Skip navigation

Securus v. FDOC, FL, Complaint, Phone Justice, 2019

Download original document:
Brief thumbnail
This text is machine-read, and may contain errors. Check the original document to verify accuracy.
Filing # 84039055 E-Filed 01/29/2019 10:15:45 AM

IN THE CIRCUIT COURT FOR LEON COUNTY, FLORIDA
SECURUS TECHNOLOGIES, INC.,
and BRYAN E. CARRELL,
Plaintiffs,
vs.

Case No. __________________

FLORIDA DEPARTMENT OF CORRECTIONS
and MARK INCH, in his official capacity as
Secretary of the Florida Department of
Corrections,
Defendant.
______________________________________/
COMPLAINT FOR WRIT OF QUO WARRANTO,
DECLARATORY RELIEF, AND INJUNCTIVE RELIEF
Introduction
Under the leadership of former Governor Rick Scott and its former Secretary Julie Jones,
the Florida Department of Corrections improperly subverted its inmate-telephone-contract
procurement—which had a published goal of reducing recidivism rates by lowering inmate phonecall charges to promote inmate contact with family and friends—so the Department could obtain
a panoply of goods and services that have nothing to do with inmate telephone services. In its
attempt to fulfill its wish list of goodies—which the Florida Legislature has chosen not to authorize
the expenditure of public funds to obtain—the Department violated the Florida Constitution.
Not only has the Department ignored the Florida Constitution in exercising budgeting and
appropriation powers granted solely to the legislative branch, but the Department has done so on
the backs of some of Florida’s most vulnerable citizens: the State’s inmates and their families.
Despite the Department’s published goal of decreasing call rates, under the Department’s newly
procured inmate telephone contract, these Florida citizens will endure a $3.5 million-per-year

increase in the cost to receive telephone calls so the Department can obtain certain goods and
services unrelated to inmate telephone services. Rather than have vendors compete on rates, the
Department set the rate and fees that would be charged so that the Department could purchase nontelephone-related items such as a biometric entry/exit system at Department correctional facilities;
walkie-talkies, known as “yard radios,” for more than three dozen facilities; and a statewide, realtime, hard-asset location system.
But only the Florida Legislature has authority to determine and prioritize which goods and
services the Department should acquire and to appropriate public funds from Florida’s General
Revenue Fund accordingly.

To make matters worse, recognizing that the Department had

infringed on the constitutional doctrine of separation of powers, the Department’s prior leadership
rescheduled the January approval and award of this contract to December—that is, to the waning
days of the Rick Scott administration, literally as the administration was walking out the door.
The Department has operated beyond its constitutional authority by pursuing recurring,
multi-million-dollar policies without legislative authorization.

If left undisturbed, the

Department’s rushed-through contract award will divert over $150 million from the General
Revenue Fund to the Department over the next 10 years.
The Department’s diversion of proceeds to fund its desired wish list is an unconstitutional
infringement on the legislature’s exclusive authority. The Department and its Secretary have
violated their constitutional authority by engaging in this exclusively legislative function.
Therefore, pursuant to Florida Rule of Civil Procedure 1.630, Plaintiffs Securus Technologies, Inc.,
and Bryan E. Carrell petition this Court to issue a writ of quo warranto to the Secretary of the
Florida Department of Corrections. The writ should require the Department Secretary to prove by
what authority he may negotiate and execute the inmate telephone contract discussed below.

2

Securus and Carrell also seek declaratory relief against both the Department and its Secretary
ordering that the Department violated article III, section 2 of the Florida Constitution and
injunctive relief against both the Department and its Secretary prohibiting the Department from
executing any contract for inmate telephone services pursuant to the competitive solicitation for
this contract.
Parties
1.

Plaintiff Securus Technologies, Inc., is a Delaware corporation authorized to

transact business in Florida. Its business address is 4000 International Parkway, Carrollton, Texas
75007. For purposes of this proceeding, Securus’s address is that of undersigned counsel in
Tallahassee, Florida.
2.

Securus—one of the largest providers of inmate telephone services in the United

States—is the Department’s incumbent inmate-telephone-services contractor. Securus has been
providing high-quality services to the Department for over 10 years. The existing Securus contract
has been renewed by the Department through March 24, 2019. Securus is a responsible and
responsive vendor that submitted a bid in response to the Department’s competitive solicitation to
procure a new contract, titled Invitation to Negotiate for Inmate Telecommunications Services,
FDC ITN-17-122 (the ITN).
3.

Securus is also the petitioner in an administrative protest regarding the ITN pending

at the Division of Administrative Hearings. 1 The Department is the respondent in that proceeding.
4.

Plaintiff Bryan E. Carrell is a Florida citizen residing at 2208 Gates Drive,

Tallahassee, Florida 32312.

For purposes of this proceeding, Carrell’s address is that of

undersigned counsel in Tallahassee, Florida. Carrell is a Senior Territory Manager for Securus
1

In Securus Technologies, Inc. v. State of Fla., Dep’t of Corr., DOAH Case No. 19-126BID,
Securus challenges the Department’s intended contract award to Global Tel*Link Corporation.
3

whose territory includes the Florida Department of Corrections and whose work duties include
contracted work for the Florida Department of Corrections.
5.

As the incumbent provider of inmate telephone services, a vendor that submitted a

bid in response to the ITN, and a Florida taxpayer, Securus has standing to pursue this action.
6.

As a Florida taxpayer and a Securus Senior Territory Manager whose territory

includes the Florida Department of Corrections; whose work duties includes contracted work for
the Florida Department of Corrections; and whose employer submitted a responsive, responsible
vid in response to the Department’s competitive solicitation for inmate telephone services, Carrell
has standing to pursue this action.
7.

Defendant Florida Department of Corrections is an executive-branch agency of the

State of Florida, with its principal address at 501 South Calhoun Street, Tallahassee, Florida
32399-2500. The Department is tasked by the Florida Legislature with protecting the public
through the incarceration and supervision of offenders; rehabilitating offenders through the
application of work, programs, and services; and focusing its attention on the removal of barriers
that could prevent an inmate’s successful return to society.
8.

Defendant Mark Inch is the current Secretary of the Florida Department of

Corrections and presently serves as the agency’s administrative head. Julie Jones was the
Department Secretary throughout the course of the procurement, including negotiations and
posting of the notice of intent to award. The Department Secretary is responsible for ensuring
“that the programs and services of the department are administered in accordance with state and
federal laws, rules, and regulations, with established program standards, and consistent with
legislative intent.” § 20.315(3), Fla. Stat. (2018).
9.

In addition, “[t]he secretary shall identify the need for and recommend funding for

4

the secure and efficient operation of the state correctional system.” Id. (emphasis added).
Likewise, the Secretary is required to “[d]irect appropriate department staff to submit in the annual
legislative budget request a prioritized summary of critical safety and security deficiencies and
repair and renovation security needs.” § 944.151(11), Fla. Stat.
Jurisdiction and Venue
10.

This Court has jurisdiction to issue writs of quo warranto pursuant to article V,

section 5, of the Florida Constitution and Florida Rule of Civil Procedure 1.630. The Court has
jurisdiction under section 86.011, Florida Statutes, to render declaratory judgments. The Court
has jurisdiction under section 26.012(3), Florida Statutes, to issue injunctions.
11.

Venue is proper in Leon County, Florida, pursuant to section 47.011, Florida

Statutes, as the operative facts and circumstances necessitating this complaint occurred in Leon
County. Also, the Department Secretary and the Department are located or headquartered in Leon
County at 501 South Calhoun Street, Tallahassee, Florida 32399, so the home-venue privilege
dictates that venue should be in Leon County.
12.

The term quo warranto “means ‘by what authority,’ and the writ is the proper

means for inquiring into whether a particular individual has improperly exercised a power or right
derived from the State.” Whiley v. Scott, 79 So. 3d 702, 707 (Fla. 2011). Quo warranto
proceedings are subject to broad standing requirements, allowing members of the public as citizens
and taxpayers to seek the extraordinary writ. See, e.g., Chiles v. Phelps, 714 So. 2d 453,456 (Fla.
1998).
13.

Quo warranto is available to challenge the right of a public officer to take a

particular action in an official capacity. Richard Corcoran, in his Official Capacity as Speaker for
the Fla. House of Representatives v. Tom Delacenserie, in his Official Capacity as Secretary of
the Fla. Dep’t of the Lottery, 2017-CA-365 (Fla. 2d Cir. Ct. 2017).
5

14.

This action is appropriate in this Court because, “[a]s a general rule, unless there is

a compelling reason for invoking the original jurisdiction of a higher court, a quo warranto
proceeding should be commenced in circuit court.” Whiley, 79 So. 3d at 707. Further, this action
is appropriately filed here because there may be a need for determinations of fact. Cf. Moreau v.
Lewis, 648 So. 2d 124, 126 n.4 (Fla. 1995).
The Department of Corrections’ Procurement of Value-Added Services
15.

The Department’s inmate telephone contract is a competitively procured, no-cost

contract, meaning the Department will not expend any State funds to obtain the services. Instead,
the awarded vendor will provide telephone services to inmates in exchange for a per-minute fee
and account funding fee paid by the inmates’ family and friends.
16.

On or about November 2, 2016, the Department issued the ITN, seeking

competitive, sealed replies from qualified vendors to provide the State’s inmate telephone services.
After issuing the ITN, the Department issued 17 addenda. (Copies of the ITN and addenda are
attached as composite Exhibit A).
17.

Under the ITN and the invitation-to-negotiate procurement process for state

agencies (set forth in chapter 287, Florida Statutes), interested vendors would submit technical
replies and cost replies to the ITN. A Department evaluation team would then assess and score
replies and identify one or more vendors with which to negotiate to receive the best value. Finally,
after negotiations were conducted, the Department would award the inmate telephone contract to
the vendor the Department determined would provide the best value to the State.
18.

The Department has historically made inmate telephone services available within

its institutions. Such services include “the provision of telephone equipment for inmate phone
calls and coin-operated telephones for site staff and visitors.” Ex. A § 2.1. The ITN’s published
goals included establishing “reasonable and justifiable telephone call rate charges for inmate’s [sic]
6

families and friends similar to those available to the public at large” and, in turn, “reduc[ing]
recidivism through increased family re-unification and re-entry efforts.” Ex. A § 2.4.
19.

The ITN contemplates a no-cost contract, meaning the Department will not expend

any State funds for inmate telephone services. Instead, the winning vendor will charge inmates’
families and friends a per-minute rate for calls, plus account funding fees.
20.

Although the Department’s prior inmate telephone contracts (like many other

inmate telephone contracts around the country) required the vendor to remit to the Department a
portion of the gross revenue the vendor earned on the contract, the ITN explicitly prohibited the
vendors’ remission of commissions.
21.

Without having to pay commissions, vendors can provide lower inmate telephone

call rates to inmates’ families and friends. Keeping call rates lower promotes inmates’ contact
with family and friends, increasing eventual re-unification and re-entry and reducing recidivism.
22.

The ITN made clear the Department was not interested in receiving commissions,

but instead was interested in establishing the lowest possible call rates and obtaining the most
beneficial “value-added services,” which the ITN defined as “[a]dvanced and/or additional
services provided to the Department that include new and innovative technologies relating to the
telecommunication services sought, and at no additional cost to the Department.” Ex. A §§ 1.29,
2.7.
23.

Section 3.2 of the ITN states,
As a part of this revenue generating Contract, the Department is interested
in obtaining value-added services in lieu of commissions. The Department
requests that Vendors provide with their Reply, a detailed description of all
value-added services the Vendor is offering the Department. These services
would be in addition to those services that meet the minimum service
requirements and specifications of this ITN.

Ex. A. § 3.2 (emphasis added).

7

24.

Neither the Florida Constitution, the Department’s enabling statute, nor other

Florida law authorizes the Department or its Secretary to solicit or accept value-added services in
lieu of contracted telephone commissions.
25.

Within the Department’s enabling statute, section 945.215, Florida Statutes, is the

exclusive provision expressly governing contracted telephone services. Section 945.215(1)(b)
provides, “All proceeds from contracted telephone commissions must be deposited in the General
Revenue Fund.”
26.

Prior to 2003, section 945.215(1)(b), Florida Statutes, directed that all proceeds

from contracted telephone commissions be deposited into the Inmate Welfare Trust Fund, “a trust
held by the department for the benefit and welfare of inmates incarcerated in correctional facilities
operated directly by the department and for visitation and family programs and services in such
correctional facilities.”
27.

The legislature amended this statute in 2003 to direct that all contracted inmate

telephone proceeds instead be deposited into the General Revenue Fund.
28.

ITN section 3.2 listed the Department’s preferred value-added services. These

value-added services included the provision and operation of a fully functioning cell-phone
forensic laboratory with supporting services and Cellebrite units, a managed-access system to
eliminate wireless communications within correctional institutions, facial-recognition software,
and various other telephone-related services.
29.

In August 2017, Securus timely submitted a reply in response to the ITN. Two

other inmate telephone vendors, CenturyLink Communications, Inc., and Global Tel*Link Corp.
(GTL), also submitted replies. The replies were evaluated and scored by the Department’s
evaluation team. Securus was the top-ranked inmate telephone vendor, receiving the most

8

technical points of any vendor (for offering the best inmate telephone services), the most price
points of any vendor (for offering the lowest call rates), and the most total points of any vendor.
GTL finished a distant second place.
30.

The Department then invited Securus, GTL, and CenturyLink to participate in

negotiations.
31.

At this point, rather than promote the above-mentioned, published ITN goals and

“lower the cost of telecommunication services for inmates [sic] friends and family,” Ex. 3 § 2.4.1,
the Department used negotiations to fulfill its wish list of desired goods and services for which the
Department has not otherwise obtained approval or funding from the Florida Legislature.
32.

At the Department’s first negotiation session with Securus on November 8, 2017,

Kasey Faulk, Chief of the Department’s Bureau of Procurement and a member of the Department’s
negotiation team for the ITN, informed Securus that the “main focus [of the negotiation process]
will be on value-added services.”
33.

At the November 8, 2017, session with Securus, Faulk made clear that the

negotiation team wanted the vendors to serve as middle men to obtain goods and services the
Department could not obtain through other mechanisms, as the negotiation team wanted to “kind
of spread our buck—or your buck, essentially, the furthest that we can. Because, you know, we
have funding struggles like any other public entity, and so we want to utilize [the ITN process] in
the best way we can.”
34.

During the course of negotiations, Faulk had the following exchange with GTL

representatives, indicating that the Department was attempting to directly obtain value-added
services wholly unrelated to the scope of the ITN and in lieu of commissions directed to the
General Revenue Fund.

9

35.

Male speaker:

Are there—are there identified needs like that, that we
could consider?

Faulk:

Yeah. I mean, we’re open to anything.

Male speaker:

Okay.

Faulk:

It’s not like we just roll around in—in cash like
(indiscernible)—

Male speaker:

Right. Well, where’s the—where are the—where are the
biggest (indiscernible)?

Faulk:

I would definitely say that—that inmate tracking and staff
accountability are two big areas that we’re interested in
right now.

As the recordings of the negotiation team’s internal strategy sessions show, the

negotiation team penalized Securus for proposing the requested low inmate call rates—already
determined by the Department to be 25 percent better than GTL’s rates—instead of fulfilling the
Department’s wish list of goods and services unrelated to the inmate telephone system.
36.

Faulk stated in a November 8, 2017, internal negotiation-strategy session, “Now, I

can tell you that sitting there, listening to [Securus], I was very close and—and next time, I
definitely think I plan to say that I’m disappointed in the number of value-added services that they
proposed. Now in—relation to the price, I understand it more, because their—their strategy was
to go super low on price [charged to inmates’ family and friends].”
37.

Faulk made clear that the negotiation team was now—in her own words—“flipping”

the ITN’s goal of lowering inmate call rates (and thus promoting family re-unification and re-entry)
and instead focusing on goods and services the Department wanted but did not have funding or
legislative approval to purchase: “But that was [Securus’s] strategy. So I think what we’ve done
is, we’re taking and we’re flipping their strategy and saying ‘Give us everything, tell us a price for
everything, and then we’ll whittle our way down.’ ”

10

38.

The Department’s negotiation phase turned into a months-long, drawn-out process

in which the negotiation team shifted focus from one value-added service to another haphazardly,
with no regard to the ITN’s published goals and requirements and often with little to no
coordination between the individual negotiation-team members and the Department. Negotiationteam members expressed preferences for different goods and services regardless of a lack of any
relationship to the inmate telephone system. Negotiation-team members also were more focused
on trying to obtain these goods and services rather than award a contract to the vendor that offered
the best value to the State in accordance with the ITN’s goals and requirements.
39.

For instance, in a December 20, 2017, negotiation session with Securus, Faulk

informed Securus that the Department was focused on obtaining iPhones and expensive
contraband-detection systems from the company Smiths Detection as “icing on the cake”: “I think
that, you know, you put together a very comprehensive solution, and we look forward to your
BAFO. I would say, you know, as a parting gift, if you’d like to throw in some iPhones every year,
we would be super jazzed about that . . . . So you know, a hundred, 200 a year, I think we would
be super. I mean, it would be like a good little icing on top of the value-add cake.’ ”
40.

However, during that same session, another negotiator, Wes Kirkland, the

Department’s Deputy Director for Institutional Operations, for the first time informed Securus—
and the other members of the negotiation team—that he wanted the winning vendor to act as the
middle man in obtaining or replacing the Department walkie-talkies referred to as “yard radios”
supplied by the company Harris Corporation at more than three dozen correctional facilities. In
this meeting, Kirkland estimated that these yard radios would cost around $130,000 per facility,
or around $5.7 million total.

11

41.

The recording of that meeting includes a few internal conversations between Faulk

and Kirkland (that is, outside Securus’s presence, with the speaker phone muted) demonstrating
that the negotiators were pushing their own individual agendas for obtaining value-added
services—which they called “shove-ins”— with no internal coordination or regard to the ITN’s
goals and requirements:
Faulk:

We have been talking since November. Where have radios been?

Kirkland: I know that this is something new that’s involved.
Faulk:

Well, it’s frustrating for everybody because—

Kirkland: It’s not frustrating for everybody.
Faulk:

It’s frustrating for me.

Kirkland: You brought up iPhones today and drone detection—
Faulk:

Because those are little things that you could like shove in. You can’t
shove in a $130,000 system. That’s not a shove-in.

Kirkland: That is a shove-in.
Faulk:

That’s not a shove-in.

Kirkland: It’s a big shove-in, but it’s a shove-in.
Faulk:

I’m talking about like the candy that you buy while you’re standing in
line at the grocery store.

Kirkland: I understand.
Faulk:

42.

I’m not talking about like you’re standing in line and you’re like, you
know what I would really like to buy, a new boat or a TV. You’re like
while I’m just standing here, let me just throw that into the cart.
And then, Faulk made clear to the other members of the negotiation team that she

still wanted to obtain the contraband-detection units even though Securus’s representatives were
surprised by the negotiation team’s request for such a large capital expenditure associated with the

12

yard radios at this late stage of the ITN process: “Even [Securus’s representative] knew we should
have brought [the request for yard radio systems] up first. Heck no, I’ve been told to buy drug
testing units.”
43.

In an internal negotiation-team meeting that same day, Faulk directed the

negotiation team that despite the negotiators’ individual strategies, they should keep requesting
incrementally larger value-added services from the vendors: “So, for the next call [with a vendor
for a negotiation session], I would say, going back to what was mentioned while we were on mute,
everyone has their own strategies. I feel like, when we throw in the big stuff at the end, it’s like
‘whoa, whoa, whoa.’ You know? It’s like, throw in increasingly smaller things. So, maybe throw
in your stuff at the beginning . . . . If we want to spring new, big stuff on them now, we’re not
going to get real good answers . . . but I think we can try and slide in some of this little stuff.”
44.

During negotiations, on April 23, 2018, the Department issued a written Request

for Best and Final Offers (RBAFO).
45.

The RBAFO made a significant and material change to the ITN: instead of requiring

vendors to compete over providing the lowest call rate, the Department set a call rate of $0.135
per minute for all telephone calls—a 325 percent increase from the lowest current rate of $0.04
per minute for local calls—and added a new $0.99 fee per each funding event to an inmate’s
prepaid calling account.

And contrary to the original ITN’s requirements, the Department

demanded that each vendor include an annual commission payment of $5 million.
46.

While the substantial rate increase and $0.99 funding fee may be conducive to

obtaining the $150 million in value-added services the Department has attempted to obtain through
the inmate telephone contract, such increases do not assist with—and actually thwart—the ITN’s
published goals of “reduc[ing] recidivism through increased family and re-unification and re-entry

13

efforts” and “ensuring a quality telephone service with reasonable and justifiable telephone call
rate charges for inmate’s families and friends similar to those available to the public at large.”
47.

Securus and GTL ultimately submitted Best and Final Offers (BAFOs) for the

contract, each agreeing—as the Department required—to remit to the Department an annual
inmate-call commission of $5 million.
48.

Securus and GTL also each agreed to furnish value-added services wholly unrelated

to the provision of inmate telephone services, including the Department-requested thermal-camera
systems; biometric monitoring for visitors, inmates, and staff; new walkie-talkies (that is, yard
radios) for staff; and the provision of Radianse RFID [radio-frequency identification] inmate- and
staff-tracking equipment. (See memorandum attached as Exhibit B.)
49.

In its BAFO, GTL, the Department’s intended awardee, submitted the following

description of negotiated value-added services:
•

Active RFID Tracking of Inmates and Staff—Active RFID allows for
real-time tracking of people and assets and supports investigations,
programming, count verification, addressing blind spots, associations,
property, security and safety.

•

Motion Sensing Cameras to Combat Contraband “Throw-Overs”—
Ensuring security through portable and covert operations, GTL will
provide FDC with 250 Reconyx Hyperfire SC950C’s, an industry leader
in motion sensing, image capture, and image transmission technology.

•

Visitation Management—GTL will provide its complete visitation
management platform which will allow FDC to schedule, manage and
streamline the visitation process statewide.

•

Staff Radios—Complimenting FDC’s efforts to enhance staff
communication, GTL is offering FDC 4136 Harris XG-25P portable
radios or equivalent.

•

Dell Computers—GTL will provide up to 1250 Dell OptiPlex 3000
Series or equivalent model computers.

•

iPhones—GTL will provide up to 750 iPhone 8s or equivalent model.

14

•

50.

Virtual Gun Range for Staff Training—Supporting the safety of
correctional staff, GTL is including at no cost to FDC one state of the
art, turnkey, virtual gun range for staff training. 2
GTL estimated that the potential value to the Department for these services

exceeded $150 million over a 10-year period. During this same period, $50 million in inmate
telephone commissions would be paid to the Department for deposit into the General Revenue
Fund.
51.

Recently, in a proceeding before the Florida Department of Administrative

Hearings, Faulk testified that this is not the only procurement through which the Department has
sought to obtain costly value-added services unrelated to the services being procured. In her
deposition in that matter, Faulk testified that the Department has done as much in other
procurements as well because the Department believes it has the authority to obtain value-added
services in lieu of funds for the General Revenue Fund:
I would say that over the last several years that our funding has been very
focused on healthcare as well as some litigation related to healthcare. . . .
There are many worthwhile and necessary items that aren’t receiving
funding as a result of the magnitude of the funding that's required for
healthcare. As such, the Department has utilized ways to obtain valueadded services which are a part of—a normal part of the state contracting
process and have been for many years, and we are utilizing them to improve
the security of our institutions when, you know, funding through other
means may not be available.
52.

Faulk further testified that the Department’s intent was to “maximize the benefits

to security and safety of [its] institutions and preventing [sic] contraband without incurring a cost
that the legislature would have to appropriate funds for.”

2

During subsequent negotiations, GTL’s provision of Dell computers, iPhones, and a virtual gun
range was removed in exchange for other equipment.
15

The Department’s Violation of Constitutional Separation-of-Powers Principles
53.

The Florida Constitution provides for three separate, co-equal branches of

government—the

executive,

legislative,

and

judicial

branches—each

with

different

responsibilities. The separation-of-powers provision prohibits a person belonging to one branch
from exercising “any powers appertaining to either of the other branches unless expressly provided”
in the constitution. See art. II, § 3, Fla. Const.
54.

The Florida Legislature possesses exclusive responsibility and authority to enact

laws, including laws relating to budgeting and appropriations. As elected officials and the voice
of the people, the legislature is the only branch of government with the authority to determine and
weigh the State of Florida’s multitude of needs and fiscal priorities. See, e.g., art. III, Fla. Const.;
Chiles v. Children A, B, C, D, E, & F, 589 So. 2d 260, 267 (Fla. 1991).
55.

The executive branch—to which the Department belongs—bears the responsibility

of exercising the administrative power to carry out legislative directives, ensuring that “the laws
be faithfully executed.” See art. IV, Fla. Const. Yet, rather than faithfully execute its delegated
authority by requesting and collecting contracted inmate-telephone commissions for deposit into
the General Revenue Fund, the Department demanded that vendors fulfill a Department wish list
of unrelated goods and services. Put differently, the Department has created a slush fund, funded
by inmates’ families and friends, to bankroll the Department’s desired purchases, circumventing
the mandated—and nonexistent—legislative approval and appropriation.
56.

Under the Florida Constitution and the Department’s enabling statute, attainment

and funding of these safety and security priorities was required to have been left to the legislature.
However, the appropriations bill for fiscal year 2018/2019 (HB 5001) contained no specific
appropriation or proviso language authorizing the Department-requested value-added services in
lieu of the inmate telephone commissions required by section 945.215(1)(b), Florida Statutes.
16

57.

Moreover, the legislature’s intent when amending section 945.215, Florida Statutes,

in 2003 was clear: the legislature chose to direct all contracted telephone proceeds to the General
Revenue Fund rather than to the Inmate Welfare Trust Fund. The funds could no longer be
exclusively used for items such as the expenses associated with inmate clubs and inmate legal
services or the purchase, rental, maintenance, and repair of audiovisual equipment.
58.

Had the legislature intended that the contracted proceeds be used for the attained

value-added services and commodities—like yard radios and tracking of correctional-facility
staff—it would have directed as much.
59.

Thus, rather than obtain the best value to the State as required by Florida

procurement law and deposit all contract proceeds into the General Revenue Fund, the Department
has arranged for only a fraction of the contract’s expected value to the Department over a 10-year
period to be deposited for the legislature’s direction. The contract the Department intends to
execute with GTL would have an expected value of over $200 million over a 10-year period. Less
than 25 percent of that amount—$50 million—would comprise inmate-telephone commissions for
deposit into the General Revenue Fund.
60.

Furthermore, in its impermissible attempt to define and implement its own priorities,

the Department violated Florida law prohibiting the attainment of single-source services or
commodities without giving the statutorily required notice and making the statutorily required
finding that the services or commodities are available only from a single source and need not be
competitively procured. See § 287.057(3)(c), Fla. Stat. The awarded contract for inmate telephone
services will specifically include the non-telephone-related, multi-million-dollar provision of
brand-name security products from specific providers, including Active RFID Tracking from
Radianse, laboratory equipment from Cellebrite, and walkie-talkies from Harris.

17

61.

Florida law does not allow state executive-branch agencies to impermissibly

interfere with the State’s budgeting process and circumvent single-source procurement
requirements by obtaining brand-specific goods and services through a competitive procurement
for unrelated services—as the Department did here.
62.

Only the legislature has authority to elevate and appropriate for attainment of these

goods and services above others. The Department violated constitutional separation-of-powers
principles by advertising for, negotiating, and awarding an inmate telephone contract that allows
the Department to set state policy and appropriation in place of t he legislature.
Count I—Against Defendant Mark Inch
Writ of Quo Warranto
63.

Securus and Carrell re-allege paragraphs 1–61 as if fully set forth here.

64.

The Department violated article III, section 2 of the Florida Constitution when it

arranged to divert proceeds from the inmate telephone contract to fund its desired policies and
priorities, unconstitutionally infringing on the Florida Legislature’s exclusive authority. In doing
so, the Department acted without any colorable authority, blatantly in excess of the powers the
legislature delegated to the Department and therefore allowing direct resort to circuit courts
without first exhausting any possible administrative remedies.
Wherefore, Securus and Carrell request a prompt hearing on this matter; a preliminary writ
of quo warranto directed to the Secretary of the Florida Department of Corrections requiring him
to serve on Securus and Carrell a response to this complaint pursuant to Florida Rule of Civil
Procedure 1.140; a final judgment and writ of quo warranto ordering that the Department Secretary
lacked authority to obtain through the public-procurement and -contracting process the requested
value-added services as compensation to the Department rather than as proceeds for the General
Revenue Fund, in direct contravention of section 945.215(b), Florida Statutes, and prohibiting the

18

Department from executing a contract for inmate telephone services pursuant to the ITN; and such
further relief as the Court deems just and proper.
Count II—Against Defendants Florida Department of Corrections & Mark Inch:
Declaratory Relief
65.

Securus and Carrell re-allege paragraphs 1–61 as if fully set forth here.

66.

This is an action for declaratory relief pursuant to chapter 86, Florida Statutes.

67.

The Department violated article III, section 2 of the Florida Constitution when it

arranged to divert proceeds from the inmate telephone contract to fund its desired policies and
priorities, unconstitutionally infringing on the Florida Legislature’s exclusive authority. In doing
so, the Department acted without any colorable authority, blatantly in excess of the powers the
legislature delegated to the Department and therefore allowing direct resort to circuit courts
without first exhausting any possible administrative remedies.
68.

There is a bona fide, actual, present, practical need for declaratory relief to resolve

a bona fide dispute between Securus and Carrell on the one hand and the Department and its
Secretary on the other hand regarding the Department’s constitutional violation.
69.

The requested declaration deals with a present and ascertained state of facts

regarding the Department’s constitutional violation.
70.

Securus’s and Carrell’s rights are dependent upon the law applicable to the facts.

71.

Securus has an actual and present interest in the subject matter of the requested

declaration as Securus is a responsive and responsible vendor that submitted a reply to the ITN.
72.

Carrell has an actual and present interest in the subject matter of the requested

declaration as Carrell is a Securus Senior Territory Manager whose territory includes the Florida
Department of Corrections and whose work duties include contracted work for the Florida
Department of Corrections.

19

73.

The antagonistic and adverse interests are all before the Court by proper process.

74.

The relief sought is not merely the giving of legal advice by the courts or the answer

to questions propounded due to curiosity.
Wherefore, Securus and Carrell request a declaratory judgment declaring that the
Department and its Secretary lacked authority to obtain through the public-procurement
and -contracting process the requested value-added services as compensation to the Department
rather than as proceeds for the General Revenue Fund, in direct contravention of section
945.215(b), Florida Statutes, and violated article III, section 2 of the Florida Constitution when it
negotiated an inmate telephone contract to obtain security enhancements and other value-added
items, significantly reducing the total funds dedicated to the General Revenue Fund, plus such
further relief as the Court deems just and proper.
Count III—Against Defendants Florida Department of Corrections & Mark Inch:
Injunctive Relief
75.

Securus and Carrell re-allege paragraphs 1–61 as if fully set forth here.

76.

This is an action for preliminary and permanent injunctive relief.

77.

The Department violated article III, section 2 of the Florida Constitution when it

arranged to divert proceeds from the inmate telephone contract to fund its desired policies and
priorities, unconstitutionally infringing on the Florida Legislature’s exclusive authority. In doing
so, the Department acted without any colorable authority, blatantly in excess of the powers the
legislature delegated to the Department and therefore allowing direct resort to circuit courts
without first exhausting any possible administrative remedies.
78.

As a responsive and responsible vendor that submitted a bid in response to the ITN

and as a taxpayer of Florida, Securus has a clear legal right to have the inmate telephone contract
procured in accordance with Florida constitutional and statutory law.

20

79.

As a citizen and taxpayer of Florida, Carrell has a clear legal right to have the

inmate telephone contract procured in accordance with Florida constitutional and statutory law.
80.

The Department’s constitutional violation will cause both Securus and Carrell

irreparable harm absent injunctive relief.
81.

There is no adequate remedy at law for the Department’s constitutional violation.

Wherefore, Securus and Carrell request preliminary and permanent injunctions prohibiting
the Department of Corrections and its Secretary from executing any contract for inmate telephone
services pursuant to the ITN, plus such further relief as the Court deems just and proper.
Respectfully submitted January 29, 2019.
/s/ W. Robert Vezina, III`
W. Robert Vezina, III
Florida Bar No. 329401
Megan Reynolds
Florida Bar No. 42000
Andrew R. Fier
Florida Bar No. 84985
Vezina, Lawrence & Piscitelli, P.A.
413 East Park Avenue
Tallahassee, Florida 32301
(850) 224-6205
rvezina@vlplaw.com
mreynolds@vlplaw.com
afier@vlplaw.com
rhodge@vlplaw.com
Counsel for Plaintiffs Securus Technologies, Inc.,
and Bryan E. Carrell

21

INVITATION TO NEGOTIATE (ITN)
FOR
INMATE TELECOMMUNICATIONS SERVICES
FDC ITN-17-122

RELEASED ON
November 2, 2016

By the:
Florida Department of Corrections
Bureau of Procurement
501 S. Calhoun Street
Tallahassee, FL 32399-2500
(850) 717-3700

Refer ALL Inquiries to
Procurement Officer:
Allegra Small
purchasing@fdc.myflorida.com

EXHIBIT "A"

TABLE OF CONTENTS
TIMELINE .................................................................................................................................. 4
SECTION 1 – DEFINITIONS...................................................................................................... 5
SECTION 2 – INTRODUCTION ................................................................................................. 8
2.1
Background .............................................................................................................. 8
2.2
Statement of Purpose ............................................................................................... 9
2.3
Procurement Overview ............................................................................................. 9
2.4
FDC Goals ..............................................................................................................10
2.5
Facility Implementation Plan and Transition of Services ..........................................10
2.6
Term of Contract .....................................................................................................11
2.7
Pricing Methodology ................................................................................................12
SECTION 3 – SCOPE OF SERVICES SOUGHT ......................................................................12
3.1
General Description of Services ..............................................................................12
3.2
Value-Added Services .............................................................................................12
3.3
Regulatory Requirements ........................................................................................13
3.4
Confidentiality ..........................................................................................................15
3.5
Service Locations and Service Times ......................................................................16
3.6
Service Areas ..........................................................................................................15
SECTION 4 – PROCUREMENT RULES AND INFORMATION ................................................49
4.1
General Instructions to Vendors ..............................................................................49
4.2
Vendor Inquiries ......................................................................................................49
4.3
Alternate Provisions and Conditions ........................................................................49
4.4
Reply Bond ..............................................................................................................50
4.5
Pass/Fail Mandatory Responsiveness Requirements ..............................................51
4.6
Submission of Replies .............................................................................................52
4.7
Contents of Reply Submittals ..................................................................................52
4.8
Reply Evaluation Criteria .........................................................................................55
4.9
Reply Evaluation and Negotiation Process ..............................................................59
4.10 Reply Opening.........................................................................................................63
4.11 Costs of Preparing Reply.........................................................................................64
4.12 Disposal of Replies ..................................................................................................64
4.13 Right to Withdraw Invitation to Negotiate .................................................................64
4.14 Right to Reject Reply Submissions and Waiver of Minor Irregularities .....................64
4.15 Protest Procedures..................................................................................................64
4.16 Site Visits and Pre-Bid Conferences ........................................................................64
4.17 Addenda ..................................................................................................................65
4.18 Cost/Price Discussions ............................................................................................65
4.19 No Prior Involvement and Conflicts of Interest .........................................................65
4.20 State Licensing Requirements .................................................................................65
4.21 MyFloridaMarketPlace (MFMP) Vendor Registration ...............................................65
4.22 Unauthorized Employment of Alien Workers ...........................................................65
4.23 Confidential, Proprietary, or Trade Secret Material ..................................................65
4.24 Vendor Substitute W-9 ............................................................................................66
4.25 Scrutinized Vendors Certification .............................................................................66
4.26 Disclosure of Reply Submittal Contents ...................................................................66
4.27 Posting of Notice of Agency Decision ......................................................................66
SECTION 5 – CONTRACT TERMS AND CONDITIONS ..........................................................68
5.1
General Contract Conditions ...................................................................................68
5.2
Travel Expenses......................................................................................................68
5.3
E-Verify ...................................................................................................................68
Page 2 of 101

FDC ITN-17-122

5.4
5.5
5.6
5.7
5.8
5.9
5.10
5.11
5.12
5.13
5.14
5.15
5.16
5.17
5.18
5.19
5.20
5.21
5.22
5.23
5.24
5.25
5.26
5.27
5.28
5.29
5.30
5.31

State Initiatives ........................................................................................................68
Subcontracts ...........................................................................................................69
Insurance ................................................................................................................69
Copyrights, Right to Data, Patents and Royalties ....................................................69
Independent Contractor Status ................................................................................69
Assignment .............................................................................................................70
Force Majeure .........................................................................................................70
Severability..............................................................................................................70
Use of Funds for Lobbying Prohibited......................................................................70
Reservation of Rights ..............................................................................................70
Taxes ......................................................................................................................71
Safety Standards .....................................................................................................71
Americans with Disabilities Act ................................................................................72
Employment of Department Personnel ....................................................................72
Legal Requirements ................................................................................................72
Conflict of Law and Controlling Provisions ...............................................................72
Prison Rape Elimination Act (PREA) .......................................................................72
Modifications After Contract Execution ......................................................................73
Contract Monitoring ..................................................................................................73
Rights to Examine, Audit and Administer Resources ...............................................73
Financial Consequences .........................................................................................74
Default .....................................................................................................................74
Termination .............................................................................................................73
Retention of Records ...............................................................................................75
Indemnification ........................................................................................................76
Inspector General ....................................................................................................76
Cooperative Purchasing ..........................................................................................76
Performance Guarantee ..........................................................................................75

ATTACHMENT I
ATTACHMENT II
ATTACHMENT III
ATTACHMENT IV
ATTACHMENT V
ATTACHMENT VI
ATTACHMENT VII
ATTACHMENT VIII
ATTACHMENT IX
ATTACHMENT X

MAP OF REGIONS AND CORRESPONDING FACILITIES...................76
FACILITY LOCATIONS AND EQUIPMENT LIST ..................................77
PRICE INFORMATION SHEET .............................................................87
PASS/FAIL REQUIREMENT CERTIFICATION AND
NON-COLLUSION CERTIFICATION .....................................................88
VENDOR'S REFERENCE FORM ..........................................................90
SUBCONTRACTING FORM ..................................................................95
RESPONDENT'S CONTACT INFORMATION .......................................96
CERTIFICATION OF DRUG FREE WORKPLACE PROGRAM ............97
NOTICE OF NO CONFLICT OF INTEREST ..........................................98
SECURITY REQUIREMENTS FOR CONTRACTORS ...........................99

Page 3 of 101

FDC ITN-17-122

TIMELINE
FDC ITN-17-122
EVENT

DUE DATE

Release of ITN

November 2, 2016

Non-Mandatory
Pre-Bid Conference
and Site Visits

November 14-16,
2016

Questions Due

November 29, 2016
Prior to 5:00 p.m.,
Eastern Time

Submit to: Florida Department of Corrections
Bureau of Procurement
Email: purchasing@fdc.myflorida.com
(reference solicitation number in subject line)

Anticipated Posting
of Answers to
Submitted Questions

December 28, 2016

Vendor Bid System (VBS):
http://vbs.dms.state.fl.us/vbs/main_menu

Sealed Replies Due
and Opened

January 10, 2017 at
2:00 p.m., Eastern
Time

Florida Department of Corrections
Bureau of Procurement
501 South Calhoun Street
Tallahassee, Florida 32399

Evaluation Team
Meeting

January 18, 2017

Florida Department of Corrections
Bureau of Procurement
501 South Calhoun Street
Tallahassee, Florida 32399

Anticipated posting of
Respondents initially
invited for
Negotiations

February 19, 2017

Vendor Bid System (VBS):
http://vbs.dms.state.fl.us/vbs/main_menu

Anticipated
Negotiations

March, 2017

Anticipated Posting of
Intent to Award

April, 2017

LOCATION
Vendor Bid System (VBS):
http://vbs.dms.state.fl.us/vbs/main_menu

See Section 4.16 for a complete listing of these
non-mandatory site visits.

