 2. List your proposed rates on the Call Cost Analysis
Sheet below. These listed rates will be used in the measurement of the Vendor's RFP
response and negotiated into the final contract. There will be only one set of rates for the
entire Inmate Phone System.
These rates will be fixed for the initial term (twenty-four months) of the contract. Future
rate changes will be negotiated with the IDOC and the State of Idaho Division of
Purchasing.

Please provide the total charges, including any call set-up, for thefollowing call types. If
call set-up charges are "wrapped" into per minute charges, indicate so under the
appropriate heading. All call rates will remain constantfor calls made during any time oj
day or day o/week.

46

(

7.1.2.Call Cost
Call Type:

Set-Up Charge:

Per Minute Rate:

Local:
IntraLATA:
Inter LATA:
Interstate:
Evaluation of call cost will be based on Calendar year 2000 actual usage of the moc
Inmate phones.
Proposers must describe how time is measured for billing purposes. Explain how partial
minutes are billed. This billing for partial minutes will be used in the call cost scoring.

47

(

(

I
"

7.1.3.Rate Basis
Charges for telephone calls are generally based on tariffs, regulations and/or standards as
well as the Vendor cost related to providing the service. These may be under the
jurisdiction ofthe Idaho Public Utilities Commission or the Federal Communications
Commission. If this is the basis for rate calculations, used above, and the basis is reduced,
any reduction must be immediately passed onto the called parties accepting calls under
this contract. Such reductions must be provided to the Department in writing.
Please confirm that any rate reductions will be incorporated into the rate structure ofthis
contract and the method ofnotification which will be used. Also provide a listing of
applicable tariffs, regulations and standards used in the calculation ofthe proposed
rates.

7.1.4.Franchise Fee
The present contract does not generate a franchise fee for the IDOC. There will be a
Franchise Fee for this contract in the amount of $92,500.00 per month. This Franchise
Fee will be paid to the IDOC at the end of each month for the life of the contract. This
franchise fee will be fixed for the initial term (two years) of the contract. Future
adjustments will be negotiated with the contractor, IDOC and the State of Idaho Division
of Purchasing. This procurement will be incorporated into the final contract.
For purpose of measuring Vendor responses to this RFP no franchise fee factors will be
used. Infonnation related to any franchise fee should not be included in any Vendor
response.

,

48