Florida Department of Corrections
Bureau of Procurement
501 South Calhoun Street
Tallahassee, Florida 32399

Vendor Bid System (VBS):
http://vbs.dms.state.fl.us/vbs/main_menu

Page 4 of 101

FDC ITN-17-122

SECTION 1 – DEFINITIONS
The following terms used in this Invitation to Negotiate (ITN), unless the context otherwise clearly
requires a different construction and interpretation, have the following meanings:
1.1

“Accepting a Call” (from the Inmate Telephone System): An outgoing call made by an
inmate to a terminating number that is accepted by the person at that number. This
acceptance requires affirmative action on the part of the recipient (e.g., pressing a code
key on a touch-tone phone or dialing a code number on a rotary phone or giving a specific,
discernible voice key).

1.2

Breach of Contract: A failure of the Vendor(s) to perform in accordance with the terms
and conditions of the Contract, which may result from this ITN.

1.3

Business Day: A business day is considered to be Monday through Friday from 8:00
a.m. to 5:00 p.m., Eastern Time (ET), excluding weekends and state holidays. For services
provided at an institution in the Central Time Zone, a business day is considered to be
Monday through Friday from 7:00 a.m. to 4:00 p.m., Central Time (CT).

1.4

Contract: The agreement, resulting from this ITN, between the successful Vendor and
the Department.

1.5

Contract Non-Compliance: Failure to meet, or comply with, any requirement,
deliverable, performance measure, or term of the resultant Contract.

1.6

Vendor or Respondent: The organizational entity serving as the primary Vendor with
whom a Contract will be executed. The term Vendor shall include all employees,
subcontractors, agents, volunteers, and anyone acting on behalf of, in the interest of, or
for, the primary Vendor.

1.7

Corrective Action Plan (CAP): A Vendor’s comprehensive written response to any
deficiencies discovered in the course of Contract monitoring, and plan for remediation of
those deficiencies.

1.8

Day: Calendar day, unless otherwise stated.

1.9

Department: The Department of Corrections, or FDC.

1.10

Gross Revenue: The total amount charged to the terminating number from each
telephone at every facility listed in and/or added to the Contract. Gross Revenue refers to
charges, not collections.

1.11

Hook Flash: The act of pushing the hook of the telephone (the part on which the receiver
sits) and immediately releasing it.

1.12

Inmate Calling List: A list containing 10 designated terminating numbers that may be
called by an inmate who has telephone privileges.

Page 5 of 101

FDC ITN-17-122

1.13

Inmates: All persons, male and female, residing in institutions, admitted, or committed to
the care and custody of the Department. This term encompasses all persons residing in
any current or new facility, including but not limited to, correctional institutions, annexes,
work camps, road prisons, and forestry camps.

1.14

Major Emergency: An occurrence of any of the following:
1) A failure of a local or remote processor, its common equipment or power supplies
which renders the system incapable of performing its normal functions;
2) A failure of the recording equipment or any of its components that affects the full
recording operation;
3) A failure of 50% or more of the inmate stations at any one area within a Department
facility;
4) A failure of the Inmate Telecommunication Service (ITS) functions that results in the
ability of inmates to place calls without the use of PINs;
5) A failure of the ITS functions that results in the ability of inmates to make direct dialed
calls when the ITS is operating in collect-only mode; and
6) A failure of the ITS functions that results in the ability of inmates to reach a “live”
operator.

1.15

Mandatory Responsiveness Requirements: Terms, conditions or requirements that
must be met by the Respondent to be responsive to this ITN. These responsiveness
requirements are mandatory. Failure to meet these responsiveness requirements will
cause rejection of a Reply. Any reply rejected for failure to meet mandatory
responsiveness requirements will not be further evaluated.

1.16

Managed Access Solution: A solution that will prevent unwanted or unauthorized access
to commercial wireless networks for a specified area while simultaneously enabling
legitimate, mission-critical or emergency connections.

1.17

Material Deviations: The Department has established certain requirements with respect
to Replies submitted. The use of shall, must, or will (except to indicate the future) in this
ITN indicates a requirement, or condition, which may not be waived by the Department,
except where the deviation is not material. A deviation is material if, in the Department’s
sole discretion, the deficient response is not in substantial accord with the ITN’s
requirements, provides an advantage to one Vendor over other Vendors, has a potentially
significant effect on the quantity or quality of items offered, or on the cost to the
Department. Material deviations cannot be waived, and shall be the basis for determining
a reply non-responsive.

1.18

Minor Irregularity: A variation from the ITN terms and conditions, not affecting the price,
giving the Vendor an advantage or benefit not enjoyed by other Vendors; does not
adversely impact the interests of the Department. A minor irregularity will not result in a
rejection of a Reply.

1.19

Originating Number: The number of the specific inmate telephone line at a facility from
which a call is made.

1.20

Personal Identification Number (PIN) Service: A service which requires the caller
(inmate) to key in his/her unique identification number on the telephone key pad before
gaining access to dial an outgoing call.
Page 6 of 101

FDC ITN-17-122

1.21

Responsible Vendor: A Vendor who has the capability, in all respects, to fully perform
the Contract requirements, and the integrity and reliability to assure good faith
performance.

1.22

Responsive Reply: A Reply, submitted by a responsible Vendor, which conforms to all
material aspects of the solicitation.

1.23

Routine Service: A service failure or problem other than a major emergency item as
defined by the Department.

1.24

Satellite Facilities: All locations associated with a Correctional Institution, as indicated in
Attachment II.

1.25

Setup Time: The time from the point at which the caller (inmate) goes “off-hook” (removes
the receiver from the base instrument) until the time the called party actively accepts the
call.

1.26

Subcontract: An agreement, entered into by the Vendor, with any other person or
organization, in which that person or organization agrees to perform any obligation, or
requirement, on behalf of the Vendor, as specifically related to the terms of the Contract
resulting from this ITN. All Subcontracts must be pre-approved by the Department.

1.27

Successful Vendor/Contractor: A legally qualified corporation, partnership, or other
entity, that will be performing as the Vendor under any Contract resulting from this ITN.

1.28

System Outage: An occurrence of any of the following:
(1) Tier I: System outage at all Department institutions. The Vendor shall notify the
Department’s Contract Manager, Wardens and/or designee, via email, of all Tier I
system outages within 30 minutes of the outage.
(2) Tier II: System outage at two or more Department institutions. The Vendor shall notify
the Department’s Contract Manager, Wardens and/or designee, via email, of all Tier II
system outages within 60 minutes of the outage.
(3) Tier III: System outage of one Department institution. The Vendor shall notify the
Department’s Contract Manager, Wardens and/or designee, via email, of all Tier III
system outages within 60 minutes of the outage.
(4) Tier IV: Partial system outage at a Department institution. The Vendor shall notify the
Department’s Contract Manager, Wardens and/or designee, via email, of all Tier IV
system outages within 60 minutes of the outage.

1.29

Value Added Service: Advanced and/or additional services provided to the Department
that include new and innovative technologies relating to the telecommunication services
sought, and at no additional cost to the Department.

Page 7 of 101

FDC ITN-17-122

SECTION 2 – INTRODUCTION
2.1

Background
Pursuant to Chapter 945, Florida Statutes (F.S.), the Florida Department of Corrections (FDC) is
responsible for the supervisory and protective care, custody, and control of all inmates. The
Department is the third largest state prison system in the country, with more than 100,000
inmates, and an operating budget of approximately $2.3 billion. The Department has 150 facilities
statewide, including: 48 major institutions, 17 institutional annexes, seven private prisons
(operated by the Department of Management Services and not included in the services procured
under this ITN), 33 work camps, six road prisons/forestry camps, one boot camp, 21 contracted
community release centers, 13 Department-run community release centers, and four re-entry
centers.
The Department has divided the State into four regions: Region I (the Panhandle), Region II (North
Florida), Region III (Central Florida) and Region IV (South Florida). A map of the regions, and
corresponding facilities, is included as Attachment I. Each major institution is supervised by a
Warden, who has full responsibility for the operation of the institution and all associated satellite
facilities. Each Warden reports to the Regional Director of Institutions of their assigned region.
The Department’s Bureau of Contract Management and Monitoring, under the direction of the Office
of Administration, is the program office responsible for administrative oversight and support of inmate
telecommunication services.
The Department of Corrections has historically made telephone services available within its
institutions, annexes, reception centers, road prison, forestry camps, work camps and community
release centers. A list of all Facilities and current Equipment is included as Attachment II. This service
includes provision of telephone equipment for inmate phone calls and coin-operated telephones at
each site for staff and visitors. Current services are provided through a Contract with Securus
Technologies, Inc., through its wholly owned subsidiary, T-Netix Communications Services, Inc.,
which will expire September 24, 2017. Current Contract information can be obtained by accessing
the Florida Department of Financial Services, Florida Accountability Contract Tracking System
(FACTS). A link to this Contract is provided here:
https://facts.fldfs.com/Search/ContractDetail.aspx?AgencyId=700000&ContractId=C2372&Tab=1.
For informational purposes only, the call data for collect and prepaid calls during the FY 20132014, FY 2014-2015 and FY 2015-2016 are as follows:

Call Type

FY 2013-2014
Number of Calls
Total Revenue

Total Minutes

Interlata InterState
Interlata IntraState
International
Intra Out of State
Intralata IntraState
Local In State

1,025,816
5,929,957
1,158
2,756
1,023,622
1,432,870

13,392,998
78,409,891
14,874
37,102
13,442,994
18,569,726

$1,881,100.26
$10,866,032.96
$17,811.96
$5,208.06
$1,874,882.46
$716,435.00

Page 8 of 101

FDC ITN-17-122

FY 2014-2015
Call Type

Number of Calls

Interlata InterState
Interlata IntraState
International
Intra Out of State
Intralata IntraState
Local In State

1,076,956
6,260,147
927
2,373
1,057,235
1,801,846

Total Revenue

Total Minutes
13,836,074
81,919,529
11,480
31,521
13,781,620
23,261,954

Call Type

$1,951,870.26
$11,372,831.10
$13,878.85
$4,406.04
$1,918,673.22
$900,923.00
FY 2015-2016*
Number of Calls
Total Revenue

Interlata InterState
Interlata IntraState
International
Intra Out of State

272,909
1,537,752
268
346

$490,806.54
$2,778,289.86
$4,179.83
$630.60

3,457,190
19,935,452
3,507
4,316

Intralata IntraState
Local In State

254,858
532,531

$459,630.12
$266,265.50

3,270,595
6,874,588

Total Minutes

*Data provided through July 2016.

NOTE: The Department does not currently allow inmate debit calling. Call data for coin-operated
calls is not available.
Currently, the Department does not have a video visitation system. Inmate visitations are
conducted in-person at each institution. Visitors must apply in writing and submit the required
forms for review and approval. This process can take up to 30 days.
2.2

Statement of Purpose
The Department is seeking responses, from interested and qualified Vendors, for the provision of
telecommunication services for inmates at all its institutions, and associated satellite facilities,
listed in Attachment II. Vendors must have at least three years, out of the last five years, of
business/corporate experience, specifically providing telecommunication services through
multiple sites in a correctional or other security/law enforcement setting, as described in this ITN.
Specifically, the Department is seeking replies for telecommunication services for all its facilities.
The Department intends to award the resultant Contract to a single Vendor, Statewide.

2.3

Procurement Overview
The Department is requesting competitive, sealed replies, from responsible Vendors, in order to
establish a multi-year Contract for the provision of telecommunication services to inmates in the
Department’s care. The Department is interested in considering value-added services that would
be beneficial to, or will otherwise complement, the services required by this ITN.
The process for evaluating and selecting a Vendor will consist of two phases. The first phase
involves evaluation of the replies to the ITN, which will result in the selection of Vendors to proceed
to the negotiation phase. In the second phase, Vendors will be asked to provide a presentation of
their Reply. This phase also includes negotiation of a final statement of work, pricing, and terms
and conditions of the final Contract. The negotiation phase culminates in one or more of the
Vendors receiving a request, from the Department, to submit a best and final offer (BAFO), which
Page 9 of 101

FDC ITN-17-122

must include: (1) a revised statement of work; (2) a final Contract draft; and (3) a final cost and
compensation model.
2.4

FDC Goals
The Department is looking to not only continue providing quality telephone services for inmates in
our care, at the minimum, levels of service required by law and rule, but also to achieve strategic
improvements in the area of telecommunication services. Overall goals for the Department include:
 Reduce recidivism through increased family re-unification and re-entry efforts.
 Ensure the safety and security of staff, inmates, and the public through the use of modern
technology.
 Control inmate telephone usage and limiting the use of the telephone service for fraudulent
activity.
 Ensure a quality telephone service with reasonable and justifiable telephone call rate charges
for inmate’s families and friends similar to those available to the public at large.
The intent of this procurement is to contract with a Vendor who will assist the Department in
meeting these goals.
2.4.1

•
•
•
•
•
•
2.5

Specific Goals of this ITN
Establish a flexible contract, with transparency of service costs and better alignment of
costs with services.
Establish a Contract that allows the Vendor to bring market expertise and an ability to
shape strategy, to lower the cost of telecommunication services for inmates friends and
family, and maximize the benefits to the Department.
Ensure a smooth transition/continuation of services from the current Contract to a new
Contract without disruption.
Award to a Vendor that applies technical and operational expertise to ensure a smooth
continuation of services with minimal risk.
Ensure pricing that is cost effective throughout entire term of the Contract.
Establish a collaborative relationship, with the prospective Vendor, which will maximize
the extent to which the Department can achieve the objectives of this ITN.

Facility Implementation Plan and Transition of Service
The resulting Contract will include an estimated 180 day implementation period for the initial delivery
of equipment, supplies, hiring, training, etc., and transition of services. The Department reserves the
right to adjust this timeframe, as deemed necessary.
Vendors shall submit with their Reply an Estimated Implementation Plan and Transition Schedule
for existing services to be transitioned and new services to be implemented. The Vendor’s Estimated
Implementation Plan and Transition Schedule may be adjusted as deemed necessary and approved
by the Department’s Contract Manager. This plan shall be designed to provide for seamless
transition with minimal interruption of services to inmates. Once accepted by the Department, there
will be no changes made to the Final Implementation Plan and Transition Schedule, unless a request
is submitted in writing and approved by the Department’s Contract Manager.
The Estimated Implementation Plan and Transition Schedule for services outlined in this ITN shall
detail the Vendor’s anticipated date for start and completion of installation, as well as, a date that
systems and equipment will be fully operational.
Page 10 of 101

FDC ITN-17-122

The Wakulla Correctional Institution, located in Wakulla County, Florida, (Wakulla C.I.) will be the
first site at which services outlined in this ITN shall be implemented. Thereafter, the Vendor may
implement service delivery at all other institutions and facilities, in accordance with locations and
dates established by the Vendor, and agreed upon by the Department’s Contract Manager. With the
exception of Wakulla C.I., the Vendor will not be required to implement service delivery in any
particular order. Services for satellite facilities will be implemented with the main institution that is
responsible for oversight of the satellite facility. Final transition, including operational testing at each
institution, shall be coordinated between the successful Vendor, the current Vendor, and the
Department.
The Vendor’s Estimated Implementation Plan and Transition Schedule shall also include a detailed
explanation of the following:
•
•
•
•
•

Procedures for transition of service/equipment from the existing inmate telephone
service to the new inmate telephone service;
Times when telephones instruments will be operational, identifying possible “down
time” of existing services;
Service coordination requirements between the Vendor and Local Exchange
Companies (LEC), as applicable;
Any software programming and preparation for installation of equipment, as
required; and
Responsibilities required of the Department during implementation, installation,
such as staffing requirements.

The Department may provide personnel to facilitate and coordinate transition of services or
implementation of services.
During the transition period, the successful Vendor shall operate its systems in parallel with any
existing system, which the current Vendor will not have yet removed. The objective of the “parallel
operation” is to allow inmate telephones to remain operational during normal operational hours to the
greatest extent possible during the transition period. The Vendor will be required to work closely with
the Department to ensure that the transfer of responsibility, from the current Vendor to the successful
Vendor, for inmate telephone service at each institution is carried out as smoothly as possible. The
current Vendor and successful Vendor will utilize best efforts to resolve all issues that may or could
occur from such parallel operation, including but not limited to, data sharing and an agreement on a
conversion schedule.
Failure to have these services operational by the agreed-upon implementation date at each
institution may result in the assessment of financial consequences, as defined in Section 3.6.2.1.
2.6

Term of Contract
It is anticipated that the initial term of any resulting Contract shall be five years. Additionally, the
Department may renew the Contract for up to five years, or portions thereof. Any renewal shall
be contingent, at a minimum, upon satisfactory performance by the Vendor, as determined by the
Department, and will be subject to the availability of funds. If the Department desires to renew the
resulting Contract, it will provide written notice to the Vendor no later than 120 days prior to the
Contract expiration date.
In the event any Contract resulting from this ITN is terminated early by either party, the
Department reserves the right to procure services from the next highest ranking responsive and
responsible Vendor.

Page 11 of 101

FDC ITN-17-122

2.7

Pricing Methodology
The Department is seeking pricing that will provide the most favorable terms the Vendor can offer
in the terms of lowest phone rates to the State; therefore, interested Vendors must submit a Cost
Reply, utilizing the Price Information Sheet, Attachment III. Best and Final Offers from Vendors
will be solicited to establish the lowest possible telephone rates and most beneficial value added
services. Vendors are encouraged to submit a Cost Reply in such a manner as to offer the most
cost effective, and innovative solution for services and resources, as cost efficiency for the State
will be a consideration in determining best value. Vendors must provide the Cost Reply in
accordance with the instructions in Section 4.8.

SECTION 3 – SCOPE OF SERVICES SOUGHT
All telecommunication services, including equipment, are currently provided to the Department by
Securus Technologies, Inc., through its wholly owned subsidiary, T-Netix Communications Services, Inc.
In carrying out the Department’s statutory responsibility, pursuant to Chapter 945, F.S., the Department
is responsible for providing availability of and access to telephone services. The Department’s Bureau of
Contract Management and Monitoring, under the direction of the Office of Administration in the Central
Office, is the program office responsible for administrative oversight and support of inmate
telecommunication services.
3.1

General Description of Services
Inmate telecommunication services, as contemplated in this ITN, include the service, system
design, infrastructure and network, equipment, installation, training, operation, and ongoing
repairs and maintenance of the systems, and its components which shall be provided at no cost
to the Department. The services to be negotiated through this ITN shall meet any minimum
requirements set forth in Section 3, Statement of Services Sought and shall include, but not be
limited to, provisions of the following:
3.1.1

A comprehensive telecommunication service that will include an inmate telephone system
that will allow for collect and prepaid calls for local, long distance, cellular, and international
calls;

3.1.2

Technology systems which include, but are not limited to, system infrastructure, network,
database, servers, new call processors, digital and analog communications circuits,
telecommunications capabilities, monitoring, and other required system functionality, as
specified in Section 3 of this ITN, to support the services being sought in this ITN;
Installation of new equipment at all facilities, including the required number of instruments
and any required cabling, as deemed necessary;

3.1.3

3.1.4

Systems and equipment that support the Department’s monitoring/security needs,
including terminals, and digital recording equipment, as deemed necessary;

3.1.5

A centralized database which shall contain all data elements necessary for provision of
monitoring services, reporting, and historical transaction information;

3.1.6

Personnel provided by the Vendor to include System Administrator, Field Repair/Site
Technicians, and Service Representatives to perform oversight, operational assistance,
and maintenance and repair to systems and equipment;

3.1.7

Ongoing maintenance, repair, and/or replacement and/or upgrades of all equipment and
systems, as determined necessary to ensure service delivery;
Page 12 of 101

FDC ITN-17-122

3.2

3.1.8

Training and instructional materials required for use of the services proposed, as
applicable for inmates, families, and/or Department staff; and

3.1.9

Support services not otherwise indicated herein.

Value-Added Services
As a part of this revenue generating Contract, the Department is interested in obtaining valueadded services in lieu of commissions. The Department requests that Vendors provide with their
Reply, a detailed description of all value-added services the Vendor is offering the Department.
These services would be in addition to those services that meet the minimum service
requirements and specifications of this ITN.
At no cost to the Department, for the duration of the Contract term and any subsequent renewals,
the Department is especially interested in the following value-added services; however, Vendors
are encouraged to provide additional or alternate value-added services.
3.2.1

Handheld Cell Phone Detection Units (CEIA or equivalent).

3.2.2

A fully functioning Cell Phone Forensic Laboratory with the following:
3.2.2.1

3.2.2.2
3.2.2.3

3.2.2.4

3.2.2.5

3.2.2.6

3.2.2.7

3.2.2.8

3.2.2.9

Four (4) on-site Cellebrite units capable of physical, logical, and file system
extraction of mobile phones and tablets with all licenses and supporting
services.
Three (3) on-site Cellebrite certified lab technicians providing full-time support
to the Cell Phone Lab.
Two (2) on-site analysts to provide full time analysis of data extracted from
contraband mobile devices in support of the Cell Phone Lab and under the
direction of the FDC Office of Intelligence.
One (1) on-site full-time intake/evidence manager to ensure proper intake of
submitted mobile devices and the return of those devices to the submitting
entity.
One (1) on-site full-time lab manager to oversee daily operation of the Cell
Phone Lab and will report on-site to the Director of the FDC Office of
Intelligence.
Provide its staff with all computers, telephones, temporary storage devices, and
other hardware required to operate the entire Cell Phone Lab and all required
components to move data from the Cell Phone Lab to a location designated by
the Department.
An on-site stand-alone mass storage device/server with at least 80 terabyte
capacity and connectivity to all Cell Lab computers and Cellebrite units for the
download and storage of mobile device data.
An electronic inventory system barcode or similar technology system which
assigns a unique identifier to each mobile device upon intake and tracks the
device through the entire analysis process. The system must be able to provide
the Department with management reports including the number of devices
received at intake, the originating location of the device, types of devices
processed, the overall success rate of the devices being exploited, and other
fields identified by the Department.
An analytical software capable of performing in-depth analytics on information
extracted from the mobile devices exploited within the lab, chosen in
Page 13 of 101

FDC ITN-17-122

3.2.2.10
3.2.2.11
3.2.2.12

3.2.2.13
3.2.2.14

3.3

coordination with the Department. This would include integration of the new
software with existing Department database information.
Facial recognition software capable of integration with other analytical tools
within the Cell Phone Lab, chosen in coordination with the Department.
An analytical tool supporting the inmate telephone system integrated with
existing Departmental databases.
A mobile device disposal service for devices not being retained by the
Department. This service should include documentation to the Department
providing assurance that any mobile device submitted for destruction shall be
destroyed in a manner consistent with environmental requirements and to
ensure no data on the device is retrievable once it is released from the
Department’s custody.
A geo-fencing solution and sufficient licensing for Office of Intelligence staff
(approximately 10 licenses) for the term of the contract with the Department.
All data, hardware, and software that is provided as part of the Cell Phone
Forensic Lab would remain the property of the Department upon expiration or
termination of the contract with the Department.

3.2.3

Access to ICER (Inmate Inter-Communications Evaluation and Reporting) national
database for identifying and reporting inmate-to-inmate communications.

3.2.4

Word spotting services through the Vendors proposed inmate telephone system.

3.2.5

Voice Biometric Analysis through the Vendors proposed inmate telephone system.

3.2.6

Vendor-provided call monitoring.

3.2.7

A Managed Access System (MAS), in an effort to control and eliminate wireless
communications within our institutions. Vendors are encouraged to include a single facility,
multi-facility or statewide solution that will prevent unwanted or unauthorized access to
commercial wireless networks while simultaneously enabling legitimate, mission-critical,
or emergency connections. Any Managed Access Solution being proposed by the Vendor
shall be inclusive of all equipment, installation, infrastructure and network, training,
operation, and ongoing repairs and maintenance.

Regulatory Requirements
3.3.1

All services provided must meet any and all municipal, state or federal requirements for
installation, certification, training, or registration during the life of the Contract. Failure to
comply with present and future municipal, state or federal requirements will result in
rejection of Replies and/or termination of any subsequent Contract resulting from this ITN.
Any application fees, penalties, fines, or other costs or monetary payment assessed
against or incurred by the Department for violation of such requirements shall be the
responsibility of the Vendor.

3.3.2

The Vendor shall be responsible for compliance with all regulatory requirements imposed
by local, state and federal regulatory agencies for all services provided throughout the
duration of the Contract.

3.3.3

The Vendor shall be responsible for making all modifications necessary to comply with
any industry requirement changes, at no cost to the Department, and within 30 business
days, to ensure proper use of services by inmates and Department personnel.
Page 14 of 101

FDC ITN-17-122

3.4

3.3.4

The Vendor shall keep all processing and rating information current, and made available
upon request by the Department’s Contract Manager, or designee. This information shall
include, but not be limited to, local exchanges, area codes, country codes, and any other
information necessary to accurately process and rate calls.

3.3.5

The Vendor shall be responsible for complying with and updating the inmate
telecommunications service for any regulatory changes and requirements during the life
of the Contract. These regulatory changes include federal, state, or local municipal
modifications. These changes shall be made within 30 business days and at no cost to
the Department.

3.3.6

The Vendor shall ensure that the inmate reception quality meets all industry standards for
service quality, as defined by the Florida Public Service Commission (FPSC) and by the
Federal Communications Commission (FCC). The Vendor shall accept the Department's
decision regarding determination of quality.

3.3.7

The Vendor shall ensure that all of the work and materials comply with all local, county,
state and federal laws, rules, ordinances, and regulations, as well as, with any directive
provided by inspectors appointed by proper authorities having jurisdiction at each
Department facility. Should violation of codes, laws or statutes, or ordinances occur
relating to the ITN, the selected Vendor shall correct the situation at no cost to the
Department, including payment of any fines or penalties associated with the violation.

3.3.8

The Vendor shall be responsible for all costs, including, but not limited to, survey costs,
necessary to secure any easements required by the Florida Department of Environmental
Protection, Division of State Lands, for the installation, operation and maintenance of, and
modifications, upgrades and repairs to the system.

Confidentiality
The Vendor shall maintain confidentiality with reference to individual inmates, in accordance with
applicable local, state, and federal law. The Department and Vendor agree that all information and
records obtained in the course of providing services to inmates shall be subject to confidentiality and
disclosure provisions of applicable Federal and State statutes and regulations adopted pursuant
thereto.

3.5

Service Locations and Service Times
3.5.1

Institution and Facility Locations: The facilities to be included under this Contract include
all State operated institutions and satellite facilities, as indicated in Attachment II.

3.5.2

Addition or Deletion of Institutions/Facilities and Equipment for Services: The Department
reserves the right to add, or delete, institutions and/or facilities that receive, or require,
services under the Contract upon no less than 30 days’ written notice. Such additions will
require a Contract amendment.
Should a new Department institution or satellite facility be opened by the Department, the
Department will determine, in consultation with the Vendor, a schedule for installation of
services and equipment at that location to ensure service as soon as practical at the new
site.
In addition, the Department may require the Vendor to increase or decrease the amount
of equipment utilized. The Vendor shall install any additional equipment within 30 days of
written notification to add equipment from the Department’s Contract Manager, or
Page 15 of 101

FDC ITN-17-122

designee. The installation of this equipment shall be at no cost to the Department. The
written request for installing equipment shall be made by the Department’s Contract
Manager, or designee, and shall be received by the Vendor before the installation is
accomplished. Such revisions may be accomplished by a letter from the Department’s
Contract Manager, and do not require a Contract amendment.
3.5.3

3.6

Service Times: The Vendor shall ensure access to comprehensive telecommunication
services, as required, within Section 3, Scope of Services Sought, 24 hours per day, seven
days per week, and 365 days per year.

Service Areas
3.6.1

General Service Requirements
3.6.1.1

Description

The Vendor will be responsible for the overall program management of telecommunication
services. This includes the following areas of responsibility:
a) Facilities – Conduct all maintenance, repairs, upgrades and replacement to systems
and equipment are provided and performance in accordance to Contract.
b) Deliverables – Ensure delivery of all Contract deliverables, as defined in each Service
Area of this ITN.
c) Presentations – Create, maintain, and deliver presentations on the telecommunication
services provided, and its operational performance.
d) Impact Analyses – Perform and present impact analyses on how potential rule, or
statute changes may impact telecommunication services and its cost and success.
e) Analytics – Compile, maintain, and produce statistical information, related to
telecommunication services, which the Department can use to make changes, and
improvements, in the delivery of services.
f)

Contract Compliance – Monitor Contract responsibilities and performance, ensure
compliance, and report metrics, including shortfalls, on a monthly basis.

g) Service Function Oversight and Success – Provide oversight of each of the following
service functions:
•
•
•
•
•
3.6.1.2

Program Management
System Installation
System Service Functionality
Other Service Requirements
System Equipment and Services
How Service is Provided Today

Program management is performed today by one Vendor that coordinates the delivery of
telecommunication services that include:
•
•

Leadership at statewide, regional, and institutional levels
Oversight of all administrative and program management requirements
Page 16 of 101

FDC ITN-17-122

•
•
•
•
•
•
•
•
3.6.2

Problem resolution, involving the delivery of telecommunication services, policy
compliance, etc.
Ensure timely delivery of Contract reports and deliverables
Oversight of corrective action(s) related to performance issues
Coordination of staffing issues (filling vacancies, employee relations, etc.)
Ensure responsiveness to requests including, requests for records, information, and
coordination of legal issues.
Resolution of issues related to subcontractors (performance, billing, etc.)
Maintenance, repair, and replacement of telephone equipment
Purchase and maintenance of additional computers, or network equipment, as
needed.

Program Management Requirements Service Area
Program Management Requirements (PGM)

No.

Requirement
Staffing Requirements
The Vendor shall provide administrative oversight, be responsible for, and monitor the
performance of all Vendor staff performing services in accordance with the requirements
outlined in this ITN. The Department will provide security for the Vendor’s employees and
agents consistent with the security provided at other Department facilities.
At a minimum, the Vendor shall have the following program management positions:

PGM-01

a) System Administrator. One ITS System Administrator position shall be
dedicated to the Department. This position is directly responsible for overall
operational performance of the Contract, including account management,
troubleshooting, training, and any other responsibilities agreed upon by the
Department’s Contract Manager, or designee, and the Vendor. This individual
shall have a minimum of three years’ experience within the last five years at the
management level, providing direct administrative oversight of telephone
services. The Vendor shall be responsible for ensuring that the System
Administrator attends meetings upon Department request. The Vendor shall be
responsible for all expenses incurred for travel, including transportation, and
meals incurred on behalf of the System Administrator’s position.
b)

Field Repair/Site Technicians (sufficient number to meet Contract
requirements). Positions shall be directly responsible for providing twice-weekly
preventative maintenance on the telecommunication services at each institution,
including assisting with installation of cable and equipment, and shall provide
technical support and repairs as necessary, assist in on-site instruction and
provide training for Department personnel to ensure customer satisfaction. The
individuals shall possess a high school diploma or GED and have two years’
minimum experience with a computer-based telecommunications systems similar
to the type required in this Contract.

c) Service Representative (sufficient number to meet Contract requirements,
plus two required positions for Central Office). Service Representative
positions shall be directly responsible for making data entry input and changes to
the inmate phone access information, including input of approved inmate PIN and
authorized calling numbers, verification of Billing Number Addresses, assistance
to institutional Classification staff or any other institutional personnel, and shall
Page 17 of 101

FDC ITN-17-122

Program Management Requirements (PGM)
provide customer service relative to all telecommunication services. These
individuals shall possess a high school diploma or GED, be computer literate, and
have related experience in the provision of services of the type required in this
Contract.
d) IT Data Administrators (sufficient number to meet Contract requirements).
IT Data Administrator positions (providing coverage on eight hour shifts, twenty
24 hours a day, seven days a week) shall be located at the Vendor’s monitoring
center to support all telecommunication services. Duties include monitoring the
system network to detect any problems and remotely correct identified problems
without dispatching a field/repair technician to the Department’s facility. If
Vendor’s IT Data Administrators cannot remotely correct or repair system
problems, they are responsible for dispatching the appropriate field repair/site
technician to the facility to make repairs as necessary.
e) Telecommunication Services Trainer. One full-time (40 hours per week)
Telecommunication Services Trainer dedicated to the training needs of the
Department. This position shall be available for travel to Department facilities
throughout the State to provide training to Department staff. All training shall be
provided in accordance with the training requirements of the ITN.
The final selection of all staff assigned to provide services under the resulting Contract
shall be subject to approval by the Department. Department employees terminated at
any time by the Department for cause may not be employed or provide services under
the resulting Contract. The Department shall not employ criteria to approve or disapprove
the selection of Contract employees that exposes the Vendor or the Department to civil
or criminal liability under applicable federal or state civil rights laws, including, but not
limited to, those laws establishing or protecting employee rights.
For informational purposes only, the Department’s current Vendor is required to maintain
the following staffing levels:
•
•
•

•
•

PGM-02

One ITS System Administrator (full time / 40 hours per week).
A minimum of 14 (full time / 40 hours per week) field repair/site technicians.
A minimum of 17 (full time / 40 hours per week) service representatives
a. 10 service representatives roam between Department regions.
b. five service representatives are located at the Department’s five reception
centers.
c. two service representatives are located at the Department’s Central Office.
A minimum of four full time IT Data Administrator positions (providing coverage
on eight hour shifts, 24 hours a day, seven days a week) located at the Vendor’s
monitoring center to support the ITS.
One full time (40 hours per week) ITS trainer dedicated to the training needs of
the Department.

The Vendor shall provide an adequate level of staffing for provision of the services
outlined herein, and shall ensure that staff providing services are appropriately trained,
qualified, and licensed, if required. The Vendor shall be responsible for all expenses
incurred for travel, including transportation, and meals incurred on behalf of Vendor’s
staff positions.

Page 18 of 101

FDC ITN-17-122

Program Management Requirements (PGM)
Conduct and Safety Requirements
The Vendor shall ensure all staff adhere to the standards of conduct prescribed in
Chapter 33-208, F.A.C, and as prescribed in the Department’s personnel policy and
procedure guidelines, with particular regard for rules of conduct, employee uniform and
clothing requirements (as applicable), security procedures, and any other applicable
rules, regulations, policies and procedures of the Department. By submitting a Reply to
this ITN, the Vendor acknowledges and accepts, for itself and any of its agents, that all
or some of the services to be provided under the resultant Contract, shall be provided in
a correctional setting with direct and/or indirect contact with the inmate population and
that there are inherent risks associated with this environment. Staff conduct requirements
are as follows:
a. The Vendor’s staff shall not display favoritism to, or preferential treatment of, one
inmate, or group of inmates, over others.
b. The Vendor’s staff shall not deal with any inmate except as in a role that supports
services under the Contract. Specifically, staff members must never accept for
themselves, or any member of their family, any personal (tangible or intangible)
gift, favor, or service, from an inmate, an inmate’s family, or close associate, no
matter how trivial the gift or service may appear. The Vendor shall report to the
Department’s Contract Manager any violation(s), or attempted violation(s), of these
restrictions. In addition, no staff member shall give any gifts, favors, or services to
inmates, their families or close associates.
PGM-03

c. The Vendor’s staff shall not enter into any business relationship with inmates or
their families (example – selling, buying or trading personal property), or personally
employ inmates or their families in any capacity.
d. The Vendor’s staff shall not have outside contact (other than incidental contact)
with an inmate being served, or the inmate’s family or close associates, except to
complete activities specifically to be rendered under this Contract.
e. The Vendor’s staff shall not engage in any conduct which is criminal in nature, or
which would bring discredit, or scrutiny, upon the Vendor or Department. In
providing services pursuant to this ITN, the Vendor shall ensure its employees
avoid both misconduct and the appearance of misconduct.
f.

Any violation, or attempted violation, of the restrictions referred to in this section
regarding employee conduct, shall be reported by phone and in writing, to the
Department’s Contract Manager, or designee, including any proposed action to be
taken by the Vendor. Any failure to report a violation, or take appropriate
disciplinary action, against the offending party, or parties, shall subject the Vendor
to appropriate management action, up to, and including, termination of the
Contract.

g. The Vendor shall report any incident described above, or requiring investigation by
the Vendor, in writing, to the Department’s Contract Manager, or designee, within
24 hours of the Vendor’s knowledge of the incident.
The Vendor’s staff shall be subject to and shall comply with all security regulations and
procedures of the Department and the respective institution. Violation of regulations may
Page 19 of 101

FDC ITN-17-122

Program Management Requirements (PGM)
result in the employee or individual being denied access to the institution. In this event,
the Vendor shall provide alternate personnel to supply services described herein, subject
to Department approval.
Staff Background/Criminal Record Checks
The Vendor’s staff, assigned to the resulting Contract, shall be subject, at the
Department’s discretion and expense, to a Florida Department of Law Enforcement
(FDLE) Florida Crime Information Center/National Crime Information Center
(FCIC/NCIC) background/criminal records check. This background check will be
conducted by the Department and may occur or re-occur at any time during the contract
period. The Department has full discretion to require the Vendor to disqualify, prevent, or
remove any staff from any work under the contract. The use of criminal history records
and information derived from such records are restricted, pursuant to Section 943.054,
F.S. The Department shall not disclose any information regarding the records check
findings or criteria for disqualification or removal to the Vendor. The Department shall not
confirm to the Vendor the existence or nonexistence of any criminal history record
information. In order to carry out this records check, the Vendor shall provide, the
following data for any individual of the Vendor or subcontractor’s staff providing services
under the resulting Contract: Full Name, Race, Gender, Date of Birth, Social Security
Number, Driver’s License Number, and State of Issue. The Vendor’s staff shall submit to
fingerprinting by the Department of Corrections for submission to the Federal Bureau of
Investigation (FBI). The Vendor shall not consider new employees to be on permanent
status until a favorable report is received by the Department from the FBI.

PGM-04

The Vendor shall ensure that the Department’s Contract Manager, or designee, is
provided the information needed to have the FCIC/NCIC background check conducted
prior to any new staff being assigned to work under the Contract. The Vendor shall not
offer employment to any individual, or assign any individual to work under the Contract,
who has not had an FCIC/NCIC background check conducted.
No person who has been barred from any FDC Institution or other Department facility
shall provide services under the Contract resulting from this, without prior written
approval from the Department’s Contract Manager.
Inmates shall be precluded from any supervision or placement at a program where preexisting or continuous close personal relationships exist between the inmate and any
staff of the Vendor. It is the responsibility of the Vendor to advise the Department’s
Contract Manager, or designee, of any known pre-existing close personal relationships
between staff and inmate(s). Rule 33-208.002(26), F.A.C. shall apply at the Program,
which stipulates that marriage between employee and inmate is prohibited.
The Vendor shall not employ or enter into any subcontract with any individual at any
Program site under the resulting Contract who is under supervision or jurisdiction of any
parole, probation or correctional authority to provide direct treatment services, or provide
supervision of any other offenders at any Vendor’s program. The objective of this
provision is to prevent any employee under any such legal constraint from having any
contact with, or access to, any records of the Department of Corrections’ offenders
participating at contracted sites.
a. The Vendor shall disclose any business or personal relationship a staff person,
officer, agent, or potential hire may have with anyone presently incarcerated, or
under the supervision of the Department.
Page 20 of 101

FDC ITN-17-122

Program Management Requirements (PGM)
b. The Vendor shall immediately report any new arrest, criminal charges, or
convictions of a current employee under the resulting Contract.
c. Note that a felony or first-degree misdemeanor conviction, a plea of guilty or nolo
contendere to a felony, or first-degree misdemeanor crime, or adjudication of guilt
withheld to a felony or first-degree misdemeanor crime, does not automatically
bar the Vendor from hiring the proposed employee. However, the Department
reserves the right to prior approval in such cases. Generally, two years with no
criminal history is preferred. The Vendor shall require that all proposed employees
provide to them the details of any criminal background information. The Vendor
shall make full written report to the Department’s Contract Manager within three
calendar days whenever an employee has a criminal charge filed against them,
an arrest, or receives a Notice to Appear for violation of any criminal law involving
a misdemeanor, or felony, or ordinance (except minor violations for which the fine
or bond forfeiture is $200 or less), or when the Vendor or any of their staff has
knowledge of any violation of the laws, rules, directives or procedures of the
Department.

PGM-05

PGM-06

PGM-07

PGM-08

PGM-09

d. The Vendor shall comply with the Department Procedure 208.013, Outside
Employment, when hiring both current and former Department employees.
Vendor staff (employees and subcontractors) shall be required to follow all Department
security requirements. The Warden, and designee(s), have full operational control of
the institution and designated satellite facilities. Vendor staff shall be required to follow
all security directives including, but not limited to, those dealing with requirements for
entering and exiting institutions, counts, lockdowns, the use of restraints, incident
reporting, etc.
The Vendor shall work cooperatively with the Department’s Contract Manager to
establish and maintain communication protocols for the handling of routine, urgent, and
emergent Contract issues.
The Vendor(s) will comply with the national standards to prevent, detect, and respond
to prison rape under the Prison Rape Elimination Act (PREA), Federal Rule 28 C.F.R.
Part 115. The Vendor(s) will also comply with all Department policies and procedures
that relate to PREA.
PREA is federal law, Public law 108-79, and is now designated as 42 USC 15601. PREA
established a zero tolerance standard against sexual assaults and rapes of incarcerated
persons of any age.
The Vendor shall ensure its staff (including subcontractor staff), performing services
under the Contract, are screened and/or tested for tuberculosis (TB) prior to the start of
service delivery, as appropriate, and screened/tested annually thereafter, as required by
Department Procedure 401.015, Employee Tuberculosis Screening and Control
Program. The Vendor shall provide the Department’s Contract Manager, or designee,
with proof of testing prior to the start of service delivery, for all staff members, and
annually thereafter. The Vendor shall be responsible for obtaining the TB
screening/testing and shall bear all costs associated with the TB screening/testing.
Training, Training Materials, Instructional Brochures
The Vendor shall develop and provide on-going training, throughout the Contract term,
for Department staff, inmates and family/friends on the operational use of all
telecommunication services, and the use of all associated equipment and services,
specifically training in use of monitoring and reporting functionality.
Page 21 of 101

FDC ITN-17-122

Program Management Requirements (PGM)
The Vendor shall provide all materials and equipment necessary to perform the training,
and shall utilize actual equipment utilized under the resulting Contract. Approved training
curriculum and/or user manuals shall be made available for Department staff participating
in each training session. Additional training manuals shall be provided upon request of
the Department’s Contract Manager, or designee.
The Vendor shall provide a sufficient number of instructional brochures to friends and
families of inmates explaining the inmate telephone service, including rates for calls.

PGM-10

In addition, the Vendor shall provide a sufficient number of instructional brochures
explaining use of the inmate telephone service for distribution to inmates.
All training, training materials, and instructional brochures shall be provided at no cost to
the Department.
The Vendor shall provide a transition plan for the end of the life of the Contract.
Bi-Annual Audit
The Vendor shall provide to the Department a bi-annual (twice yearly) audit report from
an independent certified public accounting firm verifying that the Vendor’s telephone
services, systems and equipment are accurately and completely recording all activity and
related charges. The bi-annual audit report shall contain a certification from the auditing
firm that its findings are totally unbiased and independent of the Vendor’s interest. The
audit shall be submitted to the Department’s Contract Manager, or designee, within 45
days after each six-month period of the Contract. The independent certified public
accounting firm’s bi-annual audit report shall be issued simultaneously to the Department
and to the Vendor.
The following definitions pertain to the bi-annual audit report to be provided by the
certified public accounting firm: “Accurately” shall mean the ability to detect when a
chargeable call begins (active acceptance by the called party) and when it is
terminated. “Completely” shall mean that a call detail report will list all calls made on all
phones equipment, including uncollectibles.

PGM-11
The independent certified public accounting firm’s procedures and reports shall be
conducted in accordance with Statements on Standards for Attestation Engagements
established by the American Institute of Certified Public Accountants. The Vendor shall
submit notification of their chosen auditor in writing to the Department’s Contract
Manager, or designee, for the Department’s approval prior to the end of the first month
of the Contract. The independent certified public accounting firm shall submit an
engagement letter and a formal test plan to be agreed upon by the Department and the
Vendor in writing prior to the end of the first three month period of the Contract. The
Vendor shall notify the Department in writing of any proposed changes in their selected
certified public accounting firm.
The scope of the bi-annual audit will encompass, at a minimum, the following
requirements:
•

The number of test calls used in the sampling technique will be great enough to
ensure a confidence level of 95% or greater that the sample results are truly
reflective of the entire population.

Page 22 of 101

FDC ITN-17-122

Program Management Requirements (PGM)
•

The Vendor shall not know the selection of test sites and times. The independent
certified public accounting firm will contact the Department’s Contract Manager, or
designee, to arrange for the tests.

The test call methodology should include means to verify that all telecommunication
service equipment at each location, which is supplied by the Vendor, are connected to
and providing information into the billing service.
Ad Hoc Reports
PGM-12

The Vendor shall provide the Department ad hoc reporting data, upon request of the
Department’s Contract Manager, or their designee, or the Department’s Office of
Inspector General, within five days from the date of the request.
Other Contract Requirements

PGM-13

The Department will monitor the Vendor's performance to determine compliance with
other Contract requirements, including, but not limited to, the following:
•
•
•

Transition/Implementation/Installation of System;
Timely Submittal of Corrective Action Plans (when applicable); and,
Compliance with Other Terms and Conditions of the Contract not involving delivery
of services otherwise listed above.

3.6.2.1

Program Management Performance Measures
Performance Measures (PM)

No.

Description

Expectation

PM-PGM-01

All services shall be
operational by the
agreed-upon
implementation date
at each facility

To be determined
by the Final
Implementation Plan
and Transition
Schedule

3.6.2.2
Deliverable
DEL-PGM-01
Final Implementation
Plan and Transition
Schedule
DEL-PGM-02
End-of-Contract
Transition Plan

Measurement
Duration
Per facility

Financial
Consequences
$2,500 per day, per
facility, for each
calendar day past
the due date
specified in the
Final
Implementation
Plan and Transition
Schedule

Program Management Deliverables
Due Date
30 days after the
Contract execution

90 days after the Contract
execution

Description (with cross-reference to
Requirement(s), as applicable)
Provide a Final Implementation Plan and
Transition Schedule. (Section 2.5)

Transition plan that documents the Vendor’s
plans for transitioning to another Vendor
upon the expiration, or termination, of the
Contract. (PGM-10)

Page 23 of 101

FDC ITN-17-122

Deliverable

Due Date

DEL-PGM-03
Bi-Annual Audit

45 days after each six-month
period of the Contract

DEL-PGM-04
Training

Initial brochures must be
delivered within 30 days of
Contract start, and additional
brochure must be provided
five business days from
Department’s request.

3.6.3

Description (with cross-reference to
Requirement(s), as applicable)
The Vendor shall provide to the Department a
bi-annual audit report from an independent
certified public accounting firm verifying that
the Vendor’s telephone services, systems
and equipment are accurately and completely
recording all activity and related charges.
(PGM-11)
Develop and provide training materials, and
instructional brochures for Department staff,
inmates and family/friends. (PGM-09)

System Installation Requirements Service Area
System Installation Requirements (SI)

No.

SI-01

Requirement
All required materials, equipment, hardware, software, and station cabling (where re-use
is unavailable or new locations are required) for installation and maintenance of systems
requested in this ITN shall be provided by the Vendor.
Wherever possible, the Vendor may re-use existing station cabling installed at each
Department facility.

SI-02

In cases where existing station cabling cannot be used, the Vendor shall install new
station cabling (Category 5 minimum) at no cost to the Department. Any new cabling
shall include wall plate, cross connection, patch cords, etc. as required by the
Department. The Vendor shall comply with all applicable electrical codes.

SI-03

The Vendor shall warrant that all members of the Vendor’s staff or subcontractors
providing installation and services have been fully trained and certified by the
manufacturer as qualified to install the system(s), equipment, and related services, as
required for service delivery.
The Vendor shall comply with all Department Security Guidelines, included as
Attachment X of this ITN, on institutional and facility security policies.

SI-04

Violations of these rules may result in termination of the resulting Contract. Prior to
beginning work at an institution, the Vendor shall contact the institution to obtain a copy
of any additional rules specific to that institution or facility.
Prior to entering each institution or facility, the Vendor and/or subcontractor(s) must
provide:

SI-05

•

A list of tools that the Vendor and/or subcontractor will bring into the institution or
facility. These tools will be inventoried by the Department staff upon arrival and
departure.

Page 24 of 101

FDC ITN-17-122

•

Current picture identification of the Vendor and/or subcontractor staff, consisting
of a valid Driver’s License or state-issued Photo ID card.

•

The Department reserves the right to require additional information prior to
entrance to ensure safety and security, as deemed necessary.

SI-06

The Vendor shall provide all coordination required with Local Exchange Carriers (“LEC”)
and other carriers during installation, and for the duration of the Contract.

SI-07

The Vendor shall provide and install required surge protection for all services, and its
components. The use of traditional “power strips” for surge protection is not acceptable.

SI-08

The Vendor shall provide and install required lightning protection equipment on all network
services supplied for the service.

SI-09

The Vendor shall provide all electrical and environmental requirements of the service for
each Department facility. Information shall be provided for all components, including central
processor, recording equipment, etc.

SI-10

The Vendor shall use the common ground facility at each location where equipment is
installed, if a common ground facility is present. If not present, the Vendor shall install an
earth ground for the equipment.

SI-11

The Vendor shall obtain written permission from the Warden, or designee, before
proceeding with any work that requires cutting into or through girders, beams, concrete or
tile floors, partitions or ceilings, or any work that may impair fireproofing or moisture proofing,
or potentially cause any structural damage.
The Department does not anticipate that such work will be required to install the desired
service, systems, and equipment, as described herein, but will not warrant that such work
may not be required at some locations.
3.6.3.1

Deliverable
DEL-SI-01
Electrical and
Environmental
Information for
Department facility

System Installation Deliverables
Description (with cross-reference to
Requirement(s), as applicable)

Due Date
30 days after the
Contract execution

Vendor shall provide all electrical and
environmental requirements of the service for each
Department facility. Information shall be provided
for all components. (SI-09)

Page 25 of 101

FDC ITN-17-122

3.6.4

System Service Functionality Requirements Service Area
System Service Functionality Requirements (SF)
The Vendor shall propose an inmate telephone system as part of the
telecommunication service, with a technology system fully supported by an
infrastructure which has the capability to provide specified services such as, secure
and real-time monitoring of inmate telephone calls meeting the Department’s system
security requirements.

SF-01

In addition, the system shall contain a secure database for transactional call records
and provide data feeds to the Department’s official data repository. This shall include
redundant system(s) as deemed necessary to accomplish this requirement, and a
continuity of operations plan and disaster recovery plan, which will ensure that the
system and services will be available without disruption at the required service level.
The Department will be responsible for providing a daily “housing file” to the
Vendor. This file contains the name and DC number of each active inmate in the
system, and each inmate’s location. The Department’s Office of Information
Technology (OIT) will determine the type, format, and transmission method of the
daily “housing file”. The Department’s OIT will define the specifications of the
requested data feed.

SF-02

SF-03

SF-04

SF-05

The system shall have programming setup to automatically accept the
Department’s “housing file”, which shall update the Vendor’s telecommunication
service on a daily basis to ensure the inmate’s location (i.e., facility) and other
identifying information are accurately reported.
The system shall contain security features, which prevent unauthorized individuals
from accessing any information held by the Vendor. Secure access to the systems
and databases shall be maintained at all times.
The Vendor shall provide complete support of all systems and software necessary
to ensure provision of services at all times for the duration of the resulting Contract.
In addition, the Vendor shall monitor changes to associated interfaced systems and
accommodate changes in their systems as needed to continue operations of the
services and systems as specified herein.
All technical specifications and system requirements shall meet or exceed industry
standards, and shall be in proper working order, clean, and free from defects of
features affecting appearance, serviceability, or the safety of the authorized user in
normal intended use, unless otherwise required herein.
The system shall be restricted to outgoing calls only. The system shall not process
incoming calls at any time.

SF-06

The system shall allow for the Department to program times when the system will
be operational.

SF-07

The system shall contain an automated announcement function capable of
processing calls on a selective bi-lingual basis: English and Spanish. The inmate
shall be able to select the preferred language using no more than a two-digit code.

Page 26 of 101

FDC ITN-17-122

System Service Functionality Requirements (SF)

SF-08

SF-09

During the call set-up process, the system shall provide a pre-recorded
announcement, which complies with Code of Federal Regulations, Title 47, Volume
3, Part 64.710, identifying that the collect call is coming from a specific inmate at a
Florida Correctional Institution, stating rate and complaint information, and
containing a toll free number for the consumer’s use. This announcement shall be
heard by the answering party. The announcement shall also include the statement:
"All communications will be recorded except attorney calls." The Department shall
provide prior approval of the announcement.
The system shall have the capability to be deactivated (shut down) by Department
or Vendor staff, quickly and selectively, at an individual facility, partial facility (single
dorm), or on a global basis, and to restrict all PIN access. The system shall be
capable of de-activating the PIN feature by individual inmate telephone, groups of
telephones, and/or entire facilities, at the Department's option. Regardless of this
deactivation, the system shall restrict inmate calls to prepaid collect and normal
collect, local and long distance, cellular, and international calls. At no time shall the
inmate telephones be unrestricted due to the deactivation of the PIN feature. The
Department shall have the ability to immediately deactivate any inmate’s telephone
account, upon approval of the Warden/Duty Warden, for any of the following
reasons:
•
•
•

SF-10

SF-011

48-hours prior to any transfer;
48-hours prior to any outside medical appointment; and/or
48-hours prior to any outside court appointment.

The systems shall provide the capability to flag any individual telephone number in
the inmate’s “Approved Number List” as “Do Not Record”. The default setting for
each telephone number will be to record until flagged by Department personnel to
the contrary. The system will have full audit controls that record such changes.
The system shall provide capability for assigning an inmate’s phone access to an
individual telephone or group of telephones, so that the inmate’s account may only
place calls from those designated telephones. These telephones shall still be
capable of being used by an inmate whose phone access is not specifically assigned
to an individual phone.

SF-012

The Vendor shall ensure the system has a “smart fail-safe” power down service,
which is initiated upon alert by the uninterruptible power supply (UPS) that the UPS
has switched to battery power due to a commercial main power failure or irregularity.
The system and UPS shall maintain all current ongoing telephone calls for up to 10
minutes while blocking any additional call attempts after the event. After 10 minutes,
if the UPS has not alerted the system that commercial power has been restored, the
system shall power down to a quiescent state that allows it to resume full operation
automatically after commercial power is restored. After power restoration, the system
shall have a timer to delay for 10 minutes before call processing resumes to preclude
unnecessary cycling if the commercial power is unstable.

SF-013

The Vendor shall provide a system that includes a monitoring component capable of
being accessed through a dedicated monitoring terminal as specified for facility
locations on Attachment II. The monitoring component shall be through a vendorprovided secure internet connection from a desktop, laptop, or remote means by
authorized Department personnel who have appropriate security clearance, and has
been provided Vendor supplied security codes. The system shall be capable of
monitoring calls from both dedicated monitoring terminals and via secure, password
protected internet access.
Page 27 of 101

FDC ITN-17-122

System Service Functionality Requirements (SF)

SF-014

The system shall interface with network services provided by local exchange
carriers, as well as, inter-exchange carriers. This includes analog and digital facilities
(i.e., analog business trunk, DS-1, etc.). The Vendor’s Reply shall provide the types
of network services to which the system will interface, and the purpose (use of a
specific application) of such services for the Department.
The Vendor shall provide all software required to support the system.

SF-015

During the entire Contract term, including any renewals, all software shall be the
latest general release of the software, including software for all equipment and
monitoring terminals utilized in service delivery.
Any software necessary for the Department to interface with the system shall be
provided at the expense of the Vendor, with no licensing fee to the Department.

SF-016

All software must be compatible with a minimum of a Windows 7 operating system
and must operate with Internet Explorer 11.0 at a minimum.
The Vendor shall provide all required software enhancements/upgrades to the
system inclusive of service delivery and installation for the system provided by the
Vendor, at no additional cost to the Department.

SF-017

For the purposes of award, no Beta and Field Tested Software will be accepted.
Upon Contract execution, the Department may review the request for Beta and Field
Tested Software, and will require the approval of the Department’s Contract
Manager.
Prior to any software upgrades or enhancements for the system, the Vendor shall
discuss the software benefits with the Department’s Contract Manager and Office of
Information Technology (OIT) and coordinate implementation of software
upgrades/enhancements with the Department.

SF-018

The Vendor shall provide a data record of all transactions through the system in a
database for monitoring and analyzing of inmate telephone calls. This data is used
to alert authorized Department staff of possible trends with inmate calls that could
jeopardize the security of inmates, staff, or facilities.

SF-019

The Vendor shall be responsible for the generation and creation of a centralized
system database. The system shall provide the capability for every call in and out of
the system to be recorded with a transaction record that includes, at a minimum, a
recording of the telephone call in a .wav or other format acceptable to the
Department.

SF-020

The Vendor shall maintain the database in such a manner as to allow authorized
personnel the capability to review and monitor inmate call data regardless of which
Department facility is housing the inmate.

SF-021

The database shall contain multiple data fields. At a minimum, the database shall
contain all fields required to generate reports, as indicated in Section 3.6.7, and all
information required to establish Inmate Phone Access.
Final data elements to be collected shall be subject to written approval by the
Department.

SF-022

The system shall provide the capability for the Department to download reports from
the database, through secured internet access, as outlined in Section 3.6.7.
Page 28 of 101

FDC ITN-17-122

System Service Functionality Requirements (SF)
The Vendor shall provide access to the database through secure methods to be
defined by the Department’s OIT. The Department shall be able to retrieve defined
data on an on-going basis (could be real-time, daily, or other).
SF-023

The Vendor shall provide requested data elements in a format to be determined by
the Department’s OIT. Data extracts shall be downloadable into various database
formats, as needed by the Department. These data sets shall allow the Department
to perform further analysis, as needed. The Department’s OIT will finalize the
methods, processes, and functions with the Vendor.

SF-024

The security and confidentiality of data in the system is of critical importance. The
Vendor shall recover all inmate telephone data for all locations, to the point of full
service operation using a data backup. The Vendor shall perform all service and
database back-ups, and archiving. The Vendor shall provide all archival hardware,
supplies, network, and recovery procedures that will ensure that no data is lost.

SF-025

The database shall have duplicate data storage devices with automated fail-over and
automatic re-establishment of the duplicate databases upon replacement of the
failed storage device, and shall be equipped with automated fire detection and
suppression equipment.
The system shall record all data with a historical transaction record, and data shall
be stored/archived for retrieval/backup in a database when requested by Department
personnel, in accordance with the following:
•
•

SF-026

•

•

SF-027

All historical data shall be centrally stored and accessible for reporting
purposes;
This information must be available for reporting in a standard transaction file
format;
All current and historical data files shall be retained by the Vendor, as
specified, for a period of five years after Contract expiration. Call records detail
and call recordings shall be available “on-line” for a minimum of 12 months
from the date of the call. “Off-line” records shall be in a format readily
accessible to the Department upon request; and
This information shall be available at no charge to the Department after
termination of the Contract.

All data shall remain the property of the Department, and the Vendor shall not use
data for any purpose other than as required in the resulting Contract.
The Vendor shall ensure the inmate telephone system will only initiate calls in a
“collect call” mode (prepaid or normal collect calls) to land and cellular lines with
Billing Number Addresses (BNA) for all inmate telephone calls. The only exception
to this requirement will be for calls placed on coin-operated telephones at identified
community release centers.
It is the responsibility of the Vendor to make the determination based on BNA
information provided as whether or not the telephone provider of the family and
friends meets the criteria of the Contract before approving their ability to accept calls
from an inmate.

Page 29 of 101

FDC ITN-17-122

System Service Functionality Requirements (SF)

SF-028

Inmate telephone system calls shall be processed at a speed of no more than 30
seconds, and “call set-up time” shall not exceed six seconds from completion of
dialing to the first ring. The inmate telephone system shall not provide a second dial
tone to an inmate telephone without the inmate hanging-up the telephone receiver
after the first call is completed.

SF-029

Each call placed through the inmate telephone system shall be electronically
identified by the system as being a call originating from a Florida Correctional
Institution in 100% of the cases with or without the accompanying inmate PIN.

SF-030

The inmate telephone system shall provide the option of either English or Spanish
voice messages or prompts, as programmed through a single prompt at the
beginning of each call. The default setting for each inmate shall be English until
flagged by Department personnel to Spanish. In addition to English and Spanish, the
inmate telephone system shall have the ability to provide additional languages for
the standard language prompts. The language provided shall be controlled by the
inmate’s account information. The Vendor shall provide a list of languages available
to the Department’s Contract Manager, or designee, upon request.

SF-031

The Inmate Telephone System shall provide automated notification to an inmate of
the call status (i.e., ringing, busy, etc.). This notification may either be in the form of
ringing, busy tones, Special Information Tone (SIT), or appropriate recorded
messages.

SF-032

SF-033

SF-034

SF-035

SF-036

The inmate telephone system shall allow the inmate to hear the processing of the
placed call to determine if a SIT with message or an answering device (i.e., answering
machine, voice mail, etc.) has answered the call. At no time shall the system allow the
inmate to speak (restricted voice channel) until the called party has accepted the call.
The inmate telephone system shall announce to the called party the name of the
calling inmate, informing the called party how to accept calls and announcing to the
called party the call charge rate, prior to acceptance, when a call is placed. The
activation or deactivation of these features shall be determined by the Department’s
Contract Manager.
If the party called does not accept a call, or if no one answers the call, the inmate
telephone system shall inform the inmate of the situation and not simply disconnect
the call.
The inmate telephone system shall allow for a minimum “ring time” prior to
disconnecting the inmate call. This “ring time” parameter shall be established within
set parameters determined by the Department and shall be consistent among
Department facilities.
The inmate telephone system shall allow a called party to deny all future calls of a
particular type from an inmate, and shall provide notice to the inmate placing the call
of such action.

SF-037

The inmate telephone system shall have the capability to accept the called party’s
response, via Dual Tone Multi Frequency (DTMF) Touch-Tone Pad input from the
telephone and voice response (Yes/No Response).

SF-038

The inmate telephone system shall interject messages into a telephone call at
random intervals (i.e., “this call is from a Florida Correctional Institution”) as deemed
necessary by the Department. The activation or deactivation of this feature shall be
determined by the Department.

Page 30 of 101

FDC ITN-17-122

System Service Functionality Requirements (SF)
SF-039

SF-040

SF-041

The inmate telephone system shall allow a called party to activate a code (via the
touch tone pad of their telephone) that automatically deletes their telephone number
from the calling inmate’s “Authorized Telephone Number List”.
The inmate telephone system shall also provide an alert or notification to authorized
Department personnel to ensure that the inmate does not add any number deleted
via the above indicated feature to the inmate’s requested list of telephone numbers
in the future. Notification or alert to the Department shall be via automated system
update to the inmate’s account information file.
System Voice Quality Requirements
The system shall provide quality of voice connections that meet or exceed speech
transmission quality standards in the United States, and standards enacted the
appropriate industry agencies, or other organizations, such as the
Telecommunications Standardization Sector of International Telecommunication
Union (ITU-T), for transmitted and received levels, noise, cross talk, and frequency
range(s).
The voice quality level shall be in place for all services, at all stages of a call, and
shall not be affected by any other system feature, function, or capability.
The system shall have the ability to block calls (call block). Call blocking
requirements shall apply to all equipment, unless otherwise specified, and shall
include, but not be limited to, the following types of calls:

SF-042

1. Calls made to business numbers identified during the billing number address
(BNA) search. The Department authorizes calls to attorney’s, bondsmen,
clergy, etc., by utilizing the inmate’s authorized call list;
2. Calls made to any 911 number;
3. Calls made to any telephone numbers which incur excess charges, such as
900, 972, 976, 550, etc.;
4. Calls to current long distance carrier access numbers (i.e., 10333, 10285) or
future 101-XXXX carrier access numbers;
5. Calls for all local numbers which access long distance carriers (i.e., 950XXXX);
6. Call access to directory assistance access numbers (i.e., 411, 555-1212, etc.);
7. Call access to toll free numbers (i.e., 800, 888, 877, etc.), except the Florida
Relay Service toll-free number(s) so that hearing impaired inmates may
access a “Telephone Devices for the Deaf” (TDD) service;
8. Calls made to pre-paid or pay-as-you-go cell phones; and
9. Call access to any number upon request by the Department.
Only the following call blocking requirements shall apply to the coin-operated
telephone equipment located at the Department’s community release centers:
1. Calls made to any 911 number;
2. Calls made to any telephone numbers which incur excess charges, such as
900, 972, 976, 550, etc.;
3. Call access to toll free numbers (i.e., 800, 888, 877, etc.), except the Florida
Relay Service toll-free number(s) so that hearing impaired inmates may
access a “Telephone Devices for the Deaf” (TDD) service; and
4. Call access to any number upon request by the Department.
Page 31 of 101

FDC ITN-17-122

System Service Functionality Requirements (SF)
Call blocking shall not apply to coin-operated phones for visitors or the public at
large.

SF-043

As set forth in SF-013, systems shall be capable of being accessed from a vendorprovided dedicated monitoring terminal, as specified on Facility Locations and
Equipment List, Attachment II, and/or through a vendor-provided secure internet
connection from desktop, laptop, or remote means by authorized Department
personnel who have appropriate security clearance and have been provided security
codes by the successful Vendor. The systems shall monitor calls from both
dedicated monitoring terminals and via secure, password protected internet access.

SF-044

The system shall allow for “real time” audible monitoring of inmate calls by specific
inmate PIN number, and/or terminating number entered by authorized Department
personnel. The system shall allow for monitoring of inmate calls while in process
(“real time”), and shall be configurable to allow for auto-forwarding specified calls in
a “listen only” mode to a pre-designated telephone number in the Department’s
Office of Inspector General (OIG).

SF-045

The system shall have query and search capabilities allowing Department
investigators to quickly access telephone conversations that occurred during specific
time periods, and/or were made from specific telephone instrument. The system shall
have the ability to monitor calls based on Security Threat Group or Gang affiliation,
utilizing data provided by the Department.

SF-046

The system shall record all inmate calls simultaneously, and at any time (in “real
time”) that a call is placed.

SF-047

The call recording functionality shall be a fully digitized service allowing for the use
of downloading, utilizing industry standard recording file formats. This should have
the capability to be placed on various recording media.

SF-048

SF-049

The system shall create a record of all calls that are monitored by any Department
employee. This record will display a visible indicator in the list of inmate calls which
identifies that the call has been played back by someone. This indicator, which can
be as simple as an icon that is activated when the call has been played back, will
link to the detailed playback history of the call. The detailed playback history will list
each date and time that the call was played back, and the identity of the person who
accessed the call.
The playback history of inmate calls shall only be visible to personnel from the
Department’s OIG, and access to this feature shall only be granted by the
appropriate approving authority in the Department’s OIG. Non-Inspector General
personnel shall not have the ability to view or retrieve any call playback history
information.
System Restriction, Fraud Control and Notification Requirements

SF-050

The security and confidentiality of inmate-placed telephone calls is of critical
importance. Security features which prevent unauthorized individuals from
accessing any information held by the Vendor will provide for restriction to the
system, fraud control for prevention purposes, and notification capabilities for
attempted security violations or breaches. Secure access to the system shall be
maintained at all times.
The system shall have security capabilities that include, but are not limited to the
following:
Page 32 of 101

FDC ITN-17-122

System Service Functionality Requirements (SF)
a) Fraud prevention features, shall randomly interject pre-recorded
announcements throughout the duration of the conversation to the called party
indicating the source of the call.
b) Detection and prevention capabilities related to fraudulent, illicit, or
unauthorized activity capable of detecting unusual or suspicious number
sequences dialed or dialing patterns which the system identifies as possible
attempts to commit fraud.
c) A call alert feature that will alert Department personnel, via email, that a
designated inmate is placing a call to a specific number or contact that has
been assigned alert status. This status is an investigative tool which will be
activated by authorized Department personnel.
d) Ability to detect an attempt by the called party to initiate a 3-way or conference
call, to immediately terminate the call and to make a notation in the database
on the inmate’s call. The system shall make this information available, in a
report format, to designated Department personnel.
e) Ability to immediately terminate a call if it detects that a called party’s
telephone number is call forwarded to another telephone number. The system
shall make a notation in the database on the inmate’s call. The system shall
make this information available, in a report format, to designated Department
personnel.
f)

Ability to deactivate the restrictions on the called party’s attempt to initiate a
3-way or conference call on a per number dialed, per inmate basis. The
system shall permit call transfer or 3-way conferencing of specific inmate calls
placed to pre-designated privileged telephone numbers such as attorneys.

g) Ability during any call to block the out-pulsing of all digits pressed by the
inmate and all hook switch "flash" attempts, after the PIN and calling list
number have been input, such that no dual tone multi-frequency (DTMF) or
hook switch "flashes" will appear on the outside line.
h) Capability for the Department to immediately and remotely turn telephones on
and off, including individual telephones, groups of telephones, or an entire
Department facility by Department staff with the appropriate authorization
level. This service shall be available, via telephone, 24 hours a day, seven
days a week, including holidays.
i)

SF-051

Ability to provide a form of speech or word recognition that will alert
Department personnel when certain words or phrases are used by an inmate
during an outgoing call.
The proposed system(s) shall provide for authorized user access for the purposes
of managing inmate telephone access information in real time. Authorized
Department staff and Vendor staff, as authorized by the Department’s OIG, shall
have the ability to immediately enter, delete, change, or modify any proposed
system(s) access information including, but not limited to, calling privileges or
restrictions pertaining to inmates.
Page 33 of 101

FDC ITN-17-122

System Service Functionality Requirements (SF)

SF-052

The proposed system(s) shall allow for authorized Department user access to be
established, upon application by the prospective user, and the approval of the
Facility’s Warden or Assistant Warden, and a designated representative from the
Department’s OIG, Central Office. This approval authorization shall be given only to
the incumbent in these positions, and cannot be delegated or assigned. Levels of
authorized access shall be a menu-driven selection configured for each user, listing
the various components of the proposed system(s). Any modifications to access
levels shall go through the same approval process detailed above.
Deactivation of user accounts may be approved by any one of the approving
authorities referenced above, with an electronic notice sent to the designated
Department’s OIG representative.

SF-054

SF-055

SF-056

The creation, approval, and modification of user accounts shall be available in both
electronic and paper format. Accounts opened manually (with paper application)
shall be processed into the electronic user account system by the Vendor.
The proposed system(s) shall allow the creation of lists of currently authorized users
by facility and/or Department OIG, as needed. A system-wide list of all current
authorized users shall be provided quarterly to the Department’s OIG, Central Office.
The proposed system(s) shall also maintain a list of all users, active or inactive,
searchable by the user’s last name, first name, and containing all periods of account
activation.
The proposed system(s) shall allow Department personnel to temporarily restrict or
disconnect service to an individual inmate telephone.
Proposed System(s) Network Status Monitoring Component
All proposed system(s) shall provide a system network status monitoring component
within the system. The system’s status monitoring component shall, at a minimum:
1)

2)
SF-057

3)
4)
5)

6)

Show graphically in real-time the status of the system components at each
Department facility and other locations, to include but not be limited to, calls,
processor equipment, call monitoring equipment, call recording equipment,
telephone station equipment, and network circuit connections.
Show component status for system in a minimum of two conditions: “Green”
for normal operation, and “Red” for failed or failing operation.
Provide automatic reporting of component status changes (not manual input)
for calls.
Display and record event times, i.e., when any component changes status
from “Red” to “Green”, or vice-versa.
Provide the service technicians the ability to log acknowledgments of
component failures, log acceptance of responsibility for repair, and log
comments on action taken for calls.
Provide the Vendor’s System Administrator accessibility to the display of
status at all times for calls. The status display shall be available at other
locations such as the Department’s Contract Manager’s office, via intranet
computer access. Department personnel shall be allowed to observe the
system status display at any time upon demand. All event records and
technician logs shall be maintained for a minimum of 30 days, and shall be
available to authorized Department personnel upon request.

Page 34 of 101

FDC ITN-17-122

System Service Functionality Requirements (SF)
System Testing
SF-058

The Vendor shall submit with their Reply a complete and comprehensive functional
test plan to assure the Department of the system’s readiness to accept inmate calling
traffic at all facilities. This test plan shall include a checklist of items to be performed
by the Vendor’s implementation team and verified by the Department’s staff.
System Acceptance

SF-059

Upon Contract execution, the Vendor shall provide to the Facility’s Assistant Warden
of Programs, and the Department’s Contract Manager a complete and
comprehensive acceptance plan for the systems at each Department facility. System
acceptance shall be determined by a consecutive 30 day period, during which, the
systems must function “error free” after installation. Failure of the systems to meet
mutually agreed upon acceptance criteria for more than 30 consecutive days may
result in a request for replacement by the Department for that particular system’s
component.
System Documentation

SF-060

SF-061

SF-062

SF-063

At the completion of the implementation and installation, the Vendor shall provide to
the Assistant Warden of Programs at each Department facility, and the Department’s
Contract Manager a complete set of service reference manuals for the inmate
telecommunication service that shall include information specific to the installations
at the respective facility.
In addition, after installations of the inmate telecommunication service at each
respective facility, the Vendor shall supply documentation containing service request
contact numbers, instructions on reporting, and escalation procedures for the inmate
telecommunication service to the Assistant Warden for Programs at the respective
institution, and the Department’s Contract Manager.
System Disaster Recovery
The Vendor shall submit with their Reply a written Disaster Recovery Plan and
Continuity of Operations Plan, and associated internal system(s) equipment that
shall be capable of providing for support in case of failures in power, system data
networking, Vendor’s equipment at its host site through the user-level equipment
provided by the Vendor, and for all natural or man-made disasters, including flood or
fire at the host facility. These plans and all updates will be reviewed and accepted
by the Department’s OIT, Central Office, and kept for reference purposes.
The system(s) shall be capable of recovering from a power outage automatically or
remotely once commercial power is restored.
The Vendor shall provide remote diagnostic support and trouble-shooting technical
assistance for the system and equipment 24 hours a day, seven days a week,
including holidays.
The Vendor shall provide the authorized users a toll-free contact number, answered,
24 hours a day, seven days a week for the purpose of reporting problems and
providing technical assistance for Department staff.

Page 35 of 101

FDC ITN-17-122

System Service Functionality Requirements (SF)
The Vendor shall provide a centralized Customer Service Center located in the
Continental United States (preferably within the State of Florida) which is operational
24 hours a day, seven days a week, including holidays.
SF-064
The Vendor’s Customer Service Center shall be responsible for handling all inmate
telecommunication service calls, from family and friends regarding service issues,
billing, and any other issues relating to these services.
The Vendor shall also ensure that a minimum of two Service Representatives, as
delineated in PGM-01, Program Management Requirements, are provided
specifically for staffing the Department’s Central Office location.
SF-065
The responsibilities of these individuals will include handling of inmate family
complaints, as well as, the additional duties specified for Service Representatives in
OS-09.
System Reporting

SF-066

SF-067

At a minimum, the telecommunication service systems shall allow the Department to
generate “canned” reports directly through an interface accessible through a secure
internet site or via dedicated monitoring terminals. The Vendor shall provide
reporting capability on all information contained in the telecommunication service
systems database, including recording of telephone calls. To ensure that reports are
accurate and timely, the database shall be updated in real time so that all report data
is current when viewed and/or downloaded by authorized Department personnel.
The database shall be capable of maintaining a record of all reports that are
downloaded, with the date and time of the download, and the name of the person
who performed the download. All reports shall have the capability of being queried,
sorted or filtered by any field contained in the report or by data parameters, as
applicable, and reports shall be readable on screen, printable and shall be
downloadable into an excel format. Reports shall also be viewable via a user-friendly
interface. This interface shall be, at a minimum a Graphical User Interface (GUI)
such as Windows 7. Report formats shall be subject to final approval by the
Department’s Contract Manager.
Authorized Users Report: The system(s) shall provide a real time report of all
Departments and the Vendor’s authorized users for utilization by the Department’s
Office of the Inspector General. This report shall include user name, status (active
or inactive) and corresponding dates, user title, facility location and their assigned
role (i.e. monitor, administrator, etc).

SF-068

Approved Calling List Report: The system(s) shall provide a real time report of
each inmate’s approved calling list of 10 numbers. This report shall include inmate
name, inmate pin #, inmate’s facility location, name and phone numbers of everyone
on the inmate’s calling list and Billing Number Address (BNA) for all numbers. This
system shall also maintain a cumulative historical calling list for each inmate,
showing all numbers that have been added or deleted from the inmate’s list and the
corresponding dates.

SF-069

Comprehensive Outgoing Call Report: The system(s) shall provide a real time
report of all outgoing calls made from all Department facilities for utilization by the
Department’s Office of the Inspector General. This report shall include inmate name,
inmate pin #, inmates’ facility location, phone number called, date and time of call,
length of call, and BNA for number called.
Page 36 of 101

FDC ITN-17-122

System Service Functionality Requirements (SF)

SF-070

Duplicate Number Report: The system(s) shall provide a real time report of all
outgoing telephone numbers that appear on the active call list of two or more inmates
for utilization by the Department’s Office of the Inspector General. This report shall
include phone number, BNA for number called, inmate name, inmate pin #, and
inmate’s facility location.

SF-071

International Call Report: The system(s) shall provide a real time report of all
overseas/international calls made. This report shall include inmate name, inmate pin
#, number called, BNA for number called, inmate’s facility location, country name call
was placed to, date and time of call, length of call.

SF-072

Alert Level Report: The system(s) shall provide a real time report of all calls that
generated an alert notification in the system. This will include three-way calls, as well
as any other calls programmed to send an alert notification. This report shall include
date and time of call, number called, BNA for number called, inmate name, inmate
pin #, and type of alert.
3.6.4.1

System Service Functionality Deliverables
Description (with cross-reference to
Requirements as applicable)

Deliverable

Due Date

DEL-SF-01

By the 10th day of the
month for the prior
quarter

A system-wide list of all current authorized users
shall be provided to the Department’s OIG, Central
Office, quarterly. (SF-055)

DEL-SF-02

Upon Contract
Execution

A complete and comprehensive acceptance plan.
(SF-059)

DEL-SF-03

At completion of
Implementation and
Installation of each
facility

DEL-SF-04

Within five business
days of completion of
Implementation and
Installation at each
facility

3.6.5

A complete set of service reference manuals for the
inmate telecommunication service that shall include
information specific to the installations at the
respective facility. (SF-060)
Documentation containing service request contact
numbers, instructions on reporting, and escalation
procedures for the inmate telecommunication
service. (SF-060)

Other Service Requirements Service Area
Other Service Requirements (OS)

No.

OS-01

Requirement
The inmate telecommunication service shall be Personal Identification Number
(PIN) driven.
The inmate telecommunication service shall restrict use of the service through
authorized PINs assigned to each inmate at one of the Department’s five
Page 37 of 101

FDC ITN-17-122

Other Service Requirements (OS)
reception centers. No PINs will be issued by any institution. This PIN service
shall allow individual PINs to be shut-off upon request of designated staff at the
facility. When an inmate transfers to a different institution, that inmate’s PIN
account shall also be transferred. The Vendor shall be notified of inmate
transfers through nightly file transmission via FTP. All PIN information shall
remain the property of the Department.
The inmate telecommunication service shall use the Department’s current
inmate PIN assignments and numbering plan. Current PINs are numeric only
and 11 digits in length. The inmate telecommunication service’s PIN service will
consist of the inmate’s DC number, and shall be followed by the last four
numbers of the inmate’s Social Security Number. Since the DC number is
usually six characters and the first character can be a letter or digit, it is
necessary to use seven digits to represent the DC number. Therefore, the PIN
shall be constructed as follows:
1ST TWO CHARACTERS OF THE PIN:

OS-02

If the DC number begins with:

Then the PIN begins with:

Blank* or Zero
1 through 9
A through J
K through T
U through Z

00
01 through 09
10 through 19
20 through 29
30 through 35

Note: Some older DC numbers may be written as only 5 characters. In those
cases, the DC number is assumed to start with a blank to make it a 6-character
number.
NEXT FIVE CHARACTERS OF THE PIN:
Same as the last five characters of the inmate’s DC number.
LAST FOUR CHARACTERS OF THE PIN:
Same as the last four characters of the inmate’s Social Security Number (SSN).
EXAMPLES:
A:

DC number is 872460
SSN is 222-10-3555
PIN is 08724603555

B:

DC number is A98811
SSN is 393-44-1167
PIN is 10988111167

C:

DC number is 12298 (some older DC numbers are only five characters)
SSN is 998-30-2345
PIN is 00122982345

Page 38 of 101

FDC ITN-17-122

Other Service Requirements (OS)
OS-03

The inmate telecommunication service shall utilize the PIN feature for all collect,
local, long distance, cellular, and international calls.
The inmate telecommunication service shall allow each PIN to have a “class of
service” assigned.
For example, each PIN shall have a list of allowable telephone numbers,
duration of each call, etc. These systems shall provide call by PIN that provides
the Department the option of implementing any or all of the following restrictions
by PIN designation:
• Inmates can be either approved or not approved to make telephone calls
by PIN, at the Department’s option;

OS-04

• Inmates, via the PIN, can be restricted to a specific telephone or group
of telephones at the Department's option;
• Limit duration of call: maximum call duration can be set globally (all
PINs), by site, by facility area, or by individual inmate’s PIN, at the
Department's option;
• Restrict time of day calling: an allowed calling schedule can be provided
for each specific PIN, by facility area, by site, and globally (all PINs).
The global restrictions can take precedence over individual PIN
restrictions, at the Department's option.
• Restrict an inmate under disciplinary action from placing any or all calls
assigned to his particular PIN, with the exception of privileged numbers
(i.e., attorney, approved clergy, and social work professionals).

OS-05

OS-06

OS-07

OS-08

The system shall have the ability to limit calls to a specific duration by PIN, and
by specific telephone numbers assigned to a PIN.
The PIN feature shall ensure that the automated operator function uses the
inmate's pre-recorded name (recorded in both the inmate’s voice and language,
or in the voice of an administrator) to announce to the called party from whom
the call is originating. Identification of the specific inmate, and thus the
announcement of the inmate’s name shall be performed by the PIN assignment.
The systems shall allow for approved destination numbers to be assigned and
restricted, by individual PIN. Such number lists will be approved by authorized
Department personnel (i.e., classification officer), the Vendor’s System
Administrator, or the respective Service Representative at the Department’s
option.
The PIN feature shall allow the recording of inmate calls to be discontinued
when certain pre-determined telephone numbers (privileged telephone
numbers) are called.

Page 39 of 101

FDC ITN-17-122

Other Service Requirements (OS)
The Vendor shall provide Service Representatives responsible for entering
inmate telephone access information in the system.

OS-09

Service Representatives shall make, at a minimum, twice weekly visits to the
facilities identified on Attachment II, or as deemed necessary by the
Department, for the purposes of entering and updating this information.
In addition, the Vendor shall ensure that information can be entered into the
system by authorized Department personnel. Information fields shall include,
but not be limited to, inmate name (first, middle, last), PIN number (11 digits
minimum), Department facility, identifier of unit within Department facility, 10
approved telephone numbers, privileged numbers, comments field, language
preference field, account activation date, current status, and alert levels.

OS-010

OS-011

The Vendor shall ensure the system verifies that the number listed by an
inmate’s phone list (as authorized by the Department) is the telephone number
with Billing Number Address (BNA) for the individual identified on the authorized
phone list and NOT a pass through local number.
Authorized Department’s OIG personnel shall have the capability to enter,
modify, and delete any information in any data field encompassing any inmate’s
phone access information including an inmate’s “Approved Telephone Number
List”.
The Department will make available to the Vendor, the current inmate telephone
system access information, as necessary for the transition of services.

OS-012

OS-013

OS-014

OS-015

The Vendor shall provide on Attachment III, Price Information Sheet, a single,
blended rate per minute, inclusive of all surcharges, for all calls on the North
American Dialing Plan, including intralata, interlata, intrastate, interstate, local,
and local extended calls, which shall not exceed the maximum rate per minute
allowed by the Federal Communications Commission (FCC) and appropriate
regulatory authority during the time the call is placed.
In addition to the FCC, the Vendor can contact the State Consumer Protection
Agency, Better Business Bureau, or the Florida Office of the State Attorney
General to obtain maximum rate per minute information.
Call charges for international calls shall not exceed the maximum rate allowed
by the appropriate regulatory authority during the time the call is placed. All call
charges for coin-operated phones at the community release centers shall be at
the same rates as inmate telephone calls.
The Vendor shall agree that charges for calls shall include only the time from the
point at which the called party accepts the call, and shall end when either party
returns to an on-hook condition or until either party attempts a hook flash. There
shall be no charges to the called party for any setup time.
The Vendor shall not charge, pass on, or pass through to the customer paying
for collect or prepaid calls any charges referred to as Local Exchange Carrier’s
(LEC), or Competitive Local Exchange Carrier’s (CLEC) billing costs, or any bill
rendering fee or billing recovery fee. The Vendor shall also ensure that LEC’s
and CLEC’s do not charge or pass on to the customer any additional fee or
surcharges for billing. The Vendor shall be responsible for any such LEC or
CLEC surcharges incurred if billing through the LEC or CLEC.
Page 40 of 101

FDC ITN-17-122

Other Service Requirements (OS)
In addition, the Vendor shall not charge, pass on, or pass through to the
customer paying for the collect, prepaid calls any of the following charges
and/or fees:

OS-016

OS-017

Bill Statement Fee, Funding Fee, Mail-In Payment Fee, Western Union
Payment Fee, Refund Fee, Regulatory Recovery Fee, Wireless Admin Fee,
Single Bill Fee, Paper Statement Fee, Account Setup Fee, Account
Maintenance Fee, Inactive Account Fee, Account Close-Out Fee, NonSubscriber Line Charge, Inmate Station Service Charge, Third-Party Payment
Processing Fee, State Regulatory Recovery Fee, Check/Money Order
Processing Fee, Biometric Service Charges, JPay Payment Fee, Federal
Regulatory Cost Recovery Fee, Regulatory and Carrier Cost Recovery Fee,
Validation Surcharge, or Wireless Termination Surcharge.
The Vendor shall ensure, inmates’ family and friends utilizing the Florida Relay
Service to receive calls from inmates are charged the same rates as those
family and friends receiving calls from inmates not utilizing this service.
The Vendor shall ensure that prepaid local and long distance, cellular and
international collect calling is available for all locations within the North
American Dialing Plan.

OS-018

OS-019
OS-020
OS-021

OS-022

OS-023

OS-024

In addition, the Vendor shall provide a list of all countries (outside of the United
States) that can be reached via the inmate telecommunication service operating
in a “collect call only” mode to the Department’s Contract Manager, or designee,
upon request.
At no time shall an inmate be automatically connected to a “live” operator. The
only exception to this requirement is that international collect calls through a live
operator will be allowed when the country being called accepts collect calls.
Call acceptance by the called party shall be accomplished through caller
confirmation (“positive acceptance”).
Collect calls shall not be connected nor shall billing commence until the called
party indicates acceptance of the call. All non-prepaid calls may be directly billed
to the Billing Number Address (BNA) by the Vendor.
The Vendor shall ensure that local and long distance, cellular and international
collect calls are billed to the Billing Number Address originally provided by the
inmate’s inmate family or friend.
The Vendor shall provide a toll-free number to the Customer Service Center
which will be clearly shown on the called party’s bill for assistance in billing
matters.
The Vendor shall ensure Caller ID is not available for any call placed through
the inmate telecommunication service, and the called party has no other means
of identifying the number from which a call is placed.

OS-025

The Vendor shall not charge for calls that result in Special Information Tones
(SIT), “ring/no answer” or “busy” conditions.

OS-026

The Vendor shall provide local exchange service for collect only calling use at
each Department institution. The local calling area shall be equivalent to the
local calling public pay telephone area at each Department institution. The
Vendor shall ensure that the system is capable of identifying a dialed number
as local, based on the pay telephone calling area, and of correctly rating and
routing the call.
Page 41 of 101

FDC ITN-17-122

Other Service Requirements (OS)

OS-027

OS-028

OS-029
OS-030

OS-031

OS-032

The Vendor shall allow families and friends to establish prepaid service
account(s) with the Vendor for billing purposes, so that inmates can call preauthorized numbers that may not be accessible via normal collect calling. Each
prepaid account shall have an authorized billing number. Any calls billed to a
family or friend’s prepaid account shall meet the same security requirements as
set forth for normal collect calls.
The Vendor shall ensure that notice of the prepaid account availability is provided
when a party receives a call and shall offer the option of being connected to a live
operator for the purpose of establishing a prepaid account, if a normal collect call
cannot be completed by the inmate due to billing issues.
The Vendor’s prepaid services shall allow the called party (family and friends) to
deposit money into a prepaid services account.
The Vendor shall provide instructional brochures explaining the process for
establishing prepaid accounts to be made available to friends, family and
inmates in Visitation parks and for the Department’s public website.
The Vendor shall create a component within the system that creates an inmate
“hot line” accessible from any telephone instrument within the system. This
component shall be fully available from the monitoring terminals located at the
Department’s OIG, Central Office location and any of the other designated
Inspector General’s monitoring stations, as may be required, and authorized by
the Department’s OIG, Central Office.
This component shall allow the inmate to create a confidential “mailbox”, not
requiring the inmate to identify himself in any manner, which also allows the
Inspector General’s personnel to leave a return message for the inmate. The
creation of this “mailbox” shall be an option offered to the calling inmate.
The Prison TIPS hotline shall be reachable by entering *TIPS (*8477) on any
telephone instrument in the system. The Crime Stoppers Hotline for anonymous
reporting of cold case information shall be reachable by entering *8488. The
PREA hotline for anonymous reporting of inmate sexual victimization shall be
reachable by entering *8499. These calls shall not require input of the inmate’s
PIN number for access.

OS-033

There shall also be toll-free numbers assigned so that the Prison TIPS, Crime
Stopper, and PREA hotlines can be reached by any and all telephones outside of
the system.

OS-034

The Vendor shall provide easily readable signage referencing the Prison TIPS,
Crime Stopper, and PREA hotlines and toll-free numbers for display within the
institution, and on the grounds of the institution as directed by the Facility’s
Assistant Warden of Programs.

OS-035

The Vendor shall create a component within the system that creates informant
lines accessible from any telephone instrument within the system. This
component shall have the ability to allow an inmate to call a number(s)
established by the Department’s OIG that is not included on their Inmate
Telephone Agreement and Numbers List (DC6-223). The system shall have the
ability to exclude informant lines from call detail reports, and
monitoring/recording functions.

Page 42 of 101

FDC ITN-17-122

Other Service Requirements (OS)
Litigation-Related Testimony

OS-036

The Vendor acknowledges and agrees that many times, the recorded telephone
calls of inmates are used as evidence in criminal or Department violation
investigations, and as such, the Vendor may receive written/verbal requests to
provide testimony regarding monitoring equipment, system specifications, and
the accuracy and reliability of the system’s recorded telephone data.
The Vendor shall ensure that qualified personnel is available to provide such
expert testimony, and that personnel responds timely and/or appears as
stipulated in the request and/or legal subpoena. The Vendor shall immediately
notify the Department’s Contract Manager, or designee, upon receipt of
Departmental-related subpoenas.

3.6.6

System Equipment and Service Requirements Service Area
System Equipment and Services Requirements (SES)

No.

Requirement
The Vendor shall own all systems and equipment (Monitoring/Recording
Terminals, Inmate Telephone Stations, TDD/TTY devices, Coin-Operated
Telephone Stations, etc.) and shall conduct all maintenance, repairs, upgrades
and replacement to systems and equipment at no cost to the Department.

SES-01

The number and facility location of equipment currently required to be installed at
Department facilities is listed on Attachment II. The number of required inmate
telephone stations, coin operated telephones TDD/TTY devices, and
monitoring/recording stations may be increased or decreased during the term of
the Contract. Requests for additional equipment shall be submitted by the
Warden, or designee, to the Department’s Contract Manager, or designee, for
review and submission to the Vendor and will be at no additional cost to the
Department. All decisions on number, placement, location, etc. regarding the
inmate telephone stations, coin operated telephones and monitoring/recording
terminals shall be made by the Warden, or designee, of the respective facility.
All ITSE required for service delivery shall be new and consist of three types of
telephones:

SES-02

• Type 1, which will be the majority of inmate telephones installed, shall be
permanently mounted wall telephones meeting the specifications outlined in
this ITN.
• Type 2 shall be portable or “movable” cordless inmate telephones that are
used mainly in segregation units, and shall be manufactured to withstand
abuse, as well as be compact enough to fit through standard food slots.
• Type 3 shall be “all weather” inmate telephone sets to be used in outdoor
conditions.

Page 43 of 101

FDC ITN-17-122

System Equipment and Services Requirements (SES)
All ITSE shall have the physical and design characteristics that meet or exceed
all of the following technical standards:
•
•
•
•
•
•
•
•
•

SES-03
•

•
•
•

A chrome-plated DTMF tone dial that is water, flame and shock resistant.
A hearing aid compatible handset.
A housing that protects the electronic components of the telephone.
A paint or other finish that is mar and scratch resistant.
A faceplate with concise dialing and operating instructions.
An industry standard design.
A tamper-proof housing.
A floating case hardened metal plate to prevent side drilling entry. (community
release centers only)
Dialing Instructions and “This Call is Being Recorded” warning statements in
English and Spanish on each telephone instrument in a manner that reduces
the possibility of the notice being destroyed. Labels or other accessible
surface instructions will not be acceptable to meet this requirement. This
information must be kept legible and accurate throughout the duration of the
Contract.
A unique number, physically imprinted on each telephone instrument so that
Department staff can see the number for the purposes of reporting trouble and
troubleshooting problems. As telephone instruments necessitate replacement,
they shall be numbered by the Vendor. As new telephone instruments are
added or replaced, they shall be identified in the same manner and all
appropriate paper work shall be updated to reflect the addition.
An armored handset cord that is resistant to stretching and breaking (for
Types 1 & 3 only).
Installation reinforced by security studs to prevent easy removal of telephone
(for Types 1 & 3 only).
A handset cord component of the ITSE with the lanyard used to connect the
handset to the base telephone. The lanyard shall be no more than 32 inches
in length, and shall be of steel braided or solid steel composition (for Types 1
& 3 only).

The ITSE shall not include coin entry slots or coin return slots regardless of
whether these functions are disabled on the station equipment (standard pay
telephone requirements excluded).
All ITSE shall meet or exceed the following capabilities:
•
•
SES-04

•
•
•
•
•

True dual-tone multifrequency (DTMF) compatibility.
The ITSE shall not be capable of being used to program any feature of the
ITS.
The ITSE shall not be programmable for any purpose.
Reduction of background noise through the use of confidencers or
directional microphones in the handset.
Volume controls that allow inmates to amplify the called party’s voice.
Powered by the telephone line and requiring no additional power source,
with the exception of cordless telephones as described above.
Compatible with Telecommunications for The Deaf (TDD/TTY) equipment.

Page 44 of 101

FDC ITN-17-122

System Equipment and Services Requirements (SES)
SES-05

All ITSE shall be capable of being Americans with Disabilities Act (ADA)
compliant with 25% of all phones having volume control capabilities. Due to
security concerns, the Department shall require the Vendor to modify certain
features on telephone instruments such as cord length and mounting height.
New TDD/TTY equipment shall be provided for inmate use at facilities identified
on Attachment II.
All TDD/TTY equipment will be protected and secured by the Department when
not in use.

SES-06

Minimum requirements for TDD/TTY equipment shall include:
• Portability, such that it can be used with any ITS station set at the
Department institution.
• The ability for keyboard entry.
A display (i.e., LCD, LED, etc.) and a printer device.
New coin-operated telephones shall be provided for inmate use at community
release centers, as identified on Attachment II, Facility Locations and Equipment
List. In addition, one coin-operated telephone shall be provided for public use at
each main correctional institution and annex, typically outside the admission gate,
unless authorized by the Warden of the institution. These coin-operated
telephones shall meet the following minimum specifications:

SES-07

The telephones at the community release centers shall be programmed to
allow for outgoing calls only and the telephones for public use at each facility
shall have two way outgoing and incoming service. All coin-operated phones
at community release centers shall meet call blocking requirements as set
forth in SF-042 System Call Blocking Requirements. Coin-operated phones
for public use do not need to meet call blocking requirements.
These telephones shall meet all FCC regulations regarding alternate carrier
access.
The Vendor shall provide new monitoring/recording terminals as identified in
Attachment II, Facility Locations and Equipment List, for investigative and
monitoring purposes for the inmate telecommunication services.

SES-08

Each terminal should include a monitor and a CPU with a CD burner and the
corresponding, fully functional CD burning software. All software must be
compatible with a minimum of a Windows 7 and must operate with Internet
Explorer version 11.0 at a minimum, and include appropriate input devices,
(mouse, keyboard, etc) with a sound card with external speakers and accessible
headphone jack.

SES-09

All monitoring/recording terminals shall operate using recording and playback
features that utilize industry standard file formats (*.wav, *.mp3, *.midi, etc).

SES-10

The Vendor shall provide equipment to support service delivery, as specified
herein, at all designated Department facilities that is fully functional in regards to
all labor, materials, service hardware, and/or software for the inmate telephone
service.
Page 45 of 101

FDC ITN-17-122

System Equipment and Services Requirements (SES)
The Vendor shall further warrant that any equipment installed for the Department
shall be free of defects, irregularities, unprofessional installation, code violations,
and shall operate as designed and proposed. Should the equipment not operate
as designed and proposed, or violate any local, state or federal code, rule or
ordinance, the Vendor shall correct the defect or irregularity or bring the service
to within code, rule or ordinance at no cost to the Department including payment
for any fines or penalties associated therewith.
The Department understands the tentative nature of ensuring that service to any
component of the system is completed in a set period of time. Nonetheless, time
is of the essence in completing emergency and other service repairs or
replacements.
SES-011

SES-012

SES-013

Thus, the Vendor is required to meet all response times specified in this SES016, Response and Repair Times for Service Calls requirements, to return the
system to normal operating status. In the event of extraordinary obstacles to
service for which the Vendor exceeds the time-to-service requirement,
notification, and a detailed plan of service shall be immediately provided to the
Department by the Vendor.
All service request calls from Department staff shall be answered by a “live”
operator at all times.
Critical components shall be available within the service area for each
Department institution. The Vendor shall guarantee to the Department that all
parts and materials necessary to repair the inmate telephone service are readily
available to the respective Field Repair/Site Technicians 24 hours per day, seven
days per week, 365 days per year.
The Department will not accept the delay of service repair based on the fact that
Field Repair/Site Technicians cannot access a parts warehouse, office or similar
Vendor facility because the facility is not open “after hours”, or on weekends or
holidays.

SES-014

SES-015

The Vendor shall track all service downtime for each Department facility and
compile per-facility records of the downtime for each month to comply with the
Trouble Ticket/Repair Time Report specified in Section 3.6.7, Reporting
Requirements.
All system maintenance to the inmate telecommunication service shall be
performed by the Vendor’s Field Repair/Site Technician during the twice weekly
visits to the institution. The Field Repair/Site Technician shall notify the Assistant
Warden for Programs of their anticipated arrival time for each site visit, and
discuss any problems or concerns regarding these services.
The Vendor’s Site Technician shall notify the Assistant Warden for Programs if it
is determined during the repair that the damage to the system was caused by
inmate vandalism.
Response and Repair Times for Service Calls

SES-016

Should any critical component of the telecommunication service provided by the
Vendor fail, the Vendor shall respond to the Department’s request for service
calls 24 hours per day, seven days per week.
NOTE: All repairs shall be completed prior to the normal operational hours of
these services, unless approved by the Assistant Warden of Programs.
Page 46 of 101

FDC ITN-17-122

System Equipment and Services Requirements (SES)
Routine Service
SES-017

The Vendor shall respond to all routine service problems within four hours of the
initial system failure notice or request for service report by the Department facility,
through the use of remote testing or access. Records of testing and compliance
with this requirement shall be available to the Department upon request.
Following all routine service requests, the Vendor shall contact the Department
facility with the following information within six hours of the initial system failure
notice or service request:

SES-018

SES-019

• Remote testing results, if applicable; or
• An update of the remote testing process, if applicable; or
• Notice that a technician has been dispatched and the estimated time of
arrival at the Department site.
Should the service not be equipped for remote access, the Vendor shall have a
qualified technician, suitably equipped for the installed service, on-site at the
Department facility within 12 hours from the time of initial system failure notice or
service request.
All routine service requests shall be completed within 24 hours of the initial
system failure notice, request for service, or equipment failure or financial
consequences shall be imposed as stated in Section 3.6.6.1.
Major Emergency

SES-020

The Vendor shall respond to all emergency service requests on the inmate
telecommunication system within one hour of initial system failure notice or
request for service report by the Department facility, through the use of remote
testing or access. Records of testing and compliance with this requirement shall
be available to the Department upon request.
Following all major emergency service requests, the Vendor shall contact the
Department facility with the following information within two hours of the initial
system failure notice or service request:

SES-021

• Remote testing results, if applicable; or
• An update of the remote testing process, if applicable; or
• Notice that a technician has been dispatched and the estimated time of
arrival at the Department site.
Should the service not be equipped for remote access, the Vendor shall have a
qualified technician, suitably equipped for the installed service, on-site at the
Department facility within four hours from the time of initial system failure notice
or service request.

SES-022

All major emergency service requests shall be completed within 12 hours of the
initial system failure notice request or financial consequences may be imposed
as stated in Section 3.6.6.1.
Trouble Ticket/Repair Time Report for Routine or Emergency Service

SES-023
The system(s) shall provide a real time report of all trouble tickets and repair
times that are reported to the Vendor. This report shall include the assigned
Page 47 of 101

FDC ITN-17-122

System Equipment and Services Requirements (SES)
number with trouble, location (including specific dormitory or other unique
location), date and time trouble was recorded in the system as occurring date,
time, and name of individual trouble was reported to at the facility, cumulative
downtime as a result of trouble, downtime reason (e.g. processor failure, power
failure, station failure, trunk failure, etc.) and date and time trouble was cleared.
Separate Trouble Ticket/Repair Time Reports shall be submitted for the Routine
and Emergency Trouble Tickets.
Escalation Procedures During Repair Service
The Vendor shall provide escalation procedures to address inadequate response
to service calls, frequent repetition of the same service problem, inadequate
repairs to inmate telecommunication service, etc.
SES-024

SES-025

These described procedures shall include the name and title of service and
management personnel, as well as, criteria for service escalation to a certain
“level” within the Vendor’s organization. Updated contact names and telephone
numbers of the service and management positions listed/described in the
escalation procedures shall be made available to the Department immediately
upon request.
The Vendor shall provide After Action Reports to the Department’s Contract
Manager, or designee, within two business days of resolution of a major system
issue.
Equipment Report

SES-026

3.6.6.1

The system(s) shall provide a real time equipment report of all assigned
equipment (in use) and inventoried equipment for the telecommunication
services. This report shall include description/type of equipment, facility location
(including specific dormitory or other unique location), and assigned telephone
number (for phone instruments).
System Equipment and Services Performance Measures
Performance Measures (PM)

No.

Description

Expectation

Measurement
Duration

Financial
Consequence

PMSES-02

All requests for routine
service shall be completed
within 24 hours of request for
service from the Department,
unless otherwise instructed
by the Department
(SES-019)

95% Compliance

Monthly

$1,000.00 per
incident, per
institutional site,
per month

Page 48 of 101

FDC ITN-17-122

Performance Measures (PM)
No.

Description

Expectation

Measurement
Duration

Financial
Consequence

PMSES-03

All major emergency repair
service shall be completed
within 12 hours of request for
repair from the Department,
unless otherwise instructed
by the Department
(SES-022)

95% Compliance

Monthly

$2,500.00 per
incident, per
institutional site,
per month

PMSES-04

Vendor shall respond to all
Tier I System Outages as
specified in the Contract
(Section 1.28)

Within 30 minutes
of the Occurrence

Per
Occurrence

PMSES-05

Vendor shall notify the
Department of all Tier II
System Outages as specified
in the Contract (Section 1.28)

Within 60 minutes
of the Occurrence

Per
Occurrence

$2,500 per 30 minute
period past the
required notification
time frame,
per occurrence
$1,500 per hour past
the required
notification time
frame, per occurrence

PMSES-06

Vendor shall notify the
Department of all Tier III
System Outages as specified
in the Contract (Section 1.28)

Within 60 minutes
of the Occurrence

Per
Occurrence

$1,000 per hour past
the required
notification time
frame, per occurrence

PMSES-07

The Vendor shall notify the
Department of all Tier IV
System Outages as specified
in the Contract (Section 1.28)

Within 60 minutes
of the Occurrence

Per
Occurrence

$500 per hour past
the required
notification time
frame, per occurrence

3.6.6.2

System Equipment and Services Deliverables
Description (with cross-reference to
Requirements as applicable)

Deliverable

Due Date

DEL-SES-01

Within 15 days from the
date of request

Trouble Ticket/Repair Time Report for Routine
or Emergency Service
(SES-023)

DEL-SES-02

By the 10th day of the
month for the prior
quarter

Equipment Report
(SES-026)

Page 49 of 101

FDC ITN-17-122

SECTION 4 – PROCUREMENT RULES AND INFORMATION
4.1

General Instructions to Vendors
The PUR 1001 is incorporated by reference and may be viewed at the following link:
http://www.dms.myflorida.com/business_operations/state_purchasing/documents_forms_refere
nces_resources/purchasing_forms.

4.2

Vendor Inquiries
Questions related to this ITN must be received, in writing via email, by the Procurement Officer
listed below, within the time indicated in the Timeline. Oral inquiries, or those submitted after the
period specified in the Timeline, will not be acknowledged.
Responses to questions will be posted on the Vendor Bid System (VBS), on or about the date
referenced in the Timeline. The VBS is located at http://vbs.dms.state.fl.us/vbs/main_menu.
Procurement Officer Contact Information
Allegra Small, Procurement Officer
Bureau of Procurement
Florida Department of Corrections
Email: purchasing@fdc.myflorida.com
Between the release of the solicitation, and the end of the seventy-two (72) hour period
following posting of notice of intention to award (the seventy-two (72) hour period excludes
Saturdays, Sundays, and State holidays), Vendors responding to this solicitation, or
persons acting on their behalf, may not contact any employee, or officer, of the executive,
or legislative branches of government, concerning any aspect of this solicitation, except
in writing to the Procurement Officer as provided in the solicitation documents. Violation
of this provision may be grounds for rejecting a Reply, Section 287.057(23), F. S.
Any person requiring special accommodation in responding to this solicitation, because of a
disability, should call the Bureau of Procurement Services, at (850) 717-3700, at least five (5)
days prior to any pre-solicitation conference, solicitation opening or meeting. If you are hearing or
speech impaired, please contact the Bureau of Procurement by using the Florida Relay Service,
which can be reached at 1-800-955-8771 (TDD).
Interested parties are encouraged to carefully review all the materials contained herein and
prepare Replies accordingly.

4.3

Alternate Provisions and Conditions
Replies that contain provisions that are contrary to the material requirements of this ITN are not
permitted. Vendors are expected to submit questions or concerns they may have regarding the
requirements or terms and conditions of this solicitation in writing to the Procurement Officer so
they may be addressed during the question and answer phase of this solicitation (see Section
4.2). Including alternate provisions or conditions to this solicitation may result in the Reply being
deemed non-responsive to the solicitation. However, as this is an ITN, the Department reserves
the right to negotiate the best terms and conditions, if determined to be in the best interests of the
state.

Page 50 of 101

FDC ITN-17-122

4.4

Reply Bond
Each Vendor is required to submit a Certified Check, Cashier’s Check or Reply bond with its
response. The amount required is $1,000,000.00. The bond shall be issued by a reliable surety
company that has been in business with a record of successful continuous operation for at least
five years and is authorized to do business in the State of Florida. Provided Reply bonds shall be
valid until the Department executes a Contract or issues a Notice of Agency Decision cancelling
the solicitation or rejecting all replies. The bond shall be payable to the Florida Department of
Corrections. The bond ensures against a Vendor’s withdrawal from competition subsequent to
their submission of a Reply. The bond will be returned to unsuccessful Vendors upon the
execution of a Contract with the successful Vendor or upon cancellation of the solicitation. The
bond of the successful Vendor will be retained until the Contract is executed and the Department
receives the required performance bond. The Reply bond will be forfeited to the Department if the
Vendor fails to timely submit the performance bond or other security, as required below, or fails
to execute the Contract when required to do so by the Department. Any request for withdrawal of
a submitted Reply, requested after five business days, will be subject to provisions of this section.

4.5

Pass/Fail Mandatory Responsiveness Requirements
The Department shall reject any and all Replies that do not meet the Pass/Fail criteria defined
below.
a)

All data generated, used or stored by Vendor pursuant to the prospective Contract state will
reside and remain in the United States and will not be transferred outside of the United
States;

b)

All services provided to the State of Florida under the prospective contract, including call
center or other help services, will be performed by persons located in the United States;

c)

Vendor has a minimum of at least three years’ experience within the last five years in
providing telecommunication services in a correctional or security/law enforcement setting;

d)

Vendor’s proposed offering and all services provided under the Contract will be compliant
with all laws, rules and other authority applicable to providing the services including, but not
limited to, Florida’s Open Government laws (Article I, Section 24, Florida Constitution,
Chapter 119, F.S.);

e)

Vendor will act as the prime Vendor to the Department for all services provided under the
Contract that results from this ITN;

f)

Vendor must be able to demonstrate their ability to meet the performance bond requirements.
Prior to execution of the resultant Contract, Respondent will deliver to the Department a
performance bond or irrevocable letter of credit in the amount equal to the lesser of
$1,000,000.00 or the average annual price of the Contract (averaged from the initial five year
Contract term pricing). The bond or letter of credit will be used to guarantee at least
satisfactory performance by Respondent throughout the term of the Contract (including
renewal years).

g)

Vendor will deliver to the Department, with their Reply, a Reply bond or check in the amount
of $1,000,000.00, in accordance with Section 4.4. The bond ensures against a Vendor’s
withdrawal from competition subsequent to their submission of a Reply.

h)

Vendor attests to its positive financial standing and Vendor’s current Dun & Bradstreet (D&B)
Financial Stress Score has a Financial Stress Class of 1, 2, 3 or 4.
Page 51 of 101

FDC ITN-17-122

4.6

Submission of Replies
Replies shall be prepared simply and economically, providing a straightforward, concise
delineation of the Vendor’s capabilities to satisfy the requirements of this ITN. Elaborate bindings,
colored displays, and promotional material are not desired. Emphasis in each Reply shall be on
completeness and clarity of content.
Vendors are responsible for submitting their Replies to this ITN to the Procurement Officer by the
date and time specified in Timeline of this solicitation. The Department will not consider late
replies.
In their Reply to this ITN, each Vendor shall:
a) Submit the Technical Reply and the Cost Reply in separately sealed packages.
b) Submit one signed original, plus seven (7) hardcopies of the Technical Reply, sealed
separately from the Cost Reply.
c) Submit one signed original plus seven (7) hardcopies of the Cost Reply, sealed separately
from the Technical reply.
d) Submit seven (7) searchable PDF copies of the Technical Reply on CD-ROMs. In the event
of differences between the information contained on the CD-ROM and the original written
version, the written version will prevail.
e) Submit seven (7) searchable PDF copies of the Cost Reply on a CD-ROM separate from the
Technical Reply. In the event of differences between the cost information provided on the CDROM and the original written version, the written version will prevail.
f) If the Vendor believes its Technical Reply contains information that is confidential, trade
secret, or otherwise not subject to disclosure, Vendor shall submit one redacted electronic
version of the Technical Reply, provided on a CD-ROM. The information contained on the
CD-ROM shall be formatted in such a way that redactions provided on the pages of the
electronic document cannot be removed. The reason for this requirement is that in the event
the Department receives a public records request for this information the Department will be
able to respond to such request by providing a copy of redacted electronic version of the
document(s) provided by the Vendor. The Department will rely upon Vendor submitting the
redacted version to ensure the redacted version satisfies this requirement. If a redacted
version is not submitted, the Department is authorized to produce the entire documents, data,
or records submitted by Vendor in answer to a public records request for these records.
g) Sealed packages to be delivered shall be clearly marked with the solicitation number,
company name, due date and time, and identify which package(s) contains the Technical
Reply and Cost Reply.
h) Submitted hardcopies contained in the sealed packages are to be clearly marked on the front
cover of both the original and copies, with the Vendor’s company name, solicitation number,
and whether it is the Technical or Cost Reply. Hardcopies should be numbered 1-10, in
sequential order for ease of tracking.

4.7

Contents of Reply Submittals
Replies are to be organized in TABs as directed below. Vendors shall complete each section
entirely or the Vendor may be deemed not responsive.
The Reply shall be organized as follows:
TAB A

Cover Letter with Contact Information, Executive Summary, Pass/Fail
Certification and Performance Bond/Irrevocable Letter of Credit Letter (Limit 15
pages)
Page 52 of 101

FDC ITN-17-122

TAB A shall contain a cover letter on the Vendor’s letterhead with contact information
and the name and signature of the person of the representative of the responding
organization authorized to legally obligate the Vendor to provide the Services. The
cover letter must state that the Vendor agrees to provide the Services as described in
the ITN. Also, TAB A shall contain an executive summary of the Vendor’s Reply. The
executive summary will describe the technical solution, proposed cost model (actual
pricing should not be included in the Technical Reply), and operational model the
Vendor proposes in a concise and meaningful manner. No pricing information is to be
included in the executive summary.
TAB A must also include a letter, signed on or after January 1, 2016, from a Surety
Company or Bonding Agent, authorized to do business in the State of Florida, and
written on company letterhead, that documents the Vendor’s present ability to obtain
a performance bond or irrevocable letter of credit in the amount of at least $1,000,000.
Failure by the Vendor to provide this letter with its Reply will be considered
material and will result in the Reply being deemed not responsive.
TAB A shall also include the completed Pass/Fail Requirements Certification
(Attachment IV) signed by the same person who signs the above-mentioned cover
letter. A copy of the Vendor’s current Dun & Bradstreet Financial Stress Score should
be provided in this section.
TAB B

Experience and Ability to Provide Services (limit 50 pages)
TAB B shall include the following information:
a) References
Using Attachment V to this ITN, Vendors shall provide three references from
businesses or government agencies, for which it has provided services of similar
scope and size to the services identified in the ITN.
References shall pertain to current and ongoing services, or those that were
completed prior to July 1, 2016. References shall not be given by:
•
•
•
•

Persons employed by the Department within the past three years.
Persons currently or formerly employed or supervised by the Vendor or its
affiliates.
Board members within the Vendor’s organization.
Relatives of any of the above.

The Procurement Officer reserves the right to contact the Vendor’s references to
verify the information was actually provided by the reference and the negotiation
team may elect to contact the references to obtain further information regarding
the Vendor’s performance. In addition, the negotiation team reserves the right to
contact and consider references other than those provided by the Vendor when
making its best value determination.
b) Prior Work Experience
a. Similar Contracts and Services
Describe the Vendor's experience in providing telecommunication services or
other services similar in a correctional setting or law enforcement setting, number
Page 53 of 101

FDC ITN-17-122

of years providing these services, growth on a national level, and ownership
structure. Vendors shall describe all contracts executed in the last five years that
are of similar scope and size to the services sought in this ITN. Vendors shall
include any experience it has assuming operations from another service provider
of correctional telecommunication services and identify all relevant similarities or
differences between such Contracts and the services sought via this ITN. The
listing of similar Contracts shall contain the organization name, contact name,
address, telephone number, and email address of the entity who received the
services from Vendor.
b. Disputes
Vendors shall identify all Contract disputes Vendor (including its affiliates,
subcontractors, agents, etc.) has had with any customer within the last five years
related to Contracts pursuant to which Vendor provided(s) similar services in the
continental United States on an organizational or enterprise level. The term
“Contract disputes” means any circumstance involving the performance or nonperformance of a contractual obligation that resulted in: (i) identification by the
Contract customer that Vendor was in default or breach of a duty under the
Contract or not performing as required under the contract; (ii) the issuance of a
notice of default or breach; (iii) the institution of any judicial or quasi-judicial action
against Vendor as a result of the alleged default or defect in performance; or (iv)
the assessment of any fines or liquidated damages under such contracts. Vendors
must indicate whether the disputes were resolved and, if so, explain how they were
resolved.
c. Subcontractor Information
If the Vendor will use subcontractors to provide any of the Services, the Vendor
shall provide detailed information for all subcontractors it plans on contracting with
to provide any of the Services under the prospective contract. This information
shall be provided using Attachment VI, “Subcontracting.” This information shall,
at a minimum, include the following: name, contact information, the service(s)
subcontractor will be providing under the prospective Contract, the number of
years subcontractor has provided services, projects of similar size and scope to
the Services sought via this ITN the subcontractor has provided, and all instances
of contractual default or debarment (as a prime or subcontractor) the subcontractor
has had in the past five years.
TAB C

Description of Solution (limit 50 pages)
In TAB C, Vendor shall describe:
a) Its understanding of the current state of telecommunication services in the
Florida Department of Corrections.
b) The Vendor’s proposed value-added services.
c) Its understanding of goals and general requirements of this solicitation.
d) Its overall approach to satisfying the requirements and goals of this solicitation.
e) How the Vendor’s approach supports the Department’s specific goals of the
ITN.
f) Any risks and challenges with the Department’s goals.
g) How the Vendor will ensure quality services while ensuring costs are
contained.
h) The Vendor’s approach differentiators.
Page 54 of 101

FDC ITN-17-122

i)
j)
TAB D

The Vendor’s transition approach.
Why the Vendor’s solution is best for the state.

Service Area Detail Solution (limit 150 pages)
Section 3 of the ITN defines the requirements and service level expectations of each
service area that comprises the Department’s telecommunication services.
In TAB D, for each of the five Service Areas, the Vendor shall:
a) Acknowledge acceptance of each requirement.
b) Acknowledge acceptance of the measures of each performance measure (PM).
c) Indicate its ability to exceed the required PMs, if applicable, and provide additional
PMs the Vendor identifies as important that are not specified.
d) Identify proposed modifications to the identified PMs, the impact of the modification
(e.g. greater quality control, cost savings)
e) Describe a plan for performing the service and meeting the requirements, including
methodologies that will be applied, automation tools planned for use, resource
usage plan/approach, and processes that will be put in place.
f) Provide an organizational structure and resource plan for performing the service
and meeting the requirements and performance measures described in Section 3
of the ITN.
g) Describe ways to cut or minimize the costs associated with this service. This may
include modifying the requirements and/or PMs while still meeting the needs of the
service, or recommending a different approach for the service.
h) Describe any additional services or deliverables you will provide in addition to those
required.

TAB E

Transition Plan (limit 30 pages)
To ensure a complete and successful transition that can provide
telecommunication services for the Department, the new Vendor will document a
transition plan. The transition plan outlines key activities that must be completed
while working with the Department and current Vendor(s) during the transition
period. Describe in detail the Vendor’s plan for:
a)
b)
c)
d)
e)
f)
g)

TAB F

Estimated Implementation and Transition Date Schedule
On-boarding of resources.
Participating in knowledge transfer including a breakdown by service area.
Work environment and technology set-up.
Introduction to Department stakeholders.
Takeover of services.
Other required service operation transition services.

Attachment III – Cost Reply for Initial Term and Renewal Years
Vendor shall complete and submit Attachment III – Price Information Sheet for
the Contract’s initial term and renewal years, and include this form in TAB F of its
Reply to the ITN. The Attachment III should be sealed separately, but should be
able to be easily inserted into Tab F upon the Cost Reply opening.

Page 55 of 101

FDC ITN-17-122

TAB G

Additional ideas for improvement or cost reduction, and other supplemental
materials - (limit 35 pages)
In TAB G of its Reply to the ITN, the Vendor is invited to elaborate on additional
ideas or tools for service improvements that are not specifically addressed in TABs
B – F of its Reply but may be made available via Vendor’s offering. The
Department is interested in ideas or tools the Vendor believes will provide for
greater performance and efficiency of operations. Vendor shall make sure to
describe in detail all additional features, capabilities, or services that it will provide
in the additional features section.

TAB H

Completed Forms
Unless otherwise directed Vendors shall complete the following forms and submit
them to the Department in TAB H of its response:
FORM 1
FORM 2
FORM 3

BUSINESS / CORPORATE REFERENCE (TAB B)
PASS / FAIL CERTIFICATION (TAB A)
VENDOR’S CONTACT INFORMATION (TAB A)

FORM 4

CERTIFICATION OF DRUG-FREE WORKPLACE PROGRAM
(TAB A)
NOTICE OF CONFLICT OF INTEREST (TAB A)
SUBCONTRACTING (TAB B)
PRICE INFORMATION SHEET (TAB F)

FORM 5
FORM 6
FORM 7
4.8

Reply Evaluation Criteria
An evaluation team will be established to review and evaluate replies to this ITN in accordance
with the evaluation process below.
A. TECHNICAL REPLY EVALUATION SCORE (0 - 500 POINTS)
1. Experience and Ability to Provide Services
Evaluation of the Vendor’s experience and ability to provide service will be based upon
information contained in the entire response, but primarily on the information contained in
TAB B.
a. References
This section will be evaluated using, but will not be limited to, the following considerations:
1) To what extent are the services described in the references similar to the services
sought via the ITN?
2) To what extent do the references demonstrate Vendor’s experience in performing
contracts of similar size and scope for the services sought?
3) To what extent do the references demonstrate Vendor’s ability to provide the
requested services?
4) Are there any issues or concerns identified in the References regarding Vendors
experience and ability to provide the services?
Page 56 of 101

FDC ITN-17-122

b. Prior Work Experience
This section will be evaluated using, but will not be limited to, the following considerations:
1) To what extent has the Vendor demonstrated via the Reply that it has experience
in performing contracts of similar size and scope for the services sought?
2) To what extent did the Vendor convey the ability to provide these services?
3) Are there any issues or concerns identified regarding Vendor’s experience and
ability to provide the services?
2. Description of Offering
Evaluation of the Vendor’s proposed offering will be based upon information contained in
the entire Reply, but primarily on the information contained in TAB C. Replies will be
evaluated using, but will not be limited to, the following considerations:
a) To what extent the proposed offering satisfies the following criteria:
1) Ability to effectively provide telecommunication services, as required by this
ITN.
2) Maximizes operational efficiencies and supports the Department’s goals.
b) To what extent does the summary of the offering, and the explanation of why it is the
best offering for the State, address and meets the goals, needs, and expectations of
the State?
c) To what extent do the Vendor’s proposed value-added services maximize the benefits
to the Department?
3. Service Area Detail Solution
Evaluation of Vendor’s Service Area Detail Solution will be based upon information
contained in TAB D of the Vendor’s Reply. Replies for each service area will be evaluated
based on how well the offering operationally addresses the requirements described in
Section 3. Evaluation of these requirements will be based upon information contained in
TAB D. Replies given for each service area below will be evaluated for reasonableness,
thoroughness, and viability in meeting minimum requirements described in Section 3.
•

Program Management

•

System Installation

•

System Service Functionality

•

Other Service Requirements

•

System Equipment and Services

Each service area identified above will be evaluated using, but will not be limited to, the
following considerations:
Page 57 of 101

FDC ITN-17-122

a) Vendor’s demonstration of complete understanding and knowledge of the
Department’s statement of purpose and scope of services sought in this ITN.
b) Description of the management, staffing, roles, and responsibilities for the proposed
offering.
c) Description and demonstration that services can be delivered and equipment installed
within time frames as specified.
d) Description of method and approach to providing inmate telecommunication services
and meeting the requirements as described in Section 3 of this ITN.
e) Description and understanding of system as it relates to required system protocols,
system restrictions, security requirements and reporting.
f)

Whether the Vendor’s offering is consistent with the objectives of this solicitation.

B. REPLY EVALUATION SCORE
The Reply Evaluation Score is the sum of the Vendor’s weighted Technical Reply Evaluation
Score (0 – 500 points) and Cost Reply Scores (0 – 250 points).
C. COST REPLY EVALUATION SCORE (0 – 250 Points)
A total of 250 points may be awarded to a Vendor’s Cost Reply. The following formula will
be applied to a Vendor’s Cost Reply to determine the Cost Reply Score:
(Reply with Highest Cost Points / Respondent Cost Points) * (Respondent
Technical Evaluation Score / Max Technical Evaluation Score) * Max Cost
Reply Points = Cost Reply Score
Reply with Highest Cost Points: Vendor submitting the lowest cost will receive the
maximum number of points.
Maximum Price Points:
Initial Term
Renewal Term
TOTAL

150 points
100 points
250 points

Vendor Cost Points: Cost points assigned based on the above weight, for a specific
Vendor as reflected in Attachment III, Price Information Sheet of its Reply. Cost
Points will be determined using the below formula:
The Vendor submitting the lowest initial term pricing, will be awarded 150 points. All
others Replies will receive points according to the following formula:
N x 150 = Z
(X)
Where: N = lowest per minute rate received by any Vendor for the initial term
X = actual per minute rate received by Vendor
Z = awarded points

Page 58 of 101

FDC ITN-17-122

The Vendor submitting the lowest renewal term, will be awarded 100 points.
All others Replies will receive points according to the following formula:
N x 100 = Z
(X)
Where: N = lowest per minute rate received by any Vendor for the renewal term
X = actual per minute rate received by Vendor
Z = awarded points
Vendor Technical Evaluation Score: Evaluation points awarded to the Vendor’s
Technical Reply
Max Technical Evaluation Score: Maximum points available for the Technical
Reply (500 points)
Max Cost Reply Points: Maximum points available for the Vendor’s Cost Reply (250
points)
Cost Reply Score: Evaluation points awarded to the Vendor’s Cost Reply
4.9

Reply Evaluation and Negotiation Process
As to the Invitation to Negotiate process, Section 287.057(1)(c), F.S., provides in part:
“(c) Invitation to negotiate. - The invitation to negotiate is a solicitation used by an
agency which is intended to determine the best method for achieving a specific
goal or solving a particular problem and identifies one or more responsive Vendors
with which the agency may negotiate in order to receive the best value.”
“4. The agency shall evaluate replies against all evaluation criteria set forth in the
Invitation to Negotiate in order to establish a competitive range of replies
reasonably susceptible of award. The agency may select one or more Vendors
within the competitive range with which to commence negotiations. After
negotiations are conducted, the agency shall award the contract to the responsible
and responsive vendor that the agency determines will provide the best value to
the State, based on the selection criteria.”
Using the evaluation criteria specified above, in order to establish a competitive range of Replies
reasonably susceptible of award, the Department will evaluate and rank the Replies and, at the
Department’s sole discretion, proceed to negotiate with Vendor(s) as follows.
A. Evaluation Phase Methodology
The evaluation team members will individually and independently review each Reply and
evaluate the Replies by allocating 1 – 5 points for each of the following Technical Evaluation
sections:

Page 59 of 101

FDC ITN-17-122

Experience and Ability to Provide Services
References
Prior Work Experience
Description of Solution
Program Management Service Area Detail
System Installation Service Area Detail
System Service Functionality Service Area
Detail
Other Service Requirements Service Area
System Equipment and Services Service
Area
TOTAL

Available Points
(Scored by
Evaluators)
1-5
1-5
1-5
1-5
1-5

5%
10%
8%
15%
20%

Weighted
Available
Points
25
50
40
75
100

1-5

20%

100

1-5

12%

60

1-5

10%

50

500 (weighted)

100%

500

Weight

Evaluation Team members will assign a 1 – 5 score, using no fractions or decimals, to each
Technical Evaluation section. The Evaluation Team members must include a written comment
justifying any score other than 3 (adequate).
The table below provides the scoring guidelines to be used by Evaluation Team members
when allocating Technical Evaluation points:
Assessment
Poor

Marginal

Adequate

Scoring Guidelines
Reply Fails to address the component
or it does not describe any experience
related to the component
OR
Reply is inadequate in most basic
requirements, specifications, or
provisions for the specific criteria
Reply minimally addresses the
requirements; one or more major
considerations of the component are
not addressed, or are so limited that it
results in a low degree of confidence
in the Vendor’s response or proposed
offering.
OR
Reply meets many of the basic
requirements specifications, or
provision of the specific items, but is
lacking in some essential aspects for
the specific criteria
Reply adequately meets the minimum
requirements, specification, or
provision of the specific item, and is
generally capable of meeting the
state's needs for specific criteria

Page 60 of 101

Evaluator Score
1

2

3

FDC ITN-17-122

Good

Excellent

Reply more than adequately meets
the minimum requirements,
specification or provision of the
specific criteria, and exceeds those
requirements in some aspects for the
specific criteria

4

Reply fully meets all requirements
and exceeds several requirements
Reply exceeds minimum
requirements, specifications, and
provisions in most aspects for the
specific criteria

5

The Technical Evaluation scores received from each evaluator will be multiplied by their
assigned weight and averaged to obtain the Vendor’s weighted Final Technical Evaluation
Score. The Department will combine the Vendor’s Final Technical Score and the Vendor’s
Final Cost Score to determine the Vendor’s Final Evaluation Score.
The Final Evaluation Scores for all Vendors will be used to rank the Replies (Reply with the
highest score = 1, the second highest = 2, etc.). The ranking for each Reply will be used to
establish a competitive range to determine which Vendors may be invited to participate in
negotiations. The Department intends to first negotiate with the two most highly ranked
Vendors, but the Department reserves the right to negotiate more or less, or to reject all
Replies.
Responsive and responsible Vendor(s) will be invited to negotiate based upon the Reply
Evaluation Scores. Vendors are cautioned to propose their best possible offers in their initial
Reply as failing to do so may result in the Vendor not being selected to proceed to
negotiations. If necessary, the Department will request revisions to the approach submitted
by the top-rated Vendor(s) until it is satisfied that the contract model will serve the State’s
needs and is determined to provide the best value for the State.
The Secretary or designee will approve a Short List of Vendors selected for negotiation taking
into consideration the report and recommendation of the Procurement Officer. No scoring by
the Secretary or designee will be required in arriving at this selection. The scoring from the
Evaluation Phase shall serve as a recommendation only. The Secretary or designee may also
make a determination as to whether to deem one or more vendors ineligible for award based
on the Procurement Officer’s report.
B. Negotiation Phase Methodology
The Department reserves the right to negotiate with any or all responsive and responsible
Vendors, serially or concurrently, to determine the best solution.
During the negotiation process the Department reserves the right to exercise the following
rights. This list is not exhaustive.
1. Schedule additional negotiating sessions with any or all responsive Vendors.
2. Require any or all responsive Vendors to provide additional revised or final written
Replies addressing specified topics.
3. Require any or all responsive Vendors to provide a written Best and Final Offer
(BAFO).
4. Require any or all responsive Vendors to address services, prices, or conditions
offered by any other Vendor.
Page 61 of 101

FDC ITN-17-122

5. Pursue a contract with one or more responsive Vendors for the services encompassed
by this solicitation, any addenda thereto, and any request for additional revised or final
written Replies or request for best and final offers.
6. Pursue the division of contracts between responsive Vendors by type of service or
geographic area, or both.
7. Arrive at an agreement with any responsive Vendor, finalize principal Contract terms
with such Vendor and terminate negotiations with any or all other Vendors, regardless
of the status of or scheduled negotiations with such other Vendors.
8. Decline to conduct further negotiations with any Vendor.
9. Reopen negotiations with any Vendor.
10. Take any additional administrative steps deemed necessary in determining the final
award, including additional fact-finding, evaluation, or negotiation where necessary
and consistent with the terms of this solicitation.
11. Review and rely on relevant information contained in the Replies received from
Vendors.
12. Review and rely on relevant portions of the evaluations conducted.
13. Reject any and all Replies if the Department determines such action is in the best
interest of the State.
14. Negotiate concurrently or separately with competing Vendors.
15. Accept portions of a competing Vendor’s Reply and merge such portions into one
project, including contracting with the entities offering such portions.
16. Waive minor irregularities in Replies.
17. Utilize subject matter experts, subject matter advisors, and multi-agency advisors to
assist the negotiation team.
The Department has sole discretion in deciding whether and when to take any of the foregoing
actions, the scope and manner of such actions, the responsive Vendor or Vendors affected
and whether to provide concurrent public notice of such decision.
Before award, the Department reserves the right to seek clarifications, to request Reply
revisions, and to request any information deemed necessary for proper evaluation of Replies.
Vendors that proceed to negotiations will be required to make a presentation / demonstration,
and may be required to provide additional references, an opportunity for a site visit, etc. The
Department reserves the right to require attendance by particular representatives of the
Vendor. Any written summary of presentations or demonstrations provided by the Vendor
shall include a list of persons attending on behalf of the Vendor, a copy of the agenda, copies
of all visuals or handouts, and shall become part of the Vendor’s Reply. Failure to provide
requested information may result in rejection of the Reply.
As part of the negotiation process, the Department will check references as described in
Section 4, Tab B and to assess the extent of success of the projects associated with those
references. The Department also reserves the right to contact references not provided by the
Vendor. Vendors may be requested to provide additional references. The results of the
reference checking may influence the final negotiation and selection of the Vendor. The focus
of the negotiations will be on achieving the solution that provides the best value to the State
based upon the “Selection Criteria” and satisfies the Department’s primary goals as identified
in this ITN. The Selection Criteria includes, but is not limited to the following.
Selection Criteria:
1. The Respondent’s articulation of its approach to provide the services.
2. The innovativeness of Respondent’s approach to provide the services.
3. Respondent’s articulation of its solution and the ability of the solution to meet the
requirements of this ITN and provide additional innovations.
Page 62 of 101

FDC ITN-17-122

4. Respondent’s demonstrated ability to effectively provide the services.
5. Respondent’s experience in providing the services being procured and the skills of
proposed staff relative to the proposed approach and offering.
6. Respondent’s technical Reply and Cost Replies as they relate to satisfying the primary
goals of the telecommunication services identified herein.
The negotiation process will also include negotiation of the terms and conditions of the
Contract, in accordance with Sections 287.057 and 287.058, F.S., as applicable to the
services being procured pursuant to this ITN.
By submitting a Reply a Vendor agrees to be bound to the terms of the General and Special
Contract Conditions. Vendors should assume these terms will apply during the prospective
Contract term, but the Department reserves the right to negotiate different terms and related
price adjustments if the Department determines that it provides the best value to the State.
C. Final Selection and Notice of Intent to Award
At the conclusion of negotiations, the Department will issue a written request for best and
final offer(s) to one or more of the Vendors with which the negotiation team has conducted
negotiations. At a minimum, based upon the negotiation process, the best and final offers
must contain:
1. A revised Statement of Work;
2. All negotiated terms and conditions to be included in final Contract; and
3. A final Cost Reply.
The best and final offer(s) will be returned to the negotiation team for review. Thereafter the
Negotiation Team will meet in a public meeting to determine which offer constitutes the best
value to the state based upon the Selection Criteria. Thereafter, the Department’s negotiation
team will develop a recommendation that identifies the award that will provide the best value
to the State based on the above Selection Criteria. In so doing, the Negotiation Team is not
required to score the Vendors, but will base its recommendation on the foregoing Selection
Criteria. The score from the Evaluation Phase will not carry over into negotiations and the
Negotiation Team will not be bound by those scores. The Procurement Officer will prepare a
report to the Secretary, or designee, regarding the recommendation of the Negotiation Team.
It is the intent of the Department to contract with a single Vendor, Statewide, to provide
services. This does not preclude use of subcontractors.
The Department does not anticipate reopening negotiations after receiving the BAFOs, but
reserves the right to do so if it is in the best interest of the State.
The Secretary, or designee, will approve an award that will provide the best value to the State,
based on the Selection Criteria, taking into consideration the recommended award by the
Negotiation Team as reflected in the report of the Procurement Officer. In so doing, the
Secretary, or designee, is not required to score the Vendors, but will base their decision on
the Selection Criteria set forth above.
4.10

Reply Opening
Replies will be publicly opened at the time and date specified in the Timeline. The opening of
Replies will take place at the Department of Corrections, Bureau of Procurement, 501 S. Calhoun
Street, Tallahassee, Florida. The name of all Vendors submitting Replies shall be made available
to interested parties upon written request to the Procurement Officer listed in Section 4.2.
Page 63 of 101

FDC ITN-17-122

4.11

Costs of Preparing Reply
The Department is not liable for any costs incurred by a Vendor in responding to this ITN, including
those for oral presentations, if applicable.

4.12

Disposal of Replies
All Replies become the property of the State of Florida and will be a matter of public record subject
to the provisions of Chapter 119, F.S. Selection or rejection of the Reply will not affect this right.
Should the Department reject all Replies and issue a re-bid, information submitted in response to
this ITN will become a matter of public record as indicated in Section 119.071(b), F.S.

4.13

Right to Withdraw Invitation to Negotiate
The Department reserves the right to withdraw this ITN at any time and by doing so assumes no
liability to any Vendor.

4.14

Right to Reject Reply Submissions and Waiver of Minor Irregularities
The Department reserves the right to reject any and all Statement of Qualifications and/or
Technical Reply/Service Delivery Narrative or to waive minor irregularities when doing so would
be in the best interest of the State of Florida. Minor irregularities are defined as a variation from
the Invitation to Negotiate terms and conditions which does not affect the price proposed, or give
the Vendor an advantage or benefit not enjoyed by other Vendors, or does not adversely impact
the interests of the Department. At its option, the Department may correct minor irregularities but
is under no obligation to do so whatsoever.

4.15

Protest Procedures
Pursuant to Section 120.57(3), F.S, a Notice of Protest or Formal Written Protest must be filed
with the Department’s Agency Clerk. Filings may be made physically at 501 South Calhoun Street,
Tallahassee, Florida 32399-2500, by email to: CO-GCAgencyClerk@fdc.myflorida.com, or by
facsimile to: (850) 922-4355. Protests must be made in compliance with Rules 28-110.003 and
28-110.004, F.A.C. Filings received after regular business hours (8:00 am to 5:00 pm ET) will be
filed the next business day. Failure to file a protest within the time prescribed in Section 120.57(3),
F.S., or failure to post the bond or other security required by law within the time allowed for filing
a bond shall constitute a waiver of proceedings under Chapter 120, F.S.

4.16

Site Visits and Pre-Bid Conferences
All interested Vendors, before submitting their Replies, may visit the following sites and become
familiar with conditions that may, in any manner, affect the work to be done. Attendance at the
site visits is non-mandatory. The Department has set a specific date for the site visits and will
not allow visits for individual Vendors or visits at any other time. Interested parties must submit
the following information to John Bryant at John.Bryant@fdc.myflorida.com at least five business
days prior to the site visit listed in the Timeline and furnish them with the following information on
all attendees, including the attendee’s Full Name, Social Security Number, Date of Birth, and
Driver’s License Number. Participation in the Site Visits will be limited to two
representatives per organization.
Site visits shall occur according to the following schedule and interested parties shall meet at the
main gate for admittance to the facility. The institutions listed below are a representative sample
of the various types of facilities the Department currently operates. All Department security
Page 64 of 101

FDC ITN-17-122

procedures shall apply. Each site visit will also include a brief pre-solicitation meeting and afford
Vendors the opportunity to ask questions.
Institution

Address

Date

Time

110 Melaleuca Drive
Crawfordville, Florida
32327-4963

November 14, 2016

11:00 a.m.,
Eastern Time

7000 H.C. Kelley Road
Orlando, FL 32831-2518

November 15, 2016

2:00 p.m.,
Eastern Time

5964 U.S. Highway 90
Live Oak, FL 32060

November 16, 2016

2:00 p.m.,
Eastern Time

Wakulla CI
(Administration
Building)
Central Florida
Reception Center –
Main
Suwannee CI

Persons present as attendees must be the same individuals for whom information was provided
and must be approved by Department/Institution staff at each site. For security reasons,
admittance of any Vendors not previously approved is at the sole discretion of the Institution and
Vendors who did not seek prior approval may be denied access. Attendees must present photo
identification at the site.
The site visits are an opportunity to tour each institution and are vital to understanding the desired
services sought by the Department. The Department will accept verbal questions during the site
visits and will make a reasonable effort to provide answers at that time. Impromptu questions will
be permitted and spontaneous answers provided; however, parties should clearly understand
that the Department will issue a written response ONLY to those questions subsequently
submitted in writing in accordance with Section 4.2. This written response will be provided to
all prospective Vendors as an addendum to the ITN, and shall be considered the Department’s
official answer or position as to the question or issue posed. Verbal answers and discussions
are for informational purposes only and shall not be binding upon the Department.
4.17

Addenda
The Department will post all addenda and materials relative to this procurement on the Florida
Vendor Bid System at http://www.myflorida.com/apps/vbs/vbs_www.main_menu. Interested
parties are responsible for monitoring this site for new or changing information relative to
this procurement. Vendors are responsible for ensuring that all addendums have been read and
incorporated, as applicable, in their Reply.

4.18

Cost/Price Discussions
Any discussion by a Vendor with any employee or authorized representative of the Department
involving cost or price information, occurring prior to posting of the Notice of Agency Decision, will
result in rejection of said Vendor's Reply.

4.19

No Prior Involvement and Conflicts of Interest
Section 287.057(17)(c), F.S., provides, “A person who receives a contract that has not been
procured pursuant to subsections (1)-(3) to perform a feasibility study of the potential
implementation of a subsequent contract, who participates in the drafting of a solicitation or who
develops a program for future implementation, is not eligible to contract with the agency for any
other contracts dealing with that specific subject matter, and any firm in which such person has
Page 65 of 101

FDC ITN-17-122

any interest in not eligible to receive such contract. However, this prohibition does not prevent a
Vendor who responds to a request for information from being eligible to contract with an agency.”
The Department considers participation through decision, approval, disapproval,
recommendation, preparation of any part of a purchase, influencing the content of any
specification or procurement standard, rendering of advice, investigation, or auditing or any other
advisory capacity to constitute participation in drafting of the solicitation.
Acknowledge acceptance on the Notice of Conflict of Interest Form, Attachment IX.
The Vendor(s) shall not compensate in any manner, directly or indirectly, any officer, agent or
employee of the Department for any act or service which he/she may do, or perform for, or on
behalf of, any officer, agent, or employee of the Vendor(s). No officer, agent, or employee of the
Department shall have any interest, directly or indirectly, in any Contract or purchase made, or
authorized to be made, by anyone for, or on behalf of, the Department.
The Vendor(s) shall have no interest, and shall not acquire any interest that shall conflict in any
manner or degree with the performance of the services required under this ITN.
4.20

State Licensing Requirements
All entities defined under Chapters 607, 617 or 620, F.S., seeking to do business with the
Department shall be on file and in good standing with the State of Florida Department of State.

4.21

MyFloridaMarketPlace (MFMP) Vendor Registration
Each vendor doing business with the State of Florida for the sale of commodities or contractual
services as defined in Section 287.012. F.S., shall register in the MyFloridaMarketPlace Vendor
Information Portal (VIP) system, unless exempted under Rule 60A-1.030, F.A.C. State agencies
shall not enter into an agreement for the sale of commodities or contractual services, as defined
in Section 287.012, F.S., with any vendor not registered in the MyFloridaMarketPlace VIP system,
unless exempted by rule. A vendor not currently registered in the MyFloridaMarketPlace VIP
system shall do so within 5 days of award.
Registration may be completed at: http://vendor.myfloridamarketplace.com. Those needing
assistance may contact the MyFloridaMarketPlace Customer Service Desk at 866-352-3776 or
vendorhelp@myfloridamarketplace.com.

4.22

Unauthorized Employment of Alien Workers
The Department does not intend to award publicly funded Contracts to those entities or affiliates
who knowingly employ unauthorized alien workers, constituting a violation of the employment
provisions as determined pursuant to Section 274A of the Immigration and Nationality Act.

4.23

Confidential, Proprietary, or Trade Secret Material
The Department takes its public records responsibilities as provided under Chapter 119, F.S. and
Article I, Section 24 of the Florida Constitution, very seriously. If the Vendor(s) considers any
portion of the documents, data or records submitted in response to this solicitation to be
confidential, trade secret or otherwise not subject to disclosure pursuant to Chapter 119, F.S., the
Florida Constitution or other authority, the Vendor(s) must also simultaneously provide the
Department with a separate redacted copy of its response and briefly describe in writing the
grounds for claiming exemption from the public records law, including the specific statutory
citation for such exemption. This redacted copy shall contain the Department’s solicitation name,
Page 66 of 101

FDC ITN-17-122

number, and the name of the Vendor(s) on the cover, and shall be clearly titled “Redacted Copy.”
The redacted copy shall be provided to the Department at the same time the Vendor(s) submits
its response to the solicitation, and must only exclude or redact those exact portions which are
claimed confidential, proprietary, or trade secret. The Vendor(s) shall be responsible for defending
its determination that the redacted portions of its response are confidential, trade secret or
otherwise not subject to disclosure. Further, the Vendor(s) shall protect, defend, and indemnify
the Department for any and all claims arising from or relating to Vendor’s determination that the
redacted portions of its response are confidential, proprietary, trade secret or otherwise not
subject to disclosure. If the Vendor(s) fails to submit a Redacted Copy with its response, the
Department is authorized to produce the entire documents, data or records submitted by the
Vendor(s) in answer to a public records request for these records. In no event shall the
Department, or any of its employees or agents, be liable for disclosing, or otherwise failing to
protect, the confidentiality of information submitted
In response to this solicitation.
4.24

Vendor Substitute W-9
The State of Florida Department of Financial Services (DFS) requires all vendors that do business
with the state to electronically submit a Substitute W-9 Form to https://flvendor.myfloridacfo.com.
Answers to frequently asked questions related to this requirement are found at:
https://flvendor.myfloridacfo.com. DFS is ready to assist vendors with additional questions. You
may contact their Customer Service Desk at 850-413-5519 or FLW9@myfloridaacfo.com.

4.25

Scrutinized Vendors Certification
If the resulting Contract exceeds $1,000,000.00 in total, not including renewal years, the
Contractor must certify that they are not listed on either the Scrutinized Companies with Activities
in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List,
or the Scrutinized Companies that Boycott Israel List created pursuant to Sections 215.473, F.S.
and 215.4725, F.S. Pursuant to Section 287.135(5), F.S., and 287.135(3), F.S., Contractor agrees
the Department may immediately terminate the Contract for cause if the Contractor is found to
have submitted a false certification or if Contractor is placed on the Scrutinized Companies with
Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy
Sector List, or the Scrutinized Companies that Boycott Israel List, or is engaged in a boycott of
Israel during the term of the Contract.

4.26

Disclosure of Reply Submittal Contents
All documentation produced as part of this solicitation shall become the exclusive property of the
Department and may not be removed by the Vendor or its agents. All replies shall become the
property of the Department and shall not be returned to the Vendor. The Department shall have
the right to use any or all ideas or adaptations of the ideas presented in any Reply. Selection or
rejection of a Reply shall not affect this right.

4.27

Posting of Notice of Agency Decision
In regard to any competitive solicitation, the Department shall post a public notice of agency action
when the Department has made a decision including, but not limited to, a decision to award a
Contract, reject all Replies, or to cancel or withdraw the solicitation.
The Notice of Agency Decision will be posted on or about the date shown in the Timeline and will
remain posted for a period of 72 hours (Saturdays, Sundays and State holidays shall be excluded
in the computation of the 72 hour time period). Posting will be made available on the Florida
Vendor Bid System at http://vbs.dms.state.fl.us/vbs/main_menu.
Page 67 of 101

FDC ITN-17-122

SECTION 5 – CONTRACT TERMS AND CONDITIONS
5.1

General Contract Conditions
The PUR 1000 is incorporated by reference and may be viewed at the following link:
http://www.dms.myflorida.com/business_operations/state_purchasing/documents_forms_refere
nces_resources/purchasing_forms.

5.2

Travel Expenses
The Department shall not be responsible for the payments of any travel expenses incurred by
the Vendor(s) resulting from this ITN.

5.3

E-Verify
In accordance with Executive Order 11-116, “The provider agrees to utilize the U.S. Department
of Homeland Security’s E-Verify system, https://e-verify.uscis.gov/emp, to verify the employment
eligibility of all new employees hired during the contract term by the Provider. The Provider shall
also include a requirement in subcontracts that the subcontractor shall utilize the E-Verify system
to verify the employment eligibility of all new employees hired by the subcontractor during the
contract term. Vendors meeting the terms and conditions of the E-Verify System are deemed to
be in compliance with this provision.”

5.4

State Initiatives
5.4.1

Diversity in Contracting
The State of Florida is committed to supporting its diverse business industry and population
through ensuring participation by minority, women, and service-disabled veteran business
enterprises in the economic life of the state. The State of Florida Mentor Protégé Program
connects minority, women, and service-disabled veteran business enterprises with private
corporations for business development mentoring. We strongly encourage firms doing
business with the State of Florida to consider this initiative. For more information on the
Mentor Protégé Program, please contact the Office of Supplier Diversity at (850) 487-0915.
To this end, it is vital that small, minority, women, and service-disabled veteran business
enterprises participate in the state’s procurement process as both vendors and
subcontractors in this solicitation.
Information on Certified Minority Business Enterprises (CMBE) and Certified Service-Disabled
Veteran Business Enterprises (CSDVBE) is available from the Office of Supplier Diversity at
http://dms.myflorida.com/other_programs/office_of_supplier_diversity_osd/
Diversity in Contracting documentation shall be submitted to the Contract Administrator
and should identify any participation by diverse vendors and suppliers as prime vendors,
subcontractors, vendors, resellers, distributors, or such other participation as the parties
may agree. Diversity in Contracting documentation shall include the timely reporting of
spending with certified and other minority/service-disabled veteran business
enterprises. Such reports must be submitted at least monthly, and include the period
covered, the name, minority code and Federal Employer Identification Number (FEIN) of
each minority/service-disabled veteran vendor utilized during the period, commodities,
and services provided by the minority/service-disabled veteran business enterprise, and
the amount paid to each minority/service-disabled veteran vendor on behalf of each
purchasing agency ordering under the terms of the contract resulting from this ITN.
Page 68 of 101

FDC ITN-17-122

5.4.2

Environmental Considerations
The State supports, and encourages initiatives to protect and preserve our environment. If
applicable, the Vendor(s) shall submit a plan to support the procurement of products and
materials with recycled content, and the intent of Section 403.7065, F.S. The Vendor(s)
shall also provide a plan, if applicable, for reducing, and or handling of any hazardous
waste generated by Vendor‘s company, in accordance with Rule 62-730.160, F.A.C.
It is a requirement of the Florida Department of Environmental Protection that a generator
of hazardous waste materials that exceeds a certain threshold must have a valid and
current Hazardous Waste Generator Identification Number. This identification number
shall be submitted as part of vendor’s explanation of its company’s hazardous waste plan,
and shall explain in detail its handling and disposal of this waste.

5.5

Subcontracts
The Vendor(s) may, only with prior written consent of the Department, enter into written
subcontracts for the delivery or performance of services as indicated in this ITN. Anticipated
subcontract agreements known at the time of reply submission, and the amount of the subcontract
must be identified in the Reply. If a subcontract has been identified at the time of submission, a
copy of the proposed subcontract must be submitted to the Department. No subcontract, which
the Vendor(s) enters into with respect to performance of any of its functions under the Contract,
shall in any way relieve the Vendor(s) of any responsibility for the performance of its duties. All
subcontractors, regardless of function, providing services on Department property, shall comply
with the Department’s security requirements, as defined by the Department, including background
checks, and all other Contract requirements. All payments to subcontractors shall be made by the
Vendor(s).
If a subcontractor is utilized by the Vendor(s), the Vendor(s) shall pay the subcontractor within
seven working days after receipt of full or partial payments from the Department, in accordance
with Section 287.0585, F.S. It is understood, and agreed that the Department shall not be liable
to any subcontractor for any expenses or liabilities incurred under the subcontract, and that the
Vendor(s) shall be solely liable to the subcontractor for all expenses and liabilities under the
Contract resulting from this ITN. Failure by the Vendor(s) to pay the subcontractor within seven
working days will result in a penalty to be paid by the Vendor(s) to the subcontractor in the amount
of one-half of one percent of the amount due per day from the expiration of the period allowed
herein for payment. Such penalty shall be in addition to actual payments owed and shall not
exceed 15% of the outstanding balance due.

5.6

Insurance
The Vendor(s) shall obtain insurance to cover those liabilities which are necessary to provide
reasonable financial protection for the Vendor and the Department under any resulting Contract.
This shall include, but is not limited to, workers’ compensation, general liability, and property
damage coverage. The Department must be an additional named insured on the Vendor’s
insurance related to the Contract. Upon the execution of any resulting Contract, the Vendor shall
furnish the Department’s Contract Manager with written verification of such insurance
coverage. Such coverage may be provided by a self-insurance program established and
operating under the laws of the State of Florida. The Department reserves the right to require
additional insurance where appropriate.
If the Vendor(s) is a state agency or subdivision as defined in Section 768.28, F.S., the Vendor(s)
shall furnish the Department, upon request, written verification of liability protection in accordance
Page 69 of 101

FDC ITN-17-122

with Section 768.28, F.S. Nothing herein shall be construed to extend any party’s liability beyond
that provided in Section 768.28, F.S.
5.7

Copyrights, Right to Data, Patents and Royalties
Where activities produce original writing, sound recordings, pictorial reproductions, drawings or
other graphic representation and works of any similar nature, the Department has the right to use,
duplicate and disclose such materials in whole or in part, in any manner, for any purpose
whatsoever and to have others acting on behalf of the Department to do so. If the materials so
developed are subject to copyright, trademark, or patent, legal title and every right, interest, claim
or demand of any kind in and to any patent, trademark or copyright, or application for the same,
will vest in the State of Florida, Department of State for the exclusive use and benefit of the state.
Pursuant to Section 286.021, F.S., no person, firm or corporation, including parties to the resulting
Contract, shall be entitled to use the copyright, patent, or trademark without the prior written
consent of the Department of State.
The Department shall have unlimited rights to use, disclose or duplicate, for any purpose
whatsoever, all information, and data developed, derived, documented, or furnished by the
Vendor(s). All computer programs, and other documentation produced as part of the resulting
contract shall become the exclusive property of the State of Florida, Department of State, with the
exception of data processing software developed by the Department pursuant to Section 119.084,
F.S., and may not be copied or removed by any employee of the Vendor(s) without express written
permission of the Department.
The Vendor(s), without exception, shall indemnify, and save harmless the Department and its
employees from liability of any nature or kind, including costs and expenses for or on account of any
copyrighted, patented, or unpatented invention, process, or article manufactured or supplied by the
Vendor(s). The Vendor(s) has no liability when such claim is solely, and exclusively due to the
combination, operation, or use of any article supplied hereunder with equipment or data not supplied
by the Vendor(s) or is based solely and exclusively upon the Department’s alteration of the article.
The Department will provide prompt written notification of a claim of copyright or patent infringement,
and will afford the Vendor(s) full opportunity to defend the action, and control the defense of such
claim.
Further, if such a claim is made or is pending, the Vendor(s) may, at its option and expense, procure
for the Department the right to continue use of, replace, or modify the article to render it noninfringing. (If none of the alternatives are reasonably available, the Department agrees to return the
article to the Vendor(s) upon its request and receive reimbursement, fees and costs, if any, as may
be determined by a court of competent jurisdiction.) If the Vendor(s) uses any design, device, or
materials covered by letter, patent or copyright, it is mutually agreed, and understood without
exception that the resulting contract prices shall include all royalties or costs arising from the use of
such design, device, or materials in any way involved in the work to be performed hereunder.

5.8

Independent Contractor Status
The Vendor(s) shall be considered an independent Contractor in the performance of its duties,
and responsibilities. The Department shall neither have nor exercise any control or direction over
the methods by which the Vendor(s) shall perform its work and functions other than as provided
herein. Nothing is intended to, nor shall be deemed to constitute, a partnership or a joint venture
between the parties.

Page 70 of 101

FDC ITN-17-122

5.9

Assignment
The Vendor(s) shall not assign its responsibilities or interests to another party without prior written
approval of the Department. The Department shall, at all times, be entitled to assign or transfer
its rights, duties and obligations to another governmental agency of the State of Florida, upon
giving written notice to the Vendor(s).

5.10

Force Majeure
Neither party shall be liable for loss or damage suffered as a result of any delay or failure in
performance under this Agreement or interruption of performance resulting directly or indirectly
from acts of God, fire, explosions, earthquakes, floods, water, wind, lightning, civil or military
authority, acts of public enemy, war, riots, civil disturbances, insurrections, strikes, or labor
disputes.

5.11

Severability
The invalidity or unenforceability of any particular provision shall not affect the other provisions
hereof, and shall be construed in all respects as if such invalid or unenforceable provision was
omitted, so long as the material purposes can still be determined and effectuated.

5.12

Use of Funds for Lobbying Prohibited
The Vendor(s) agrees to comply with the provisions of Section 216.347, F.S., which prohibits the
expenditure of state funds for the purposes of lobbying the Legislature, the Judicial Branch, or a state
agency.

5.13

Reservation of Rights
The Department reserves the exclusive right to make certain determinations regarding the service
requirements. The absence of the Department setting forth a specific reservation of rights does not
mean that any provision regarding the services to be performed is subject to mutual agreement. The
Department reserves the right to make any and all determinations exclusively which it deems are
necessary to protect the best interests of the State of Florida and the health, safety and welfare of
the Department’s inmates, and of the general public which is served by the Department, either
directly or indirectly, through these services.

5.14

Taxes
The State of Florida does not pay Federal Excise and Sales taxes on direct purchases of tangible
personal property. Tax exemption number/certificate will be provided upon request. This
exemption does not apply to purchases of tangible personal property made by vendors who use
the tangible personal property in the performance of Contracts for the improvement of state owned
real property, as defined in Chapter 192, F.S.

5.15

Safety Standards
Unless otherwise stipulated in the Reply, all manufactured items and fabricated assemblies shall
comply with applicable requirements of Occupational Safety and Health Act (OSHA) and any
standards thereunder.

Page 71 of 101

FDC ITN-17-122

5.16

Americans with Disabilities Act
The Vendor(s) shall comply with the Americans with Disabilities Act (ADA). In the event of the
Vendor’s noncompliance with the nondiscrimination clauses, the ADA, or with any other such rules,
regulations, or orders, the Contract resulting from this ITN may be canceled, terminated, or
suspended in whole or in part and the Vendor(s) may be declared ineligible for further contracts.

5.17

Employment of Department Personnel
The Vendor(s) shall not knowingly engage, employ or utilize, on a full-time, part-time, or other
basis during the period of any Contract resulting from this ITN, any current or former employee of
the Department where such employment conflicts with Section 112.3185, F.S.

5.18

Legal Requirements
Applicable provision of all Federal, State, county and local laws, and all ordinances, rules, and
regulations shall govern development, submittal and evaluation of all Replies received in
response hereto and shall govern any and all claims, and disputes which may arise between
person(s) submitting a response hereto and the State of Florida, by and through its officers,
employees and authorized representatives, or any other person, natural or otherwise; and lack of
knowledge by any vendor shall not constitute a cognizable defense against the legal effect
thereof.

5.19

Conflict of Law and Controlling Provisions
Any Contract resulting from this ITN, plus any conflict of law issue, shall be governed by the laws
of the State of Florida.

5.20

Prison Rape Elimination Act (PREA)
The Vendor(s) will comply with the national standards to prevent, detect, and respond to prison
rape under the Prison Rape Elimination Act (PREA), Federal Rule 28 C.F.R. Part 115. The
Vendor(s) will also comply with all Department policies and procedures that relate to PREA.

5.21

Modifications After Contract Execution
Unless otherwise stated in the resulting Contract, modifications shall be valid only through execution
of a formal Contract amendment.
During the term of the Contract, the Department may unilaterally require changes (altering, adding
to, or deducting from the specifications) provided such changes are within the general scope of
this solicitation.
The Vendor may request an equitable adjustment in the price(s) or delivery date(s), if the change
affects the cost or time of performance. Such equitable adjustments require the express written
approval of the Department.
The Department shall provide written notice to the Vendor 30 days in advance of any Departmentrequired changes to the technical specifications, and/or scope of service, which affect the
Vendor’s ability to provide the service as specified herein. Any changes, other than purely
administrative changes, will require a written change order or formal Contract amendment.

Page 72 of 101

FDC ITN-17-122

5.22

Contract Monitoring
The Department may utilize any or all of the following monitoring methodologies in monitoring the
Vendor’s performance under the Contract and in determining compliance with Contract terms and
conditions:
• Desk review of records related to service delivery maintained at Department facilities serviced
by the Contract (shall include any documents and databases pertaining to the Contract and
may be based on all documents and data or a sampling of same whether random or statistical);
• On-site review of records maintained at Vendor’s business location;
• Interviews with Vendor and/or Department staff;
• Review of grievances filed by inmates regarding Vendor’s service delivery; and
• Review of monitoring, audits, investigations, reviews, evaluations, or other actions by external
agencies.
A Contract Monitoring tool will be developed and administered by the Department, in accordance
with the requirements in this Contract. The monitoring tool will be utilized in review of the Vendor’s
performance. Such monitoring may include, but is not limited to, both announced and
unannounced site visits.
To ensure the Contract Monitoring process is conducted in the most efficient manner, the
Department has established a Vendor’s Self-Certification of Compliance checklist, which will be
incorporated as an attachment to the Contract Monitoring tool to be developed. The SelfCertification of Compliance will be retained in the Contract Manager’s file and the official Contract
file. The Vendor shall complete the Self-Certification of Compliance checklist within 30 days of
execution of the Contract resulting from this ITN and forward the original to the Contract Manager.
The Department’s Contract Monitor, or designee, will provide a written monitoring report to the
Vendor within three weeks of a monitoring visit. Non-compliance issues identified by the Contract
Manager, or designee, will be identified in detail to provide opportunity for correction where
feasible.
Within 10 days of receipt of the Department’s written monitoring report (which may be transmitted
by email), the Vendor shall provide a formal Corrective Action Plan (CAP) to the Contract Manager
(email acceptable) in response to all noted deficiencies to include responsible individuals and
required time frames for achieving compliance. Unless specifically agreed upon in writing by the
Department, time frames for compliance shall not exceed 30 days from the date of receipt of the
monitoring report by the Vendor. CAPs that do not contain all information required shall be
rejected by the Department in writing (e-mail acceptable). The Vendor shall have five days from
the receipt of such written rejection to submit a revised CAP; this will not increase the required
time for achieving compliance. All noted deficiencies shall be corrected within the time frames
identified or the Department will impose financial consequences, as appropriate. The Contract
Manager, Contract Monitoring Team, or other designated Department staff, may conduct followup monitoring at any time to determine compliance based upon the submitted CAP.

5.23

Rights to Examine, Audit and Administer Resources
The Vendor will permit online and onsite visits by Department’s authorized employees, officers,
inspectors, and agents during an administrative or criminal investigation. The process can begin
with either declaration of a computer security incident (CSIRT) from the Department's CIO or
Information Security Officer or directly from the Department’s Inspector General.

Page 73 of 101

FDC ITN-17-122

The Vendor will make available any and all operating system computer logs generated by the
mainframe, servers, routers, and switches as requested. If requested the Vendor will provide the
Department with administrative level on-line access to the server console interfaces and logs.
Right to Audit: The Vendor will permit and facilitate both physical and virtual access to the
mainframe, servers, intrusion prevention system, firewalls, routers and switches by the
Department’s authorized audit staff or representatives. Such access may include both internal and
external security scans of those resources.
In certain criminal investigations it may be necessary for the Department to seize control of the
mainframe or servers for the purpose of evidentiary control, pursuant to Sections 20.055 and
944.31, F.S.
5.24

Financial Consequences
By executing any Contract that results from this ITN, the Vendor expressly agrees to the imposition
of financial consequences, in addition to all other remedies available to the Department by law.
The Department’s Contract Manager will provide written notice to the Vendor’s Representative of
all financial consequences assessed, accompanied by detail sufficient for justification of
assessment. Within 10 days of receipt of a written notice of the assessment of financial
consequences, the Vendor shall forward payment to the Department’s Contract Manager.
Payment shall be for the appropriate amount, be made payable to the Department. As an
alternative, the Vendor may issue a credit, for the amount of the financial consequences due, on
the next monthly invoice following imposition of damages; documentation of the amount of
consequences imposed shall be included with the invoice.

5.25

Default
Failure to adhere to Contract terms and conditions may be handled in accordance with Rule 60A1.006, F.A.C. The Department may take any other actions deemed necessary and appropriate to
make the State whole in the event of such default.

5.26

Termination
5.26.2 Termination at Will
Any Contract resulting from this ITN may be terminated by the Department upon no less
than 30 calendar days’ notice and by the Vendor upon no less than 180 calendar days’
notice, without cause, unless a lesser time is mutually agreed upon by both parties.
Notice shall be delivered by certified mail (return receipt requested), by other method of
delivery whereby an original signature is obtained, or in-person with proof of delivery.
5.26.3 Termination Due to Lack of Funds
In the event funds to finance the Contract resulting from this solicitation become
unavailable, the Department may terminate the Contract upon no less than 24 hours’
notice in writing to the Vendor. Notice shall be delivered by certified mail (return receipt
requested), in-person with proof of delivery, or by other method of delivery whereby an
original signature is obtained. The Department will be the final authority as to the
availability of funds.

Page 74 of 101

FDC ITN-17-122

5.26.4 Termination for Cause
If a breach of the Contract resulting from this solicitation occurs by the Vendor, the
Department may, by written notice to the Vendor, terminate the Contract resulting from
this solicitation upon 24 hours’ notice. Notice shall be delivered by certified mail (return
receipt requested), in-person with proof of delivery, or by other method of delivery
whereby an original signature is obtained. If applicable, the Department may employ the
default provisions in Chapter 60A-1, F.A.C. The provisions herein do not limit the
Department’s right to remedies at law or to damages.
5.26.5 Termination for Unauthorized Employment
Violation of the provisions of Section 274A of the Immigration and Nationality Act shall
be grounds for unilateral cancellation of the Contract resulting from this solicitation.
5.27

Retention of Records
To the extent that information is utilized in the performance of the resulting Contract or generated
as a result of it, and to the extent that information meets the definition of “public record,” as defined
in Section 119.011(1), F.S., said information is recognized by the parties to be a public record
and, absent a provision of law or administrative rule or regulation requiring otherwise, shall be
made available for inspection and copying by any person upon request as provided in Chapter
119, F.S. The Vendor agrees to: (a) keep and maintain public records required by the Department
in order to perform the service; (b) upon request from the Department’s custodian of public
records, provide the Department with a copy of the requested records or allow the records to be
inspected or copied within a reasonable time at a cost that does not exceed the cost provided in
Chapter 119, F.S., or as otherwise provided by law; (c) ensure that public records that are exempt
or confidential and exempt from public records disclosure requirements are not disclosed except
as authorized by law for the duration of the contract term and following completion of the contract
if the Vendor does not transfer the records to the Department; and (d) upon completion of the
contract, transfer, at no cost, to the Department all public records in possession of the Vendor or
keep and maintain public records required by the Department to perform the service. If the Vendor
transfers all public records to the Department upon completion of the contract, the Vendor shall
destroy any duplicate public records that are exempt or confidential and exempt from public
records disclosure requirements. If the Vendor keeps and maintains public records upon
completion of the contract, the Vendor shall meet all applicable requirements for retaining public
records. All records stored electronically must be provided to the Department, upon request from
the Department’s custodian of public records, in a format that is compatible with the information
technology systems of the Department. Unless a greater retention period is required by state or
federal law, all documents pertaining to the program contemplated by this ITN shall be retained
by the Vendor for a period of five years after the termination of the resulting Contract or longer as
may be required by any renewal or extension of the Contract. Pursuant to §287.058(1)(c), F.S.,
the Department is allowed to unilaterally cancel the Contract for refusal by the Vendor to allow
public access to all documents, papers, letters, or other material made or received by the Vendor
in conjunction with the contract, unless the records are exempt from §24(a) of Art. I of the State
Constitution and §119.07(1), F.S.
The Vendor further agrees to hold the Department harmless from any claim or damage including
reasonable attorney’s fees and costs or from any fine or penalty imposed as a result of failure to
comply with the public records law or an improper disclosure of confidential information and
promises to defend the Department against the same at its expense.

Page 75 of 101

FDC ITN-17-122

5.28

Indemnification
The Vendor(s) shall be liable, and agrees to be liable for, and shall indemnify, defend, and hold
the Department, its employees, agents, officers, heirs, and assignees harmless from any and all
claims, suits, judgments, or damages including court costs and attorney’s fees arising out of
intentional acts, negligence, or omissions by the Vendor(s), or its employees or agents, in the
course of the operations of this Contract, including any claims or actions brought under Title 42
USC §1983, the Civil Rights Act.

5.29

Inspector General
In accordance with Section 20.055(5), F.S., the Vendor(s), and any subcontractor, understands
and will comply with its duty to cooperate with the Inspector General in any investigation, audit,
inspection, review, or hearing.

5.30

Cooperative Purchasing
Pursuant to their own governing laws, and subject to the agreement of the Vendor, other entities
may be permitted to make purchases in accordance with the terms and conditions contained
herein. The Department shall not be a party to any transaction between the Vendor and any other
purchaser.
Other state agencies wishing to make purchases from this agreement are required to follow the
provisions of Section 287.042(16)(a), F.S. This statute requires the Department of Management
Services to determine that the requestor’s use of the Contract is cost effective and in the best
interest of the State.

5.31

Performance Guarantee
The Vendor shall furnish the Department with a Performance Guarantee in the amount of
$1,000,000.00, on an annual basis, for a time frame equal to the term of the Contract.
The form of the guarantee shall be a bond, cashier’s check, or money order made payable to the
Department. The guarantee shall be furnished to the Contract Manager within 30 days after
execution of the Contract which may result from this ITN. No payments shall be made to the
Vendor until the guarantee is in place and approved by the Department in writing. Upon renewal
of the Contract, the Vendor shall provide proof that the performance guarantee has been renewed
for the term of the Contract renewal.
Based upon Vendor performance after the initial year of the Contract, the Department may, at the
Department’s sole discretion, reduce the amount of the bond for any single year of the Contract
or for the remaining Contract period, including the renewal.

REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK

Page 76 of 101

FDC ITN-17-122

ATTACHMENT I- MAP OF REGIONS AND CORRESPONDING FACILITIES
FDC ITN-17-122

Page 77 of 101

FDC ITN-17-122

ATTACHMENT II – FACILITY LOCATIONS AND EQUIPMENT LIST
FDC ITN-17-122
Inmate Phones
Region

Institution

NA

Central Office - Contract
Management and Monitoring,
Security Treat Group,
Classification & IG's Office

NA

IG's Tallahassee Field Office

NA

IG's Gainesville Field Office

NA

IG's Orlando Field Office

NA

Address

Coin Phones

Recording/
Monitoring
Equipment

Current
Contractor
Work Station*

Station
Phones

Cordless
Phones

TDD/TTY
Equipment

Inmate
Use

Public
Use**

0

0

1

0

0

1

0

0

0

0

0

0

1

0

0

0

0

0

0

1

0

19225 US Highway 27
Clermont, Fl. 34715

0

0

0

0

0

1

0

IG's Ft. Lauderdale Field
Office

20421 Sheridan Street
Pembroke Pines, FL 33029

0

0

0

0

0

1

0

NA

IG's Tampa Field Office

2739 Gall Boulevard
Zephyrhills, FL 33541-9701

0

0

0

0

0

1

0

I

APALACHEE CI - WEST

52 West Unit Drive
Sneads, FL 32460-4165

25

1

0

0

1

1

1

I

APALACHEE CI - EAST

35 Apalachee Drive
Sneads, FL 32460-4166

32

1

0

0

1

1

1

I

CALHOUN CI

19562 SE Institution Drive
Blountstown, FL 32424

40

1

0

0

1

1

1

I

Calhoun Work Camp

19564 SE Institution Drive
Blountstown, FL 32424-5156

8

0

0

0

0

1

0

I

CENTURY CI

400 Tedder Road
Century, FL 32535

44

0

1

0

1

1

1

I

Century Work Camp

400 Tedder Road
Century, FL 32535-3659

15

0

0

0

0

1

0

501 South Calhoun Street
Tallahassee, FL 32399
1126 E. Park Avenue
Tallahassee, Florida 32301
14107 NW Highway 441, Suite 300
Alachua, FL 32615

Page 78 of 101

FDC ITN-17-122

Inmate Phones
Region

Institution

Address

Coin Phones

Station
Phones

Cordless
Phones

TDD/TTY
Equipment

Inmate
Use

Public
Use**

Recording/
Monitoring
Equipment

Current
Contractor
Work Station*

I

Berrydale Forestry Camp

6920 Highway 4
Jay, FL 32565-2204

11

0

0

0

0

1

1

I

Pensacola CRC

3050 North “L” Street
Pensacola, FL 32501

0

0

0

2

0

1

0

I

FRANKLIN CI

1760 Highway 67 North
Carrabelle, FL 32322

49

0

0

0

1

1

1

I

Franklin Work Camp

1760 Highway 67 North
Carrabelle, FL 32322

12

0

0

0

0

1

0

I

Gadsden Re-Entry Center

540 Opportunity Lane
Havana, Florida 32333

18

0

0

0

0

1

1

I

GULF CI

500 Ike Steele Road
Wewahitchka, FL 32465-0010

46

0

0

0

0

1

1

I

Gulf Annex

699 Ike Steele Road
Wewahitchka, FL 32465-0010

38

0

0

0

0

1

0

I

Gulf Forestry Camp

3222 DOC Whitfield Road
White City, FL 32465

10

0

0

0

0

1

0

I

HOLMES CI

3142 Thomas Drive
Bonifay, FL 32425-0190

33

0

1

0

1

1

1

I

Holmes Work Camp

3182 Thomas Drive
Bonifay, FL 32425-4238

8

0

0

0

0

1

0

I

JACKSON CI

43

1

0

0

2

1

1

I

Jackson Work Camp

5563 10th Street
Malone, FL 32445-3144
5607 10th Street
Malone, FL 32445-9998

9

0

0

0

0

1

0

I

Graceville Work Camp

5168 Ezell Road
Graceville, FL 32440

9

0

1

0

1

1

1

I

JEFFERSON CI

1050 Big Joe Road
Monticello, FL 32344-0430

38

0

2

0

0

1

1

Page 79 of 101

FDC ITN-17-122

Inmate Phones
Region

Institution

Address

Coin Phones

Station
Phones

Cordless
Phones

TDD/TTY
Equipment

Inmate
Use

Public
Use**

Recording/
Monitoring
Equipment

Current
Contractor
Work Station*

I

LIBERTY CI

11064 N.W. Dempsey Barron Road
Bristol, FL 32321-9711

40

0

1

0

1

1

1

I

Liberty South Work Camp

11065 N.W. Dempsey Barron Road
Bristol, FL 32321-0711

12

0

0

0

0

1

0

I

Quincy Annex

2225 Pat Thomas Parkway
Quincy, FL 32351

12

0

0

0

1

1

1

I

Northwest Florida Reception
Center

4455 Sam Mitchell Drive
Chipley, FL 32428-3597

36

1

0

0

0

1

1

I

Northwest Florida Reception
Center Annex

4455 Sam Mitchell Drive
Chipley, FL 32428-3597

67

2

1

0

0

1

0

I

Panama City CRC

3609 Highway 390
Panama City, FL 32405

0

0

0

4

0

0

0

I

OKALOOSA CI

3189 Colonel Greg Malloy Road
Crestview, FL 32539-6708

22

1

1

0

1

1

1

I

Okaloosa Work Camp

3189 Colonel Greg Malloy Road
Crestview, FL 32539-6708

10

0

1

0

0

1

0

I

SANTA ROSA CI

5850 East Milton Road
Milton, FL 32583

40

5

1

0

1

1

1

I

Santa Rosa Annex

5850 East Milton Road
Milton, FL 32583-7914

68

4

1

0

0

1

0

I

Santa Rosa WC

12

0

0

0

0

1

0

I

WAKULLA CI

5850 East Milton Road
Milton, FL 32583
110 Melaleuca Drive
Crawfordville, FL 32327

40

0

0

0

1

1

1

I

Wakulla Annex

110 Melaleuca Drive
Crawfordville, FL 32327

57

0

1

0

0

1

0

I

Wakulla Work Camp

110 Melaleuca Drive
Crawfordville, FL 32327-4963

12

0

0

0

0

1

0

Page 80 of 101

FDC ITN-17-122

Coin Phones

Inmate Phones
Region

Institution

Address

Station
Phones

Cordless
Phones

TDD/TTY
Equipment

Inmate
Use

Public
Use**

Recording/
Monitoring
Equipment

Current
Contractor
Work Station*

I

Tallahassee CRC

2616A Springhill Road
Tallahassee, FL 32310

0

1

0

1

0

0

0

I

WALTON CI

691 Institution Road
DeFuniak Springs, FL 32433-1831

34

1

0

0

1

1

1

I

Walton Work Camp

301 Institution Road
DeFuniak Springs, FL 32433-1838

8

0

0

0

0

1

0

II

BAKER CI

20706 US 90
Sanderson, FL 32087-0500

27

0

1

0

1

1

1

II

Baker Work Camp

20706 US 90
Sanderson, FL 32087-0500

8

0

0

0

0

1

0

II

Baker Re-Entry

17128 US HIGHWAY 90
SANDERSON, FL 32087

12

0

0

0

0

1

0

II

COLUMBIA CI

216 S.E. Corrections Way
Lake City, FL 32025

29

1

1

0

1

1

1

II

Columbia Annex

216 SE Corrections Way
Lake City, FL 32025

54

0

2

0

0

1

0

II

Columbia WC

216 SE Corrections Way
Lake City, FL 32025

9

0

1

0

0

1

0

II

CROSS CITY CI

568 NE 255th Street
Cross City, FL 32628-1500

38

1

2

0

1

1

1

II

Cross City East Unit

568 NE 255th Street
Cross City, FL 32628-1500

12

0

0

0

0

1

0

II

FLORIDA STATE PRISON

II

Florida State Prison - West
Unit

II

Gainesville Work Camp

7819 N.W. 228th Street
Raiford, FL 32026-1000
7819 NW 228th Street
Raiford, FL 32026-1000

8

10

0

0

0

1

1

34

0

2

0

0

1

1

1000 NE 55th Blvd., State Road 26
East
Gainesville, FL 32641-6067

8

0

0

0

1

1

1

Page 81 of 101

FDC ITN-17-122

Coin Phones

Inmate Phones
Region

Institution

Address

Station
Phones

Cordless
Phones

TDD/TTY
Equipment

Inmate
Use

Public
Use**

Recording/
Monitoring
Equipment

Current
Contractor
Work Station*

II

HAMILTON CI

10650 SW 46th Street
Jasper, FL 32052-1360

30

0

1

0

3

1

1

II

Hamilton Annex

10651 SW 46th Street
Jasper, FL 32052-1360

39

0

0

0

0

1

0

II

Hamilton WC

10651 SW 46th Street
Jasper, FL 32052-1360

8

0

1

0

0

1

0

II

LANCASTER CI

3449 S.W. State Road 26
Trenton, FL 32693

22

1

0

0

2

1

1

II

Lancaster Work Camp

3449 S.W. State Road 26
Trenton, FL 32693-5641

8

0

0

0

0

1

0

II

LAWTEY CI

22298 NE County Road 200B
Lawtey, FL 32058

24

0

1

0

0

1

1

II

MADISON CI

382 Southwest MCI Way
Madison, FL 32340

34

1

2

0

1

1

1

II

Madison Work Camp

382 Southwest MCI Way
Madison, FL 32340

8

0

0

0

0

1

0

II

MAYO Annex

8784 US Highway 27 West
Mayo, FL 32066-3458

40

1

1

0

0

1

1

II

Mayo Work Camp

8

0

0

0

0

1

0

II

New River CI

40

0

1

0

0

1

1

II

Putnam CI

12

0

1

0

1

1

1

II

Reception & Medical Center
(RMC) - MAIN

40

2

1

0

0

1

1

II

RMC - WEST

37

0

1

0

0

1

0

8976 US Hwy 27 West
Mayo, FL 32066-1805
8000 NW 80th PlaceRaiford,
FL 32083
128 Yelvington Road
East Palatka, FL 32131
7765 S. CR 231
Lake Butler, FL 32054-0628
8183 SW 152nd Loop
Lake Butler, FL 32054-0628

Page 82 of 101

FDC ITN-17-122

Inmate Phones
Region

Institution

Address

Coin Phones

Station
Phones

Cordless
Phones

TDD/TTY
Equipment

Inmate
Use

Public
Use**

Recording/
Monitoring
Equipment

Current
Contractor
Work Station*

II

RMC Work Camp

P.O. Box 628
Lake Butler, FL 32054

12

0

0

0

0

1

0

II

Suwannee CI

5964 U.S. Highway 90
Live Oak, FL 32060

58

4

2

0

0

1

1

II

Suwannee Annex

5964 U.S. Highway 90
Oak, FL 32060

50

0

1

0

0

1

0

II

Suwannee Work Camp

5964 U.S. Highway 90
Oak, FL 32060

12

0

0

0

0

1

0

II

TAYLOR CI

8501 Hampton Springs Road
Perry, FL 32348

43

0

2

0

1

1

1

II

Taylor Annex

8501 Hampton Springs Road
Perry, FL 32348

38

0

1

0

0

1

0

II

Taylor Work Camp

8501 Hampton Springs Road
Perry, FL 32348-0000

12

0

1

0

0

1

0

II

TOMOKA CI

3950 Tiger Bay Road
Daytona Beach, FL 32124-1098

39

0

4

0

1

1

1

II

Tomoka Work Camp

II

UNION CI

II

Union Work Camp

III
III

3950 Tiger Bay Road
Daytona Beach, FL 32124-1098
HWY 16 NW of Starke (7819 NW
228th Street)
Raiford, FL 32083
S.R. 16 West (7819 N.W. 16 West)
Raiford, Florida 32083

8

0

0

0

0

1

0

41

14

12

0

0

1

1

12

0

0

0

0

1

0

AVON PARK CI

8100 Highway 64 East
Avon Park, FL 33826

30

0

0

0

0

1

1

Avon Park Work Camp

8100 Highway 64 East
Avon Park, FL 33826

12

0

0

0

0

1

0

Page 83 of 101

FDC ITN-17-122

Inmate Phones
Region

Institution

Coin Phones

Address
Station
Phones

Cordless
Phones

TDD/TTY
Equipment

Inmate
Use

Public
Use**

Recording/
Monitoring
Equipment

Current
Contractor
Work Station*

III

Central Florida Reception
Center (CFRC) - MAIN

7000 H.C. Kelley Rd.
Orlando, FL 32831-2518

47

2

1

0

3

1

1

III

CFRC - East

7000 H.C. Kelley Rd.
Orlando, FL 32831-2518

40

0

0

0

0

1

0

III

CRFC - South

7000 H.C. Kelley Rd.
Orlando, FL 32831-2518

4

0

0

0

0

1

0

III

Kissimmee CRC

2925 Michigan Avenue
Kissimmee, FL 32744

0

0

0

12

0

0

0

III

Orlando CRC

7300 Laurel Hill Road
Orlando, FL 32818

0

0

0

6

0

0

0

III

DESOTO ANNEX

13617 S.E. Highway 70
Arcadia, FL 34266

44

0

0

0

2

1

1

III

DeSoto Work Camp

13617 SE Highway 70
Arcadia, FL 34266-7800

8

0

0

0

0

1

0

III

Arcadia Road Prison

2961 N.W. County Road 661
Arcadia, FL 34266-8203

6

0

0

0

0

1

0

III

HARDEE CI

6901 State Road 62
Bowling Green FL 33834-9505

51

0

1

0

2

1

1

III

Hardee Work Camp

6899 State Road 62
Bowling Green, FL 33834-9505

8

0

1

0

0

1

0

III

HERNANDO CI

16415 Springhill Drive
Brooksville, FL 34604-8167

14

0

0

0

1

1

1

III

LAKE CI

19225 U.S. Highway 27
Clermont, FL 34711-9025

32

1

2

0

1

1

1

III

POLK CI

10800 Evans Road
Polk City, FL 33868-6925

34

0

1

0

2

1

1

Page 84 of 101

FDC ITN-17-122

Region

Institution

Inmate Phones

Address

Coin Phones

Station
Phones

Cordless
Phones

TDD/TTY
Equipment

Inmate
Use

Public
Use**

Recording/
Monitoring
Equipment

Current
Contractor
Work Station*

III

Polk Work Camp

10800 Evans Road
Polk City, FL 33868-6925

10

0

0

0

0

1

0

III

Pinellas CRC

5205 Ulmerton Road
Clearwater, FL 33760-4002

0

0

0

1

0

0

0

III

St. Petersburg CRC

4237 8th Avenue South
St. Petersburg, FL 33711-2000

0

0

0

1

0

0

0

III

Largo Road Prison

5201 Ulmerton Road
Clearwater, FL 33760

4

0

0

0

0

1

0

III

LOWELL CI

11120 NW Gainesville Rd
Ocala, FL 34482-1479

35

0

0

0

1

1

1

III

Lowell Annex

11120 NW Gainesville Rd
Ocala, FL 34482

39

2

1

0

0

1

0

III

Florida Women’s Reception
Center

3700 NW 111th Place
Ocala, Florida 34482

52

0

4

0

0

1

1

III

Lowell Work Camp

11120 NW Gainesville Rd
Ocala, FL 34482

11

0

0

0

0

1

0

III

MARION CI

3269 NW 105th Street
Lowell, FL 32663-0158

29

0

1

0

2

1

1

III

Marion Work Camp

3269 NW 105th Street
Lowell, FL 32663-0159

14

0

1

0

0

1

0

III

Sumter CI

9544 County Road 476B
Bushnell, FL 33513-0667

39

2

1

0

2

1

1

III

Sumter Boot Camp

9544 County Road 476B
Bushnell, FL 33513-0667

2

0

0

0

0

1

0

III

Sumter Work Camp

9544 County Road 476B
Bushnell, FL 33513-0667

8

0

0

0

0

1

0

III

ZEPHYRHILLS

2739 Gall Boulevard
Zephyrhills, FL 33541-9701

23

1

2

0

1

1

1

Page 85 of 101

FDC ITN-17-122

Region

Institution

Inmate Phones

Address

33123 Oil Well Road
Punta Gorda, FL 33955

Coin Phones

Recording/
Monitoring
Equipment

Current
Contractor
Work Station*

Station
Phones

Cordless
Phones

TDD/TTY
Equipment

Inmate
Use

Public
Use**

44

3

1

0

1

1

1

56

0

1

0

3

1

1

4

0

0

0

0

1

0

60

0

2

0

1

1

1

IV

CHARLOTTE CI

IV

DADE CI

IV

Big Pine Key Road Prison

IV

EVERGLADES CI

IV

Everglades Re-Entry

1599 S.W. 187TH AVENUE
MIAMI, FL 33194-0000

13

0

1

0

0

1

0

IV

Sago Palm Work Camp

15500 Bay Bottom Rd
Pahokee, FL 33476

16

0

2

0

1

1

1

IV

Atlantic CRC

263 Fairgrounds Road
West Palm Beach, FL 33411

0

0

0

1

0

0

0

IV

Loxahatchee Road Prison

230 Sunshine Road
West Palm Beach, FL 33411-3616

10

0

0

0

0

1

0

IV

West Palm Beach CRC

261 West Fairgrounds Road
West Palm Beach, FL 33411

0

0

0

1

0

0

0

IV

Ft. Myers Work Camp

IV

HOMESTEAD CI

IV

MARTIN CI

IV

Martin Work Camp

19000 S.W. 377th Street
Florida City, FL 33034-6409
P.O. Box 430509, 450 Key Deer
Blvd.
Big Pine Key, FL 33043-0509
1599 S.W. 187TH AVENUE
MIAMI, FL 33194-0000

2575 Ortiz Ave.
Fort Myers, FL 33905
19000 S.W. 377th Street
Florida City, FL 33034-6409
1150 SW Allapattah Road
Indiantown, FL 34956

5

0

0

0

0

1

0

23

0

0

0

0

1

1

49

1

0

0

0

1

1

100 SW Allapattah Road
Indiantown, FL 34956

8

1

0

0

0

1

0

Page 86 of 101

FDC ITN-17-122

Region

Institution

Coin Phones

Inmate Phones

Address
Station
Phones

Cordless
Phones

TDD/TTY
Equipment

Inmate
Use

Public
Use**

Recording/
Monitoring
Equipment

Current
Contractor
Work Station*

IV

Fort Pierce CRC

1203 Bell Avenue
Ft. Pierce, FL 34982

0

0

0

9

0

0

0

IV

OKEECHOBEE CI

3420 N.E. 168th Street
Okeechobee, FL 34972

40

1

0

0

1

1

1

IV

Okeechobee WC

3420 N.E. 168th Street
Okeechobee, FL 34972

13

0

0

0

0

1

0

IV

South Florida Reception
Center (SFRC)

14000 NW 41st Street
Miami, FL 33178

55

0

0

0

3

1

1

IV

SFRC – South Unit

13910 NW 41st Street
Doral, FL 33178-3014

27

0

0

0

0

1

0

IV

Hollywood CRC

8501 W. Cypress Drive
Pembroke Pines, FL 33025

0

0

0

6

0

0

0

IV

Miami North CRC

7090 Northwest 41st Street
Miami, FL 33166

0

0

0

11

0

0

0

IV

Opa Locka CRC

5400 Northwest 135th Street
Opa Locka, FL 33054

0

0

0

4

0

0

0

* Contractor Work Station consists of the following
equipment: CPU, Monitor, Keyboard, Mouse, Speakers and
Printer.

Rev. 08/18/2016

** Unless otherwise authorized by the Warden at the
specified institution.
NOTE: The Department requires all equipment to be NEW.

Page 87 of 101

FDC ITN-17-122

ATTACHMENT III
PRICE INFORMATION SHEET
FDC ITN-17-122
The Vendor shall provide their proposed blended per minute telephone rates in the tables below.
*NOTE: Per Minute Telephone Rates for family and friends shall not exceed $0.13 cents per minute and be inclusive of any
other fees, including surcharges and connection fees.
INITIAL TERM
(Five Year Period)

TOTAL
Price Per Minute $____________ (A)

Per Minute Telephone Rate for all Calls*
RENEWAL TERM
(Up To Five Year Renewal Period)

TOTAL
Price Per Minute $____________ (B)

Per Minute Telephone Rate for all Calls*

GRAND TOTAL
(SUM OF A AND B)

$_______________

____________________________________________
VENDOR NAME

_________________________________________
FEIN#

_____________________________________________
PRINTED NAME OF AUTHORIZED REPRESENTATIVE

__________________________________________
SIGNATURE OF AUTHORIZED REPRESENTATIVE

_____________________________________________
DATE

Page 88 of 101

FDC ITN-17-122

ATTACHMENT IV – PASS/FAIL REQUIREMENT CERTIFICATION
AND NON-COLLUSION CERTIFICATION
FDC ITN-17-122
1. Business/Corporate Experience
This is to certify that the Vendor has at least three years’ experience within the last five years in providing
telecommunication services in a correctional or security/law enforcement setting. The Department
understands that, due to the size and complexity of the inmate telecommunication services, the service
solution may require partnerships, joint ventures, and/or subcontracting between two or more companies,
and therefore will consider the combined experience and qualifications of any such partnerships meeting
these requirements. To ensure the responding entity is qualified to serve inmate populations in prison
settings, the vendor(s), whether responding independently, as a partnership, as a joint venture, or with a
Reply that proposes utilization of subcontractor(s), must collectively have at least five total years of
business/corporate experience with appropriately experienced management and at least three total years of
business/corporate experience within the last five years, providing telecommunication services in a
correctional setting, preferably to an inmate population of at least 5,000 inmates.
2. Prime Vendor
This is to certify that the Vendor will act as the prime Vendor to the Department for all services provided
under the Contract that results from this ITN.
3. Performance Bond
This is to certify that the Vendor is able to demonstrate their ability to meet the performance bond
requirements. prior to execution of a Contract, the Vendor will deliver to the Department a performance
bond or irrevocable letter of credit in the amount equal to the lesser of $1,000,000.00 or the average
annual price of the Contract (averaged from the initial five year Contract term pricing). The bond or letter
of credit will be used to guarantee at least satisfactory performance by Vendor throughout the term of
the Contract (including renewal years).
4. Reply Bond
This is to certify that the Vendor will deliver to the Department a Reply bond or check in the amount of
$1,000,000.00. The bond ensures against a Vendor’s withdrawal from competition subsequent to their
submission of a Reply.
5. Meets Legal Requirements
This is to certify that the Vendor’s proposed offering and all services provided under the Contract will be
compliant with all laws, rules and other authority applicable to providing the services including, but not
limited to, Florida’s Open Government laws (Article I, Section 24, Florida Constitution, Chapter 119,
F.S.).
6. Data Generated
All data generated, used or stored by Vendor pursuant to the prospective Contract state will reside and
remain in the Unites states and will not transferred outside of the United States.
7. Services Performed
All services provided to the State of Florida under the prospective Contract, including call center or other
help services, will be performed by persons located in the United States.
Page 89 of 101

FDC ITN-17-122

8. Financial Stability
This is to certify that the Vendor attests to its positive financial standing and that the Vendor’s current
Dun & Bradstreet (D&B) Financial Stress Score has a Financial Stress Class of 1, 2, 3 or 4.
9. Statement of No Inducement
This is to certify that no attempt has been made or will be made by the Vendor to induce any other
person or firm to submit or not to submit a Reply with regard to this ITN. Furthermore this is to certify
that the Reply contained herein is submitted in good faith and not pursuant to any agreement or
discussion with, or inducement from, any firm or person to submit a complementary or other noncompetitive Reply.
10. Statement of Non-Disclosure
This is to certify that neither the price(s) contained in this Reply, nor the approximate amount of this
Reply have been disclosed prior to award, directly or indirectly, to any other Vendor or to any competitor.
11. Statement of Non-Collusion
This is to certify that the prices and amounts in this Reply have been arrived at independently, without
consultation, communications, or agreement as to any matter relating to such prices with any other Vendor
or with any competitor and not for the purpose of restricting competition.

Dated
day of
2016.
Name of Organization:
Signed by:
Print
Being duly sworn deposes and says that the information herein is true and sufficiently complete
Subscribed
and
sworn
day of
2016.
Personally
OR
Produced
Type of Identification
Notary Public:
My Commission Expires:

Page 90 of 101

FDC ITN-17-122

ATTACHMENT V – VENDOR’S REFERENCE FORM
FDC ITN-17-122

In the spaces provided below, the Respondent shall list all names under which it has operated during the past
five years.

On the following pages, the Respondent shall provide the information indicated for three separate and verifiable
references. The references listed must be for businesses or government agencies for whom the Respondent
has provided services of similar scope and size to the services identified in the ITN. The same reference may
not be listed for more than one organization and confidential references shall not be included. In the event the
Respondent has had a name change since the time work was performed for a listed reference, the name under
which the Respondent operated at that time must be provided in the space provided for Respondent’s Name.
References that are listed as subcontractors in the response will not be accepted as references under this
solicitation. Additionally, References shall pertain to current and ongoing services or those that were completed
prior to July 1, 2016. References shall not be given by:
•
•
•
•

Persons employed by the Department within the past three years.
Persons currently or formerly employed or supervised by the Respondent or its affiliates.
Board members within the Respondent’s organization.
Relatives of any of the above.

The Department will attempt to contact the three references provided by the Respondent to complete the
Evaluation Questionnaire for references. The total number of references contacted to complete an Evaluation
Questionnaire for Past Performance for any response will be three.
References should be available for contact during normal business hours, 9:00 a.m. – 5:00 p.m., Eastern Time.
The Department will attempt to contact each reference by telephone up to three times. The Department will not
correct incorrectly supplied information.
Additionally, the Department reserves the right to contact references other than those identified by the
Respondent to obtain additional information regarding past performance.

Page 91 of 101

FDC ITN-17-122

ATTACHMENT V – VENDOR’S REFERENCE FORM

Respondent’s Name:___________________________________________________________________
Reference’s Name:_____________________________________________________________________

Address:

Primary Contact Person:

Alternate Contact Person:

Primary Phone Number:

Alternate Phone Number:

Contract Performance Period:

Location of Services:

Brief description of the services performed for this reference:

Page 92 of 101

FDC ITN-17-122

ATTACHMENT V – VENDOR’S REFERENCE FORM

Respondent’s Name:___________________________________________________________________
Reference’s Name:_____________________________________________________________________

Address:

Primary Contact Person:

Alternate Contact Person:

Primary Phone Number:

Alternate Phone Number:

Contract Performance Period:

Location of Services:

Brief description of the services performed for this reference

Page 93 of 101

FDC ITN-17-122

ATTACHMENT V – VENDOR’S REFERENCE FORM

Respondent’s Name:___________________________________________________________________
Reference’s Name:_____________________________________________________________________

Address:

Primary Contact Person:

Alternate Contact Person:

Primary Phone Number:

Alternate Phone Number:

Contract Performance Period:

Location of Services:

Brief description of the services performed for this reference

Page 94 of 101

FDC ITN-17-122

ATTACHMENT V – VENDOR’S REFERENCE FORM
Respondent’s Name:______________________________________________________________________________
Reference’s Name:_______________________________________________________________________________
Primary Contact Person:

Alternate Contact Person:

Primary Phone Number:

Alternate Phone Number:

The following questions will be asked of three (3) references.
1. Briefly describe the services the vendor performed for your organization:

2. How would you rate the contract implementation with this vendor?
Excellent, Good, Acceptable, Fair, Poor
3. Did the vendor consistently meet all of its performance/milestone deadlines?
4. Did the vendor submit reports and invoices that were timely and accurate?

5. Did you impose sanctions, penalties, liquidated damages, or financial consequences on the
vendor during the last 12 months?
6. How would you rate the vendor’s key staff and their ability to work with your organization?
Excellent, Good, Acceptable, Fair, Poor
7. Did you ever request dismissal of any key staff?
8. Did the vendor’s project/contract manager effectively manage the contract?
9. How would you rate the vendor’s customer service? Excellent, Good,
Acceptable, Fair, Poor
10. Was the vendor’s staff knowledgeable about the contract requirements and scope of services?

11. Did the vendor work cooperatively with the organization during the course of the contract?

12. Would you contract with this vendor again?

Reference Verified by:

Name (printed)

Title

Signature

Date

Page 95 of 101

FDC ITN-17-122

ATTACHMENT VI – SUBCONTRACTING FORM
FDC ITN-17-122
The Respondent shall complete the information below on all subcontractors that will be providing services
to the Respondent to meet the requirements of the resultant Contract, should the Respondent be
awarded. Submission of this form does not indicate the Department’s approval of such subcontractor(s),
but provides the Department with information on proposed subcontractors for review.
Complete a separate sheet for each subcontractor.
Service: ________________________________________________________
Company Name:__________________________________________________
FEIN: __________________________________________________________
Contact: ________________________________________________________
Address:

______________________________________________________

Telephone: ______________________________________________________
Email address: ___________________________________________________
Current Registered as Certified Minority
Business Enterprise (CMBE), WomenOwned Business (WBE), or Florida
Veteran-Owned Business?

Yes ________ No ___________

W-9 verification:

Yes ________ No ___________

In a job description format, identify the responsibilities and duties of the subcontractor based on the
technical specifications or scope of services outlined in this solicitation.

Page 96 of 101

FDC ITN-17-122

ATTACHMENT VII– RESPONDENT’S CONTACT INFORMATION
FDC ITN-17-122
The Respondent shall identify the contact information as described below.
For solicitation purposes, the Respondent’s
contact person shall be:

For contractual purposes, should the
Respondent be awarded, the contact
person shall be:

Name:
Title:
Address:

Telephone:
Fax:
Email:

REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK

Page 97 of 101

FDC ITN-17-122

ATTACHMENT VIII – CERTIFICATION OF DRUG FREE WORKPLACE PROGRAM
FDC ITN-17-122

Section 287.087, Florida Statutes provides that, where identical tie bids are received, preference shall be
given to a bid received from a Vendor that certifies it has implemented a drug-free workforce program.
In order to have a drug-free workplace program, a business shall:
1.

Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing,
possession, or use of a controlled substance is prohibited in the workplace and specifying the
actions that will be taken against employees for violations of such prohibition.

2.

Inform employees about the dangers of drug abuse in the workplace, the business's policy of
maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee
assistance programs, and the penalties that may be imposed upon employees for drug abuse
violations.

3.

Give each employee engaged in providing the commodities or Contractual services that are under
response a copy of the statement specified in Subsection (1).

4.

In the statement specified in Subsection (1), notify the employees that, as a condition of working
on the commodities or Contractual services that are under response, the employee will abide by
the terms of the statement and will notify the employer of any conviction of, or plea of guilty or
nolo contendere to, any violation of Chapter 894, Florida Statutes, or of any controlled substance
law of the United States or any state, for a violation occurring in the workplace no later than five
(5) days after such conviction.

5.

Impose a sanction on any employee who is so convicted or require the satisfactory participation
in a drug abuse assistance or rehabilitation program as such is available in the employee's
community.

6.

Make a good faith effort to continue to maintain a drug-free workplace through implementation of
applicable laws, rules and regulations.

As the person authorized to sign the statement, I certify that this firm complies fully with the above
requirements.
Company Name: _____________________________________________________________

___________________________________________________________________________
VENDOR'S SIGNATURE
(Form revised 11/10/15)

Page 98 of 101

FDC ITN-17-122

ATTACHMENT IX - NOTICE OF CONFLICT OF INTEREST
FDC ITN-17-122
Organization Responding to Solicitation: _________________________________
Solicitation Number: FDC ITN-17-122
For the purpose of participating in this solicitation process and complying with the provisions of chapter
112, of the Florida Statutes, the undersigned corporate officer hereby discloses the following
information to the Department of Management Services:
1. Identify all corporate officers, directors or agents of the Respondent who are currently employees of
the State of Florida or one of its agencies, were employees of the State of Florida or one of its
agencies in within the last two years, or are currently a spouse, parent or sibling such of an
employee of the State of Florida or one of its agencies:
____________________________________________________________________________

2. For all persons identified in section 1 above, please identify if they own an interest of ten percent
(10%) or more in the company/entity named above:
____________________________________________________________________________

Signature: ___________________________

Date: _________________________

Name: ______________________________

Title: _______________________________

Organization: _________________________

REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK

Page 99 of 101

FDC ITN-17-122

ATTACHMENT X – SECURITY REQUIREMENTS FOR CONTRACTORS
FDC ITN-17-122
(1) Per Section 944.47, Florida Statutes (F.S.) it is unlawful to introduce into or upon the grounds of any
state correctional institution, or to take or attempt to take or send or attempt to send any of the
following items, which are considered, unless authorized by the officer-in-charge of the correctional
institution.
•

Any written or recorded communication to any inmate of any state correctional institution.

•

Any currency or coin given or transmitted, or intended to be given or transmitted to any inmate
of any state correctional institution.

•

Any article of food or clothing given or transmitted, or intended to be given or transmitted, to any
inmate of any state correctional institution.

•

Any intoxicating beverage or beverage which causes, or may cause, an intoxicating effect.

•

Any controlled substance or any prescription or nonprescription drug having a hypnotic,
stimulating, or depressing effect.

•

Any firearm or weapon of any kind or any explosive substance, including any weapons left in
vehicles on the grounds of a state correctional institution).

A person, who violates any provision of Section 944.47, F.S., as it pertains to an article of contraband,
is guilty of a felony.
(2) Do not leave keys in the ignition of motor vehicles. All vehicles must be locked and windows rolled
up when parked on state property. Wheel locking devices may also be required.
(3) All keys must be kept in pockets at all times.
(4) Confirm with the Institutional Warden where construction vehicles should be parked.
(5) Obtain formal identification (driver’s license or non-driver’s license identification obtained from the
Florida Department of Highway Safety and Motor Vehicles or equivalent agency in another state),
that must be presented each time Contractor staff enter or depart the Institution and as requested
by Department staff.
(6) Absolutely no transactions between Contract personnel and inmates are permitted. This includes,
but is not limited to, giving or receiving cigarettes, stamps, or letters.
(7) No communication with inmates, verbal or otherwise, is permitted without the authorization of the
Institution’s Officer-in-Charge (OIC).
(8) Strict tool control will be enforced at all times. Tools within the Correctional Institution are classified
as AA, A, or B. Class AA tools are defined as any tool that can be utilized to cut chain link fence
fiber or razor wire in a rapid and effective manner. Class A tools are defined as those tools which, in
their present form, are most likely to be used in an escape or to do bodily harm to staff or inmates.
Class B tools are defined as tools of a less hazardous nature. Every tool is to be geographically
controlled and accounted for at all times. At the end of the workday, toolboxes will be removed from
the compound or to a secure area as directed by the Department’s security staff. The Contractor
Page 100 of 101

FDC ITN-17-122

must maintain two copies of the correct inventory with each tool box, one copy will be used and
retained by the Department’s security staff, who will search and ensure a proper inventory of tools
each time the tool box is brought into the Institution, the other copy will remain with the tool box at
all times. Tools should be kept to a minimum (only those tools necessary to complete the job). All
lost tools must be reported to the Institution’s Chief of Security (Colonel or Major) immediately. No
inmate will be allowed to leave the area until the lost tool is recovered.
(9) Approval must be obtained from the Institution’s Chief of Security prior to bringing any powderactivated tools into the Institution. Strict accountability of all powder loads and spent cartridges must
be maintained at all times.
(10) All persons and deliveries to be on Department property will enter and exit by only one designated
route, to be determined by the Department, and subject to security checks at any time. As the security
check of vehicles is an intensive and time consuming (10-15 minutes) process, the Contractor should
minimize the number of deliveries.
(11) Establish materials storage and working areas with the Institution’s Warden and/or Chief of Security.
(12) Control end-of-day construction materials and debris. Construction materials and debris can be used
by inmates as weapons or as a means of escape. Construction material will be stored in locations
agreed to by Department security staff and debris will be removed or moved to a designated location.
Contractor should arrange for the Department’s security staff to inspect the project area before
construction personnel leave. This will aid the Contractor in assuring that necessary security
measures are taken.
(13) Coordinate with the Institution’s Warden and Chief of Security regarding any shutdown of existing
systems (gas, water, electricity, electronics, sewage, etc.). Institutional approval is required prior to
shutting down any existing utility system. The Contractor should arrange for alternative service, if
required, and expeditious re-establishment of the shutdown system.
(14) All Contractor staff and equipment will maintain a minimum distance of 100 feet from all perimeter
fencing, unless expressly authorized by the Institution’s Warden.
(15) For security purposes, a background check will be made upon all Contractor staff that provide
services on the project. The Department, represented by the Institution’s Warden, reserves the
right to reject any person whom it determines may be a threat to the security of the institution.

REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK

Page 101 of 101

FDC ITN-17-122

ADDENDUM #001
Solicitation Number:

FDC ITN-17-122

Solicitation Title:

Inmate Telecommunications Services

Opening Date/Time:

February 2, 2017 January 10, 2017 at 2:00 p.m. (Eastern Time)

Addendum Number:

001

Failure to file a protest within the time prescribed in Section 120.57(3), Florida Statutes,
or failure to post the bond or other security required by law within the time allowed for
filing a bond shall constitute a waiver of proceedings under Chapter 120, Florida
Statutes.
Please be advised that the changes below are applicable to the original specifications of
the above referenced solicitation. Added or new language to the ITN is highlighted in yellow,
while deleted language has been struck.
Change No. 1
Change to Timeline.
REVISED
TIMELINE
FDC ITN-17-122
EVENT

DUE DATE

Release of ITN

November 2, 2016

Non-Mandatory
Pre-Bid Conference
and Site Visits

November 14-16,
2016

Questions Due

November 29, 2016
Prior to 5:00 p.m.,
Eastern Time

Submit to: Florida Department of Corrections
Bureau of Procurement
Email: purchasing@fdc.myflorida.com
(reference solicitation number in subject line)

Anticipated Posting
of Answers to
Submitted Questions

January 9, 2017
December 28, 2016

Vendor Bid System (VBS):
http://vbs.dms.state.fl.us/vbs/main_menu

Sealed Replies Due
and Opened

February 2, 2017
January 10, 2017
at 2:00 p.m., Eastern
Time

Florida Department of Corrections
Bureau of Procurement
501 South Calhoun Street
Tallahassee, Florida 32399

Addendum #001

LOCATION
Vendor Bid System (VBS):
http://vbs.dms.state.fl.us/vbs/main_menu

See Section 4.16 for a complete listing of these
non-mandatory site visits.

1

FDC ITN-17-122

Evaluation Team
Meeting

Anticipated posting of
Respondents initially
invited for
Negotiations

February 14, 2017
January 18, 2017

February 19, 2017

Anticipated
Negotiations

March - April, 2017
March, 2017

Anticipated Posting of
Intent to Award

May, 2017
April, 2017

Florida Department of Corrections
Bureau of Procurement
501 South Calhoun Street
Tallahassee, Florida 32399

Vendor Bid System (VBS):
http://vbs.dms.state.fl.us/vbs/main_menu

Florida Department of Corrections
Bureau of Procurement
501 South Calhoun Street
Tallahassee, Florida 32399

Vendor Bid System (VBS):
http://vbs.dms.state.fl.us/vbs/main_menu

Change No. 2
A change to Section 4.9, Reply Evaluation and Negotiation Process, to remove the following
language:
The Secretary or designee will approve a Short List of Vendors selected for negotiation taking
into consideration the report and recommendation of the Procurement Officer. No scoring by the
Secretary or designee will be required in arriving at this selection. The scoring from the Evaluation
Phase shall serve as a recommendation only. The Secretary or designee may also make a
determination as to whether to deem one or more vendors ineligible for award based on the
Procurement Officer’s report.

REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK

Addendum #001

2

FDC ITN-17-122

ADDENDUM #002
Solicitation Number:

FDC ITN-17-122

Solicitation Title:

Inmate Telecommunications Services

Opening Date/Time:

February 7, 2017 February 2, 2017 at 2:00 p.m. (Eastern Time)

Addendum Number:

002

Failure to file a protest within the time prescribed in Section 120.57(3), Florida Statutes,
or failure to post the bond or other security required by law within the time allowed for
filing a bond shall constitute a waiver of proceedings under Chapter 120, Florida
Statutes.
Please be advised that the changes below are applicable to the original specifications of
the above referenced solicitation. Added or new language to the ITN is highlighted in yellow,
while deleted language has been struck.
Change No. 1
Change to Timeline.
REVISED
TIMELINE
FDC ITN-17-122
EVENT

DUE DATE

Release of ITN

November 2, 2016

Non-Mandatory
Pre-Bid Conference
and Site Visits

November 14-16,
2016

Questions Due

November 29, 2016
Prior to 5:00 p.m.,
Eastern Time

Anticipated Posting
of Answers to
Submitted Questions

January 17, 2017
January 9, 2017

Sealed Replies Due
and Opened

February 7, 2017
February 2, 2017
at 2:00 p.m., Eastern
Time

Addendum #002

LOCATION
Vendor Bid System (VBS):
http://vbs.dms.state.fl.us/vbs/main_menu

See Section 4.16 for a complete listing of these
non-mandatory site visits.
Submit to: Florida Department of Corrections
Bureau of Procurement
Email: purchasing@fdc.myflorida.com
(reference solicitation number in subject line)
Vendor Bid System (VBS):
http://vbs.dms.state.fl.us/vbs/main_menu

Florida Department of Corrections
Bureau of Procurement
501 South Calhoun Street
Tallahassee, Florida 32399

1

FDC ITN-17-122

February 14, 2017

Florida Department of Corrections
Bureau of Procurement
501 South Calhoun Street
Tallahassee, Florida 32399

Anticipated
Negotiations

March - April, 2017

Florida Department of Corrections
Bureau of Procurement
501 South Calhoun Street
Tallahassee, Florida 32399

Anticipated Posting of
Intent to Award

May, 2017

Evaluation Team
Meeting

Vendor Bid System (VBS):
http://vbs.dms.state.fl.us/vbs/main_menu

REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK

Addendum #002

2

FDC ITN-17-122

ADDENDUM #003
Solicitation Number:

FDC ITN-17-122

Solicitation Title:

Inmate Telecommunications Services

Opening Date/Time:

February 7, 2017 at 2:00 p.m. (Eastern Time)

Addendum Number:

003

Failure to file a protest within the time prescribed in Section 120.57(3), Florida Statutes, or failure to
post the bond or other security required by law within the time allowed for filing a bond shall constitute
a waiver of proceedings under Chapter 120, Florida Statutes.
Please be advised that the changes below are applicable to the original specifications of the above
referenced solicitation. Added or new language to the ITN is highlighted in yellow, while deleted language
has been struck.
This Addendum includes the Department’s answers to written questions received.
This Addendum also includes the following revisions:
Change No. 1
Revisions to the numbers for the requirements in Section 3.6.4, System Service Functionality Requirements
Service Area.
3.6.4

System Service Functionality Requirements Service Area
System Service Functionality Requirements (SF)

No.

Requirement
The Vendor shall propose an inmate telephone system as part of the
telecommunication service, with a technology system fully supported by an
infrastructure which has the capability to provide specified services such as, secure
and real-time monitoring of inmate telephone calls meeting the Department’s system
security requirements.

SF-01

In addition, the system shall contain a secure database for transactional call records
and provide data feeds to the Department’s official data repository. This shall include
redundant system(s) as deemed necessary to accomplish this requirement, and a
continuity of operations plan and disaster recovery plan, which will ensure that the
system and services will be available without disruption at the required service level.
The Department will be responsible for providing a daily “housing file” to the
Vendor. This file contains the name and DC number of each active inmate in the
system, and each inmate’s location. The Department’s Office of Information
Technology (OIT) will determine the type, format, and transmission method of the
daily “housing file”. The Department’s OIT will define the specifications of the
requested data feed.
The system shall have programming setup to automatically accept the
Department’s “housing file”, which shall update the Vendor’s telecommunication
service on a daily basis to ensure the inmate’s location (i.e., facility) and other
identifying information are accurately reported.

Addendum #003

1

ITN-17-122

System Service Functionality Requirements (SF)
SF-02

The system shall contain security features, which prevent unauthorized individuals
from accessing any information held by the Vendor. Secure access to the systems
and databases shall be maintained at all times.

SF-03

The Vendor shall provide complete support of all systems and software necessary
to ensure provision of services at all times for the duration of the resulting Contract.
In addition, the Vendor shall monitor changes to associated interfaced systems and
accommodate changes in their systems as needed to continue operations of the
services and systems as specified herein.

SF-04

SF-05

All technical specifications and system requirements shall meet or exceed industry
standards, and shall be in proper working order, clean, and free from defects of
features affecting appearance, serviceability, or the safety of the authorized user in
normal intended use, unless otherwise required herein.
The system shall be restricted to outgoing calls only. The system shall not process
incoming calls at any time.

SF-06

The system shall allow for the Department to program times when the system will
be operational.

SF-07

The system shall contain an automated announcement function capable of
processing calls on a selective bi-lingual basis: English and Spanish. The inmate
shall be able to select the preferred language using no more than a two-digit code.

SF-08

SF-09

SF-10

Addendum #003

During the call set-up process, the system shall provide a pre-recorded
announcement, which complies with Code of Federal Regulations, Title 47, Volume
3, Part 64.710, identifying that the collect call is coming from a specific inmate at a
Florida Correctional Institution, stating rate and complaint information, and
containing a toll free number for the consumer’s use. This announcement shall be
heard by the answering party. The announcement shall also include the statement:
"All communications will be recorded except attorney calls." The Department shall
provide prior approval of the announcement.
The system shall have the capability to be deactivated (shut down) by Department
or Vendor staff, quickly and selectively, at an individual facility, partial facility (single
dorm), or on a global basis, and to restrict all PIN access. The system shall be
capable of de-activating the PIN feature by individual inmate telephone, groups of
telephones, and/or entire facilities, at the Department's option. Regardless of this
deactivation, the system shall restrict inmate calls to prepaid collect and normal
collect, local and long distance, cellular, and international calls. At no time shall the
inmate telephones be unrestricted due to the deactivation of the PIN feature. The
Department shall have the ability to immediately deactivate any inmate’s telephone
account, upon approval of the Warden/Duty Warden, for any of the following
reasons:


48-hours prior to any transfer;



48-hours prior to any outside medical appointment; and/or



48-hours prior to any outside court appointment.

The systems shall provide the capability to flag any individual telephone number in
the inmate’s “Approved Number List” as “Do Not Record”. The default setting for
each telephone number will be to record until flagged by Department personnel to
the contrary. The system will have full audit controls that record such changes.
2

ITN-17-122

System Service Functionality Requirements (SF)

SF-011

The system shall provide capability for assigning an inmate’s phone access to an
individual telephone or group of telephones, so that the inmate’s account may only
place calls from those designated telephones. These telephones shall still be
capable of being used by an inmate whose phone access is not specifically assigned
to an individual phone.

SF-012

The Vendor shall ensure the system has a “smart fail-safe” power down service,
which is initiated upon alert by the uninterruptible power supply (UPS) that the UPS
has switched to battery power due to a commercial main power failure or irregularity.
The system and UPS shall maintain all current ongoing telephone calls for up to 10
minutes while blocking any additional call attempts after the event. After 10 minutes,
if the UPS has not alerted the system that commercial power has been restored, the
system shall power down to a quiescent state that allows it to resume full operation
automatically after commercial power is restored. After power restoration, the system
shall have a timer to delay for 10 minutes before call processing resumes to preclude
unnecessary cycling if the commercial power is unstable.

SF-013

SF-014

The Vendor shall provide a system that includes a monitoring component capable of
being accessed through a dedicated monitoring terminal as specified for facility
locations on Attachment II. The monitoring component shall be through a vendorprovided secure internet connection from a desktop, laptop, or remote means by
authorized Department personnel who have appropriate security clearance, and has
been provided Vendor supplied security codes. The system shall be capable of
monitoring calls from both dedicated monitoring terminals and via secure, password
protected internet access.
The system shall interface with network services provided by local exchange
carriers, as well as, inter-exchange carriers. This includes analog and digital facilities
(i.e., analog business trunk, DS-1, etc.). The Vendor’s Reply shall provide the types
of network services to which the system will interface, and the purpose (use of a
specific application) of such services for the Department.
The Vendor shall provide all software required to support the system.

SF-015

During the entire Contract term, including any renewals, all software shall be the
latest general release of the software, including software for all equipment and
monitoring terminals utilized in service delivery.
Any software necessary for the Department to interface with the system shall be
provided at the expense of the Vendor, with no licensing fee to the Department.

SF-016

Addendum #003

All software must be compatible with a minimum of a Windows 7 operating system
and must operate with Internet Explorer 11.0 at a minimum.

3

ITN-17-122

System Service Functionality Requirements (SF)
The Vendor shall provide all required software enhancements/upgrades to the
system inclusive of service delivery and installation for the system provided by the
Vendor, at no additional cost to the Department.

SF-017

For the purposes of award, no Beta and Field Tested Software will be accepted.
Upon Contract execution, the Department may review the request for Beta and Field
Tested Software, and will require the approval of the Department’s Contract
Manager.
Prior to any software upgrades or enhancements for the system, the Vendor shall
discuss the software benefits with the Department’s Contract Manager and Office of
Information Technology (OIT) and coordinate implementation of software
upgrades/enhancements with the Department.

SF-018

The Vendor shall provide a data record of all transactions through the system in a
database for monitoring and analyzing of inmate telephone calls. This data is used
to alert authorized Department staff of possible trends with inmate calls that could
jeopardize the security of inmates, staff, or facilities.

SF-019

The Vendor shall be responsible for the generation and creation of a centralized
system database. The system shall provide the capability for every call in and out of
the system to be recorded with a transaction record that includes, at a minimum, a
recording of the telephone call in a .wav or other format acceptable to the
Department.

SF-020

The Vendor shall maintain the database in such a manner as to allow authorized
personnel the capability to review and monitor inmate call data regardless of which
Department facility is housing the inmate.

SF-021

The database shall contain multiple data fields. At a minimum, the database shall
contain all fields required to generate reports, as indicated in Section 3.6.7, and all
information required to establish Inmate Phone Access.
Final data elements to be collected shall be subject to written approval by the
Department.

SF-022

The system shall provide the capability for the Department to download reports from
the database, through secured internet access, as outlined in Section 3.6.7.
The Vendor shall provide access to the database through secure methods to be
defined by the Department’s OIT. The Department shall be able to retrieve defined
data on an on-going basis (could be real-time, daily, or other).

SF-023

SF-024

Addendum #003

The Vendor shall provide requested data elements in a format to be determined by
the Department’s OIT. Data extracts shall be downloadable into various database
formats, as needed by the Department. These data sets shall allow the Department
to perform further analysis, as needed. The Department’s OIT will finalize the
methods, processes, and functions with the Vendor.
The security and confidentiality of data in the system is of critical importance. The
Vendor shall recover all inmate telephone data for all locations, to the point of full
service operation using a data backup. The Vendor shall perform all service and
database back-ups, and archiving. The Vendor shall provide all archival hardware,
supplies, network, and recovery procedures that will ensure that no data is lost.

4

ITN-17-122

System Service Functionality Requirements (SF)

SF-025

The database shall have duplicate data storage devices with automated fail-over and
automatic re-establishment of the duplicate databases upon replacement of the
failed storage device, and shall be equipped with automated fire detection and
suppression equipment.
The system shall record all data with a historical transaction record, and data shall
be stored/archived for retrieval/backup in a database when requested by Department
personnel, in accordance with the following:

SF-026

SF-027



All historical data shall be centrally stored and accessible for reporting
purposes;



This information must be available for reporting in a standard transaction file
format;



All current and historical data files shall be retained by the Vendor, as
specified, for a period of five years after Contract expiration. Call records detail
and call recordings shall be available “on-line” for a minimum of 12 months
from the date of the call. “Off-line” records shall be in a format readily
accessible to the Department upon request; and



This information shall be available at no charge to the Department after
termination of the Contract.

All data shall remain the property of the Department, and the Vendor shall not use
data for any purpose other than as required in the resulting Contract.
The Vendor shall ensure the inmate telephone system will only initiate calls in a
“collect call” mode (prepaid or normal collect calls) to land and cellular lines with
Billing Number Addresses (BNA) for all inmate telephone calls. The only exception
to this requirement will be for calls placed on coin-operated telephones at identified
community release centers.
It is the responsibility of the Vendor to make the determination based on BNA
information provided as whether or not the telephone provider of the family and
friends meets the criteria of the Contract before approving their ability to accept calls
from an inmate.

SF-028

Inmate telephone system calls shall be processed at a speed of no more than 30
seconds, and “call set-up time” shall not exceed six seconds from completion of
dialing to the first ring. The inmate telephone system shall not provide a second dial
tone to an inmate telephone without the inmate hanging-up the telephone receiver
after the first call is completed.

SF-029

Each call placed through the inmate telephone system shall be electronically
identified by the system as being a call originating from a Florida Correctional
Institution in 100% of the cases with or without the accompanying inmate PIN.

Addendum #003

5

ITN-17-122

System Service Functionality Requirements (SF)

SF-030

The inmate telephone system shall provide the option of either English or Spanish
voice messages or prompts, as programmed through a single prompt at the
beginning of each call. The default setting for each inmate shall be English until
flagged by Department personnel to Spanish. In addition to English and Spanish, the
inmate telephone system shall have the ability to provide additional languages for
the standard language prompts. The language provided shall be controlled by the
inmate’s account information. The Vendor shall provide a list of languages available
to the Department’s Contract Manager, or designee, upon request.

SF-031

The Inmate Telephone System shall provide automated notification to an inmate of
the call status (i.e., ringing, busy, etc.). This notification may either be in the form of
ringing, busy tones, Special Information Tone (SIT), or appropriate recorded
messages.

SF-032

SF-033

SF-034

SF-035

SF-036

SF-037

SF-038

SF-039

SF-040

Addendum #003

The inmate telephone system shall allow the inmate to hear the processing of the
placed call to determine if a SIT with message or an answering device (i.e., answering
machine, voice mail, etc.) has answered the call. At no time shall the system allow the
inmate to speak (restricted voice channel) until the called party has accepted the call.
The inmate telephone system shall announce to the called party the name of the
calling inmate, informing the called party how to accept calls and announcing to the
called party the call charge rate, prior to acceptance, when a call is placed. The
activation or deactivation of these features shall be determined by the Department’s
Contract Manager.
If the party called does not accept a call, or if no one answers the call, the inmate
telephone system shall inform the inmate of the situation and not simply disconnect
the call.
The inmate telephone system shall allow for a minimum “ring time” prior to
disconnecting the inmate call. This “ring time” parameter shall be established within
set parameters determined by the Department and shall be consistent among
Department facilities.
The inmate telephone system shall allow a called party to deny all future calls of a
particular type from an inmate, and shall provide notice to the inmate placing the call
of such action.
The inmate telephone system shall have the capability to accept the called party’s
response, via Dual Tone Multi Frequency (DTMF) Touch-Tone Pad input from the
telephone and voice response (Yes/No Response).
The inmate telephone system shall interject messages into a telephone call at
random intervals (i.e., “this call is from a Florida Correctional Institution”) as deemed
necessary by the Department. The activation or deactivation of this feature shall be
determined by the Department.
The inmate telephone system shall allow a called party to activate a code (via the
touch tone pad of their telephone) that automatically deletes their telephone number
from the calling inmate’s “Authorized Telephone Number List”.
The inmate telephone system shall also provide an alert or notification to authorized
Department personnel to ensure that the inmate does not add any number deleted
via the above indicated feature to the inmate’s requested list of telephone numbers
in the future. Notification or alert to the Department shall be via automated system
update to the inmate’s account information file.

6

ITN-17-122

System Service Functionality Requirements (SF)
System Voice Quality Requirements

SF-041

The system shall provide quality of voice connections that meet or exceed speech
transmission quality standards in the United States, and standards enacted the
appropriate industry agencies, or other organizations, such as the
Telecommunications Standardization Sector of International Telecommunication
Union (ITU-T), for transmitted and received levels, noise, cross talk, and frequency
range(s).
The voice quality level shall be in place for all services, at all stages of a call, and
shall not be affected by any other system feature, function, or capability.
The system shall have the ability to block calls (call block). Call blocking
requirements shall apply to all equipment, unless otherwise specified, and shall
include, but not be limited to, the following types of calls:
1. Calls made to business numbers identified during the billing number address
(BNA) search. The Department authorizes calls to attorney’s, bondsmen,
clergy, etc., by utilizing the inmate’s authorized call list;
2. Calls made to any 911 number;
3. Calls made to any telephone numbers which incur excess charges, such as
900, 972, 976, 550, etc.;
4. Calls to current long distance carrier access numbers (i.e., 10333, 10285) or
future 101-XXXX carrier access numbers;
5. Calls for all local numbers which access long distance carriers (i.e., 950XXXX);
6. Call access to directory assistance access numbers (i.e., 411, 555-1212, etc.);

SF-042

7. Call access to toll free numbers (i.e., 800, 888, 877, etc.), except the Florida
Relay Service toll-free number(s) so that hearing impaired inmates may
access a “Telephone Devices for the Deaf” (TDD) service;
8. Calls made to pre-paid or pay-as-you-go cell phones; and
9. Call access to any number upon request by the Department.
Only the following call blocking requirements shall apply to the coin-operated
telephone equipment located at the Department’s community release centers:
1. Calls made to any 911 number;
2. Calls made to any telephone numbers which incur excess charges, such as
900, 972, 976, 550, etc.;
3. Call access to toll free numbers (i.e., 800, 888, 877, etc.), except the Florida
Relay Service toll-free number(s) so that hearing impaired inmates may
access a “Telephone Devices for the Deaf” (TDD) service; and
4. Call access to any number upon request by the Department.

Addendum #003

7

ITN-17-122

System Service Functionality Requirements (SF)
Call blocking shall not apply to coin-operated phones for visitors or the public at
large.

SF-043

As set forth in SF-013, systems shall be capable of being accessed from a vendorprovided dedicated monitoring terminal, as specified on Facility Locations and
Equipment List, Attachment II, and/or through a vendor-provided secure internet
connection from desktop, laptop, or remote means by authorized Department
personnel who have appropriate security clearance and have been provided security
codes by the successful Vendor. The systems shall monitor calls from both
dedicated monitoring terminals and via secure, password protected internet access.

SF-044

The system shall allow for “real time” audible monitoring of inmate calls by specific
inmate PIN number, and/or terminating number entered by authorized Department
personnel. The system shall allow for monitoring of inmate calls while in process
(“real time”), and shall be configurable to allow for auto-forwarding specified calls in
a “listen only” mode to a pre-designated telephone number in the Department’s
Office of Inspector General (OIG).

SF-045

The system shall have query and search capabilities allowing Department
investigators to quickly access telephone conversations that occurred during specific
time periods, and/or were made from specific telephone instrument. The system shall
have the ability to monitor calls based on Security Threat Group or Gang affiliation,
utilizing data provided by the Department.

SF-046

The system shall record all inmate calls simultaneously, and at any time (in “real
time”) that a call is placed.

SF-047

The call recording functionality shall be a fully digitized service allowing for the use
of downloading, utilizing industry standard recording file formats. This should have
the capability to be placed on various recording media.

SF-048

SF-049

The system shall create a record of all calls that are monitored by any Department
employee. This record will display a visible indicator in the list of inmate calls which
identifies that the call has been played back by someone. This indicator, which can
be as simple as an icon that is activated when the call has been played back, will
link to the detailed playback history of the call. The detailed playback history will list
each date and time that the call was played back, and the identity of the person who
accessed the call.
The playback history of inmate calls shall only be visible to personnel from the
Department’s OIG, and access to this feature shall only be granted by the
appropriate approving authority in the Department’s OIG. Non-Inspector General
personnel shall not have the ability to view or retrieve any call playback history
information.
System Restriction, Fraud Control and Notification Requirements

SF-050

The security and confidentiality of inmate-placed telephone calls is of critical
importance. Security features which prevent unauthorized individuals from
accessing any information held by the Vendor will provide for restriction to the
system, fraud control for prevention purposes, and notification capabilities for
attempted security violations or breaches. Secure access to the system shall be
maintained at all times.
The system shall have security capabilities that include, but are not limited to the
following:

Addendum #003

8

ITN-17-122

System Service Functionality Requirements (SF)
a) Fraud prevention features, shall randomly interject pre-recorded
announcements throughout the duration of the conversation to the called party
indicating the source of the call.
b) Detection and prevention capabilities related to fraudulent, illicit, or
unauthorized activity capable of detecting unusual or suspicious number
sequences dialed or dialing patterns which the system identifies as possible
attempts to commit fraud.
c) A call alert feature that will alert Department personnel, via email, that a
designated inmate is placing a call to a specific number or contact that has
been assigned alert status. This status is an investigative tool which will be
activated by authorized Department personnel.
d) Ability to detect an attempt by the called party to initiate a 3-way or conference
call, to immediately terminate the call and to make a notation in the database
on the inmate’s call. The system shall make this information available, in a
report format, to designated Department personnel.
e) Ability to immediately terminate a call if it detects that a called party’s
telephone number is call forwarded to another telephone number. The system
shall make a notation in the database on the inmate’s call. The system shall
make this information available, in a report format, to designated Department
personnel.
f)

Ability to deactivate the restrictions on the called party’s attempt to initiate a
3-way or conference call on a per number dialed, per inmate basis. The
system shall permit call transfer or 3-way conferencing of specific inmate calls
placed to pre-designated privileged telephone numbers such as attorneys.

g) Ability during any call to block the out-pulsing of all digits pressed by the
inmate and all hook switch "flash" attempts, after the PIN and calling list
number have been input, such that no dual tone multi-frequency (DTMF) or
hook switch "flashes" will appear on the outside line.
h) Capability for the Department to immediately and remotely turn telephones on
and off, including individual telephones, groups of telephones, or an entire
Department facility by Department staff with the appropriate authorization
level. This service shall be available, via telephone, 24 hours a day, seven
days a week, including holidays.

Addendum #003

9

ITN-17-122

System Service Functionality Requirements (SF)
i)

SF-051

SF-052

Ability to provide a form of speech or word recognition that will alert
Department personnel when certain words or phrases are used by an inmate
during an outgoing call.

The proposed system(s) shall provide for authorized user access for the purposes
of managing inmate telephone access information in real time. Authorized
Department staff and Vendor staff, as authorized by the Department’s OIG, shall
have the ability to immediately enter, delete, change, or modify any proposed
system(s) access information including, but not limited to, calling privileges or
restrictions pertaining to inmates.
The proposed system(s) shall allow for authorized Department user access to be
established, upon application by the prospective user, and the approval of the
Facility’s Warden or Assistant Warden, and a designated representative from the
Department’s OIG, Central Office. This approval authorization shall be given only to
the incumbent in these positions, and cannot be delegated or assigned. Levels of
authorized access shall be a menu-driven selection configured for each user, listing
the various components of the proposed system(s). Any modifications to access
levels shall go through the same approval process detailed above.
Deactivation of user accounts may be approved by any one of the approving
authorities referenced above, with an electronic notice sent to the designated
Department’s OIG representative.

SF-053
SF-054

SF-054
SF-055

SF-055
SF-056

Addendum #003

The creation, approval, and modification of user accounts shall be available in both
electronic and paper format. Accounts opened manually (with paper application)
shall be processed into the electronic user account system by the Vendor.
The proposed system(s) shall allow the creation of lists of currently authorized users
by facility and/or Department OIG, as needed. A system-wide list of all current
authorized users shall be provided quarterly to the Department’s OIG, Central Office.
The proposed system(s) shall also maintain a list of all users, active or inactive,
searchable by the user’s last name, first name, and containing all periods of account
activation.
The proposed system(s) shall allow Department personnel to temporarily restrict or
disconnect service to an individual inmate telephone.

10

ITN-17-122

System Service Functionality Requirements (SF)
Proposed System(s) Network Status Monitoring Component
All proposed system(s) shall provide a system network status monitoring component
within the system. The system’s status monitoring component shall, at a minimum:

SF-056
SF-057

1)

Show graphically in real-time the status of the system components at each
Department facility and other locations, to include but not be limited to, calls,
processor equipment, call monitoring equipment, call recording equipment,
telephone station equipment, and network circuit connections.

2)

Show component status for system in a minimum of two conditions: “Green”
for normal operation, and “Red” for failed or failing operation.

3)

Provide automatic reporting of component status changes (not manual input)
for calls.

4)

Display and record event times, i.e., when any component changes status
from “Red” to “Green”, or vice-versa.

5)

Provide the service technicians the ability to log acknowledgments of
component failures, log acceptance of responsibility for repair, and log
comments on action taken for calls.

Provide the Vendor’s System Administrator accessibility to the display of
status at all times for calls. The status display shall be available at other
locations such as the Department’s Contract Manager’s office, via intranet
computer access. Department personnel shall be allowed to observe the
system status display at any time upon demand. All event records and
technician logs shall be maintained for a minimum of 30 days, and shall be
available to authorized Department personnel upon request.
System Testing
6)

SF-057
SF-058

The Vendor shall submit with their Reply a complete and comprehensive functional
test plan to assure the Department of the system’s readiness to accept inmate calling
traffic at all facilities. This test plan shall include a checklist of items to be performed
by the Vendor’s implementation team and verified by the Department’s staff.
System Acceptance

SF-058
SF-059

Upon Contract execution, the Vendor shall provide to the Facility’s Assistant Warden
of Programs, and the Department’s Contract Manager a complete and
comprehensive acceptance plan for the systems at each Department facility. System
acceptance shall be determined by a consecutive 30 day period, during which, the
systems must function “error free” after installation. Failure of the systems to meet
mutually agreed upon acceptance criteria for more than 30 consecutive days may
result in a request for replacement by the Department for that particular system’s
component.
System Documentation

SF-059
SF-060

Addendum #003

At the completion of the implementation and installation, the Vendor shall provide to
the Assistant Warden of Programs at each Department facility, and the Department’s
Contract Manager a complete set of service reference manuals for the inmate
11

ITN-17-122

System Service Functionality Requirements (SF)
telecommunication service that shall include information specific to the installations
at the respective facility.

SF-060
SF-061

SF-061
SF-062
SF-062
SF-063

SF-063
SF-064

SF-064
SF-065

In addition, after installations of the inmate telecommunication service at each
respective facility, the Vendor shall supply documentation containing service request
contact numbers, instructions on reporting, and escalation procedures for the inmate
telecommunication service to the Assistant Warden for Programs at the respective
institution, and the Department’s Contract Manager.
System Disaster Recovery
The Vendor shall submit with their Reply a written Disaster Recovery Plan and
Continuity of Operations Plan, and associated internal system(s) equipment that
shall be capable of providing for support in case of failures in power, system data
networking, Vendor’s equipment at its host site through the user-level equipment
provided by the Vendor, and for all natural or man-made disasters, including flood or
fire at the host facility. These plans and all updates will be reviewed and accepted
by the Department’s OIT, Central Office, and kept for reference purposes.
The system(s) shall be capable of recovering from a power outage automatically or
remotely once commercial power is restored.
The Vendor shall provide remote diagnostic support and trouble-shooting technical
assistance for the system and equipment 24 hours a day, seven days a week,
including holidays.
The Vendor shall provide the authorized users a toll-free contact number, answered
by a live person, 24 hours a day, seven days a week for the purpose of reporting
problems and providing technical assistance for Department staff.
The Vendor shall provide a centralized Customer Service Center located in the
Continental United States (preferably within the State of Florida) which is operational
24 hours a day, seven days a week, including holidays.
The Vendor’s Customer Service Center shall be responsible for handling all inmate
telecommunication service calls, from family and friends regarding service issues,
billing, and any other issues relating to these services.
The Vendor shall also ensure that a minimum of two Service Representatives, as
delineated in PGM-01, Program Management Requirements, are provided
specifically for staffing the Department’s Central Office location.
The responsibilities of these individuals will include handling of inmate family
complaints, as well as, the additional duties specified for Service Representatives in
OS-09.
System Reporting

SF-065
SF-066

Addendum #003

At a minimum, the telecommunication service systems shall allow the Department to
generate “canned” reports directly through an interface accessible through a secure
internet site or via dedicated monitoring terminals. The Vendor shall provide
reporting capability on all information contained in the telecommunication service
systems database, including recording of telephone calls. To ensure that reports are
accurate and timely, the database shall be updated in real time so that all report data
is current when viewed and/or downloaded by authorized Department personnel.
The database shall be capable of maintaining a record of all reports that are
downloaded, with the date and time of the download, and the name of the person
who performed the download. All reports shall have the capability of being queried,
sorted or filtered by any field contained in the report or by data parameters, as
12

ITN-17-122

System Service Functionality Requirements (SF)

SF-066
SF-067

applicable, and reports shall be readable on screen, printable and shall be
downloadable into an excel format. Reports shall also be viewable via a user-friendly
interface. This interface shall be, at a minimum a Graphical User Interface (GUI)
such as Windows 7. Report formats shall be subject to final approval by the
Department’s Contract Manager.
Authorized Users Report: The system(s) shall provide a real time report of all
Departments and the Vendor’s authorized users for utilization by the Department’s
Office of the Inspector General. This report shall include user name, status (active
or inactive) and corresponding dates, user title, facility location and their assigned
role (i.e. monitor, administrator, etc).

SF-067
SF-068

Approved Calling List Report: The system(s) shall provide a real time report of
each inmate’s approved calling list of 10 numbers. This report shall include inmate
name, inmate pin #, inmate’s facility location, name and phone numbers of everyone
on the inmate’s calling list and Billing Number Address (BNA) for all numbers. This
system shall also maintain a cumulative historical calling list for each inmate,
showing all numbers that have been added or deleted from the inmate’s list and the
corresponding dates.

SF-068
SF-069

Comprehensive Outgoing Call Report: The system(s) shall provide a real time
report of all outgoing calls made from all Department facilities for utilization by the
Department’s Office of the Inspector General. This report shall include inmate name,
inmate pin #, inmates’ facility location, phone number called, date and time of call,
length of call, and BNA for number called.

SF-069
SF-070

Duplicate Number Report: The system(s) shall provide a real time report of all
outgoing telephone numbers that appear on the active call list of two or more inmates
for utilization by the Department’s Office of the Inspector General. This report shall
include phone number, BNA for number called, inmate name, inmate pin #, and
inmate’s facility location.

SF-070
SF-071

International Call Report: The system(s) shall provide a real time report of all
overseas/international calls made. This report shall include inmate name, inmate pin
#, number called, BNA for number called, inmate’s facility location, country name call
was placed to, date and time of call, length of call.

SF-071
SF-072

Alert Level Report: The system(s) shall provide a real time report of all calls that
generated an alert notification in the system. This will include three-way calls, as well
as any other calls programmed to send an alert notification. This report shall include
date and time of call, number called, BNA for number called, inmate name, inmate
pin #, and type of alert.

Addendum #003

13

ITN-17-122

Change No. 2
Revisions to the numbers for the requirements in Section 3.6.4.1, System Service Functionality Deliverables.
3.6.4.1

System Service Functionality Deliverables
Description (with cross-reference to
Requirements as applicable)

Deliverable

Due Date

DEL-SF-01

By the 10th day of the
month for the prior
quarter

A system-wide list of all current authorized users
shall be provided to the Department’s OIG, Central
Office, quarterly. (SF-054) (SF-055)

DEL-SF-02

Upon Contract
Execution

A complete and comprehensive acceptance plan.
(SF-058) (SF-059)

DEL-SF-03

At completion of
Implementation and
Installation of each
facility

DEL-SF-04

Within five business
days of completion of
Implementation and
Installation at each
facility

A complete set of service reference manuals for the
inmate telecommunication service that shall include
information specific to the installations at the
respective facility. (SF-059) (SF-060)
Documentation containing service request contact
numbers, instructions on reporting, and escalation
procedures for the inmate telecommunication
service. (SF-059) (SF-060)

Change No. 3
Revisions to the requirements in Section 3.6.5, Other Service Requirements Service Area.
3.6.5

Other Service Requirements Service Area
Other Service Requirements (OS)

No.

Requirement
The inmate telecommunication service shall be Personal Identification Number
(PIN) driven.

OS-01

OS-02

Addendum #003

The inmate telecommunication service shall restrict use of the service through
authorized PINs assigned to each inmate at one of the Department’s five
reception centers. No PINs will be issued by any institution. This PIN service
shall allow individual PINs to be shut-off upon request of designated staff at the
facility. When an inmate transfers to a different institution, that inmate’s PIN
account shall also be transferred. The Vendor shall be notified of inmate
transfers through nightly file transmission via FTP. All PIN information shall
remain the property of the Department.
The inmate telecommunication service shall use the Department’s current
inmate PIN assignments and numbering plan. Current PINs are numeric only
and 11 digits in length. The inmate telecommunication service’s PIN service will
consist of the inmate’s DC number, and shall be followed by the last four
numbers of the inmate’s Social Security Number. Since the DC number is
usually six characters and the first character can be a letter or digit, it is
necessary to use seven digits to represent the DC number. Therefore, the PIN
shall be constructed as follows:
14

ITN-17-122

Other Service Requirements (OS)
1ST TWO CHARACTERS OF THE PIN:
If the DC number begins with:

Then the PIN begins with:

Blank* or Zero
1 through 9
A through J
K through T
U through Z

00
01 through 09
10 through 19
20 through 29
30 through 35

Note: Some older DC numbers may be written as only 5 characters. In those
cases, the DC number is assumed to start with a blank to make it a 6-character
number.
NEXT FIVE CHARACTERS OF THE PIN:
Same as the last five characters of the inmate’s DC number.
LAST FOUR CHARACTERS OF THE PIN:
Same as the last four characters of the inmate’s Social Security Number (SSN).
EXAMPLES:

OS-03

A:

DC number is 872460
SSN is 222-10-3555
PIN is 08724603555

B:

DC number is A98811
SSN is 393-44-1167
PIN is 10988111167

C:

DC number is 12298 (some older DC numbers are only five characters)
SSN is 998-30-2345
PIN is 00122982345

The inmate telecommunication service shall utilize the PIN feature for all collect,
local, long distance, cellular, and international calls.
The inmate telecommunication service shall allow each PIN to have a “class of
service” assigned.

OS-04

For example, each PIN shall have a list of allowable telephone numbers,
duration of each call, etc. These systems shall provide call by PIN that provides
the Department the option of implementing any or all of the following restrictions
by PIN designation:
 Inmates can be either approved or not approved to make telephone calls
by PIN, at the Department’s option;

Addendum #003

15

ITN-17-122

Other Service Requirements (OS)
 Inmates, via the PIN, can be restricted to a specific telephone or group
of telephones at the Department's option;
 Limit duration of call: maximum call duration can be set globally (all
PINs), by site, by facility area, or by individual inmate’s PIN, at the
Department's option;
 Restrict time of day calling: an allowed calling schedule can be provided
for each specific PIN, by facility area, by site, and globally (all PINs).
The global restrictions can take precedence over individual PIN
restrictions, at the Department's option.
 Restrict an inmate under disciplinary action from placing any or all calls
assigned to his particular PIN, with the exception of privileged numbers
(i.e., attorney, approved clergy, and social work professionals).
OS-05

OS-06

OS-07

OS-08

The system shall have the ability to limit calls to a specific duration by PIN, and
by specific telephone numbers assigned to a PIN.
The PIN feature shall ensure that the automated operator function uses the
inmate's pre-recorded name (recorded in both the inmate’s voice and language,
or in the voice of an administrator) to announce to the called party from whom
the call is originating. Identification of the specific inmate, and thus the
announcement of the inmate’s name shall be performed by the PIN assignment.
The systems shall allow for approved destination numbers to be assigned and
restricted, by individual PIN. Such number lists will be approved by authorized
Department personnel (i.e., classification officer), the Vendor’s System
Administrator, or the respective Service Representative at the Department’s
option.
The PIN feature shall allow the recording of inmate calls to be discontinued
when certain pre-determined telephone numbers (privileged telephone
numbers) are called.
The Vendor shall provide Service Representatives responsible for entering
inmate telephone access information in the system.
Service Representatives shall make, at a minimum, twice weekly visits to the
facilities identified on Attachment II, or as deemed necessary by the
Department, for the purposes of entering and updating this information.

OS-09
In addition, the Vendor shall ensure that information can be entered into the
system by authorized Department personnel. Information fields shall include,
but not be limited to, inmate name (first, middle, last), PIN number (11 digits
minimum), Department facility, identifier of unit within Department facility, 10
approved telephone numbers, privileged numbers, comments field, language
preference field, account activation date, current status, and alert levels.

Addendum #003

16

ITN-17-122

Other Service Requirements (OS)

OS-010

OS-011

The Vendor shall ensure the system verifies that the number listed by an
inmate’s phone list (as authorized by the Department) is the telephone number
with Billing Number Address (BNA) for the individual identified on the authorized
phone list and NOT a pass through local number.
Authorized Department’s OIG personnel shall have the capability to enter,
modify, and delete any information in any data field encompassing any inmate’s
phone access information including an inmate’s “Approved Telephone Number
List”.
The Department will make available to the Vendor, the current inmate telephone
system access information, as necessary for the transition of services.

OS-012

OS-013

OS-014

OS-015

OS-016

Addendum #003

The Vendor shall provide on Attachment III, Price Information Sheet, a single,
blended rate per minute, inclusive of all surcharges, for all calls on the North
American Dialing Plan, including intralata, interlata, intrastate, interstate, local,
and local extended calls, which shall not exceed the maximum rate per minute
allowed by the Federal Communications Commission (FCC) and appropriate
regulatory authority during the time the call is placed.
In addition to the FCC, the Vendor can contact the State Consumer Protection
Agency, Better Business Bureau, or the Florida Office of the State Attorney
General to obtain maximum rate per minute information.
Call charges for international calls shall not exceed the maximum rate allowed
by the appropriate regulatory authority during the time the call is placed. All call
charges for coin-operated phones at the community release centers shall be at
the same rates as inmate telephone calls.
The Vendor shall agree that charges for calls shall include only the time from the
point at which the called party accepts the call, and shall end when either party
returns to an on-hook condition or until either party attempts a hook flash. There
shall be no charges to the called party for any setup time.
The Vendor shall not charge, pass on, or pass through to the customer paying
for collect or prepaid calls any charges referred to as Local Exchange Carrier’s
(LEC), or Competitive Local Exchange Carrier’s (CLEC) billing costs, or any bill
rendering fee or billing recovery fee. The Vendor shall also ensure that LEC’s
and CLEC’s do not charge or pass on to the customer any additional fee or
surcharges for billing. The Vendor shall be responsible for any such LEC or
CLEC surcharges incurred if billing through the LEC or CLEC.
In addition, the Vendor shall not charge, pass on, or pass through to the
customer paying for the collect, prepaid calls any of the following charges
and/or fees:
Bill Statement Fee, Funding Fee, Mail-In Payment Fee, Western Union
Payment Fee, Refund Fee, Regulatory Recovery Fee, Wireless Admin Fee,
Single Bill Fee, Paper Statement Fee, Account Setup Fee, Account
Maintenance Fee, Inactive Account Fee, Account Close-Out Fee, NonSubscriber Line Charge, Inmate Station Service Charge, Third-Party Payment
Processing Fee, State Regulatory Recovery Fee, Check/Money Order
Processing Fee, Biometric Service Charges, JPay Payment Fee, Federal
Regulatory Cost Recovery Fee, Regulatory and Carrier Cost Recovery Fee,
Validation Surcharge, or Wireless Termination Surcharge.

17

ITN-17-122

Other Service Requirements (OS)
OS-017

OS-017
OS-018

OS-018
OS-019

The Vendor shall ensure, inmates’ family and friends utilizing the Florida Relay
Service to receive calls from inmates are charged the same rates as those
family and friends receiving calls from inmates not utilizing this service.
The Vendor shall ensure that prepaid local and long distance, cellular and
international collect calling is available for all locations within the North
American Dialing Plan.
In addition, the Vendor shall provide a list of all countries (outside of the United
States) that can be reached via the inmate telecommunication service operating
in a “collect call only” mode to the Department’s Contract Manager, or designee,
upon request.
At no time shall an inmate be automatically connected to a “live” operator. The
only exceptions to this requirement is that shall be, international collect calls
through a live operator will be allowed when the country being called accepts
collect calls., calls processed through the Florida Relay Service, and calls
processed through PREA Victim Advocacy Centers.

OS-019
OS-020

Call acceptance by the called party shall be accomplished through caller
confirmation (“positive acceptance”).

OS-020
OS-021

Collect calls shall not be connected nor shall billing commence until the called
party indicates acceptance of the call. All non-prepaid calls may be directly billed
to the Billing Number Address (BNA) by the Vendor.
The Vendor shall ensure that local and long distance, cellular and international
collect calls are billed to the Billing Number Address originally provided by the
inmate’s inmate family or friend.
The Vendor shall provide a toll-free number to the Customer Service Center
which will be clearly shown on the called party’s bill for assistance in billing
matters.
The Vendor shall ensure Caller ID is not available for any call placed through
the inmate telecommunication service, and the called party has no other means
of identifying the number from which a call is placed.

OS-021
OS-022
OS-022
OS-023
OS-023
OS-024
OS-024
OS-025

The Vendor shall not charge for calls that result in Special Information Tones
(SIT), “ring/no answer” or “busy” conditions.

OS-025
OS-026

The Vendor shall provide local exchange service for collect only calling use at
each Department institution. The local calling area shall be equivalent to the
local calling public pay telephone area at each Department institution. The
Vendor shall ensure that the system is capable of identifying a dialed number
as local, based on the pay telephone calling area, and of correctly rating and
routing the call.

OS-026
OS-027

The Vendor shall allow families and friends to establish prepaid service
account(s) with the Vendor for billing purposes, so that inmates can call preauthorized numbers that may not be accessible via normal collect calling. Each
prepaid account shall have an authorized billing number. Any calls billed to a
family or friend’s prepaid account shall meet the same security requirements as
set forth for normal collect calls.

OS-027
OS-028

The Vendor shall ensure that notice of the prepaid account availability is provided
when a party receives a call and shall offer the option of being connected to a live
operator for the purpose of establishing a prepaid account, if a normal collect call
cannot be completed by the inmate due to billing issues.

Addendum #003

18

ITN-17-122

Other Service Requirements (OS)
OS-028
OS-029

The Vendor’s prepaid services shall allow the called party (family and friends) to
deposit money into a prepaid services account.

OS-029
OS-030

The Vendor shall provide instructional brochures explaining the process for
establishing prepaid accounts to be made available to friends, family and
inmates in Visitation parks and for the Department’s public website.

OS-030
OS-031

OS-031
OS-032

The Vendor shall create a component within the system that creates an inmate
“hot line” accessible from any telephone instrument within the system. This
component shall be fully available from the monitoring terminals located at the
Department’s OIG, Central Office location and any of the other designated
Inspector General’s monitoring stations, as may be required, and authorized by
the Department’s OIG, Central Office.
This component shall allow the inmate to create a confidential “mailbox”, not
requiring the inmate to identify himself in any manner, which also allows the
Inspector General’s personnel to leave a return message for the inmate. The
creation of this “mailbox” shall be an option offered to the calling inmate.
The Prison TIPS hotline shall be reachable by entering *TIPS (*8477) on any
telephone instrument in the system. The Crime Stoppers Hotline for anonymous
reporting of cold case information shall be reachable by entering *8488. The
PREA hotline for anonymous reporting of inmate sexual victimization shall be
reachable by entering *8499. These calls shall not require input of the inmate’s
PIN number for access.

OS-032
OS-033

There shall also be toll-free numbers assigned so that the Prison TIPS, Crime
Stopper, and PREA hotlines can be reached by any and all telephones outside of
the system.

OS-033
OS-034

The Vendor shall provide easily readable signage referencing the Prison TIPS,
Crime Stopper, and PREA hotlines and toll-free numbers for display within the
institution, and on the grounds of the institution as directed by the Facility’s
Assistant Warden of Programs.

OS-034
OS-035

The Vendor shall create a component within the system that creates informant
lines accessible from any telephone instrument within the system. This
component shall have the ability to allow an inmate to call a number(s)
established by the Department’s OIG that is not included on their Inmate
Telephone Agreement and Numbers List (DC6-223). The system shall have the
ability to exclude informant lines from call detail reports, and
monitoring/recording functions.

Addendum #003

19

ITN-17-122

Other Service Requirements (OS)
Litigation-Related Testimony

OS-035
OS-036

The Vendor acknowledges and agrees that many times, the recorded telephone
calls of inmates are used as evidence in criminal or Department violation
investigations, and as such, the Vendor may receive written/verbal requests to
provide testimony regarding monitoring equipment, system specifications, and
the accuracy and reliability of the system’s recorded telephone data.
The Vendor shall ensure that qualified personnel is available to provide such
expert testimony, and that personnel responds timely and/or appears as
stipulated in the request and/or legal subpoena. The Vendor shall immediately
notify the Department’s Contract Manager, or designee, upon receipt of
Departmental-related subpoenas.

Change No. 4
The call data, by month, for the last 12 months (December 2015 through November 2016) is provided below:
December 2015
Call Type
Interlata IntraState
International
Interlata InterState
Intralata IntraState
Intra Out of State
Local In State

Total Revenue
Total Minutes
Number of Calls
$960,313.74
6,897,828
531,284
$2,124.57
1,788
135
$179,756.16
1,272,106
99,789
$162,383.04
1,157,867
90,059
$8.34
54
5
$94,509.50
2,445,451
189,019

Call Type
Interlata IntraState
International
Interlata InterState
Intralata IntraState
Intra Out of State
Local In State

January 2016
Total Revenue
Total Minutes
Number of Calls
$990,413.40
7,145,790
546,292
$1,800.38
1,477
123
$186,492.84
1,325,863
103,233
$163,869.18
1,174,008
90,572
$41.16
268
23
$97,425.00
2,536,608
194,850

Call Type
Interlata IntraState
International
Interlata InterState
Intralata IntraState
Intra Out of State
Local In State

February 2016
Total Revenue
Total Minutes
Number of Calls
$930,390.12
6,701,290
514,156
$1,527.86
1,264
102
$171,199.80
1,215,943
94,879
$155,148.42
1,110,284
85,914
$44.76
288
25
$89,999.50
2,336,358
179,999

Addendum #003

20

ITN-17-122

Call Type
Interlata IntraState
International
Interlata InterState
Intralata IntraState
Intra Out of State
Local In State

March 2016
Total Revenue
Total Minutes
Number of Calls
$1,016,678.40
7,294,780
563,607
$1,643.79
1,341
114
$187,192.08
1,325,674
104,023
$176,319.48
1,256,236
98,027
$97.80
712
54
$100,447.00
2,586,553
200,894

Call Type
Interlata IntraState
International
Interlata InterState
Intralata IntraState
Intra Out of State
Local In State

April 2016
Total Revenue
Total Minutes
Number of Calls
$977,891.46
7,013,917
542,256
$1,777.29
1,491
114
$182,015.94
1,292,727
100,939
$171,146.58
1,220,025
95,171
$50.40
364
28
$99,052.00
2,548,752
198,104

Call Type
Interlata IntraState
International
Interlata InterState
Intralata IntraState
Intra Out of State
Local In State

May 2016
Total Revenue
Total Minutes
Number of Calls
$1,007,325.36
7,234,487
558,083
$1,816.12
1,508
120
$188,983.62
1,336,954
105,151
$173,322.00
1,236,705
96,321
$29.40
218
16
$105,510.00
2,722,909
211,020

Call Type
Interlata IntraState
International
Interlata InterState
Intralata IntraState
Intra Out of State
Local In State

June 2016
Total Revenue
Total Minutes
Number of Calls
$919,788.96
6595187
510228
$1,310.58
1082
88
$176,504.82
1244529
98474
$161,436.42
1152802
89677
$15.90
112
9
$99,624.00
2563788
199248

Call Type
Interlata IntraState
International
Interlata InterState
Intralata IntraState
Intra Out of State
Local In State

July 2016
Total Revenue
Total Minutes
Number of Calls
$967,115.52
6,935,614
536,521
$1,548.61
1,274
105
$187,968.96
1,325,015
104,900
$170,990.04
1,220,966
95,001
$16.56
123
9
$105,911.00
2,717,134
211,822

Addendum #003

21

ITN-17-122

Call Type
Interlata IntraState
International
Interlata InterState
Intralata IntraState
Intra Out of State
Local In State

August 2016
Total Revenue
Total Minutes
Number of Calls
$902,983.26
6,477,830
500,880
$1,258.40
1,050
82
$175,047.36
1,235,142
97,664
$159,858.24
1,144,116
88,649
$44.40
298
26
$100,219.50
2,589,736
200,439

Call Type
Interlata IntraState
International
Interlata InterState
Intralata IntraState
Intra Out of State
Local In State

September 2016
Total Revenue
Total Minutes
Number of Calls
$880,290.96
6,308,732
488,722
$2,434.21
7,858
635
$171,459.30
1,209,728
95,706
$156,008.10
1,113,625
86,669
$60.96
404
36
$97,748.00
2,520,837
195,496

Call Type
Interlata IntraState
International
Interlata InterState
Intralata IntraState
Intra Out of State
Local In State

October 2016
Total Revenue
Total Minutes
Number of Calls
$954,433.98
6,839,445
529,851
$3,910.24
10,451
827
$192,578.40
1,356,872
107,576
$169,196.70
1,206,032
94,065
$79.62
562
45
$105,295.50
2,719,099
210,591

Call Type
Interlata IntraState
International
Interlata InterState
Intralata IntraState
Intra Out of State
Local In State

November 2016
Total Revenue
Total Minutes
Number of Calls
$939,096.84
6,728,352
527,417
$3,171.37
8,810
722
$188,633.28
1,337,551
107,106
$166,101.00
1,185,538
93,304
$86.98
630
52
$101,932.56
2,616,159
203,531

Addendum #003

22

ITN-17-122

Change No. 5
Revision to table in Section 4.9 (A), as indicated below:
Experience and Ability to Provide Services
References
Prior Work Experience
Description of Solution Offering
Program Management Service Area Detail
System Installation Service Area Detail
System Service Functionality Service Area
Detail
Other Service Requirements Service Area
System Equipment and Services Service
Area
TOTAL

Addendum #003

23

Available Points
(Scored by
Evaluators)
1-5
1-5
1-5
1-5
1-5

5%
10% 5%
8% 13%
15%
20%

Weighted
Available
Points
25
50 25
40 65
75
100

1-5

20%

100

1-5

12%

60

1-5

10%

50

500 (weighted)

100%

500

Weight

ITN-17-122

Responses to Written Questions
FDC ITN-17-122
Inmate Telecommunications Services
Question
Number

Question

Answer

1

General. Will follow-up questions be allowed if vendors No. The ITN does not provide an additional period for follow-up
require any additional clarification to initial responses?
questions or clarification to the Department’s responses. Please
reference Section 4.2 of the ITN.

2

Section 2.5 (p. 13). The state requires a 180 day
implementation period for the initial delivery of equipment,
supplies, hiring, training, etc., and transition of services.
Does this implementation include Managed Access?

3

The referenced implementation timeframe is for inmate
telecommunication services.
The Managed Access System (MAS) is a service that the Department
is interested in possibly obtaining as a value-added service. Vendors
shall provide with their Reply, a detailed description of all value-added
services the Vendor is offering the Department, per Section 3.2 of the
ITN. This detailed description should also include a proposed schedule
for implementation.
Section 3.2.2.10 (p. 14). Regarding facial recognition 1. The Department’s Office of Intelligence is a subscribed user to the
Pinellas County Sherriff’s Office, Face Analysis Comparison
software within the Cell Phone Lab.
Examination System (FACES). This system is useful but has many gaps
Q1. Is facial recognition software already deployed at the in accuracy. The success rate of the FACES program for the
DOC?
Department is less than 10% due to current or recent offender mugshot
images not being updated properly, as a result, there are not relevant
Q2. To avoid potential confusion, would the DOC elaborate
search criteria to run a query against.
on how this software is envisioned to work?
2. The desired software would utilize a nightly data dump of all digital
images and identifiable information of Department inmates,
probationers, and staff from the Department’s mainframe. The software
would then utilize facial recognition algorithms to compare the known
images with digital images imported from cell phones or other digital
mediums to perform a facial comparison between the known and the
unknown image. The software would need to be flexible and robust
enough to accept data dumps of digital images of known individuals
from external law enforcement and public safety agencies as well.

Addendum #003
24

FDC ITN-17-122

Question
Number
4

Question

Answer

Section 3.2.2.13 (p. 14). “Geo-fencing” is a fairly broad 1. The Department has conducted tests of geo-fencing in partnership
term in our industry, and generally means different things with other law enforcement agencies but has not deployed geo-fencing
statewide.
to different people.
Q1. Is “geo-fencing” already deployed at the DOC?

2. The desired software would consist of time-based monitoring of
Q2. Would the DOC elaborate on how this software works specific institutional locations. It would search for peak times, and then
peak locations to establish baselines of data accessibility and traffic.
today, and is envisioned to work in the future?
The software would digitally collect all the streaming/ wireless data
within that area. The data would then be reviewed and determined if the
area(s) in question has high concentrations of digital data.
5

Section 3.2.7 (p. 14). Managed Access is a multi-faceted
solution, and different changes in specifications can mean
drastic changes in time of deployment and cost. We would
expect the DOC’s evaluation criteria to anchor on at least
maintaining what is in place/due to be in place today.
Q1. Are the three sites cited in Contract Amendment #9
completed as of this date?
Q2. Have any sites been added or deleted from the list in
Amendment #9?
Q3. What are the RF coverage areas deployed/due to be
deployed in those sites? E.g. housing units only, housing
+ rec yards, all areas within the outside fence perimeter.

While a Managed Access System (MAS) is a value-added service that
the Department is interested in considering, there are additional valueadded services included in Section 3.2 of the ITN, that the Department
is also very interested in considering.
1. No. The Managed Access Solutions at Wakulla CI, Wakulla Annex,
Wakulla WC, Okeechobee CI, Okeechobee WC, Martin CI, and Martin
WC are not operational as of 12/16/2016.
2. No, there have been no site changes.
3. The coverage area is limited to the housing units.
4. The solutions currently use commercially available cellular protocols,
E.g. 3G, 4G, and LTE.
5. The Department is open to discussing any future enhancements of
the offered system that comply with federal and state laws, as part of a
value-added service.

Q4. What cellular protocols are controlled/due to be
controlled in the current deployment(s)? E.g. satellite
phones, 802.11x, LTE.
Q5. Is there an expectation that the vendor’s solution
provide an evolution path to Service Denial, Directional
Jamming, or other methods of contraband cell phone
control in the future?
Addendum #003
25

FDC ITN-17-122

Question
Number
6

Question

Answer

Section 3.2.7 (p. 14). Managed Access System (MAS) 1. The fiber and conduit for the Managed Access System will be retained
infrastructure.
by the Department at the end of the current Contract. However, the
Department cannot commit to providing unrestricted access to this
Q1. Will ownership of the wiring infrastructure for the infrastructure for the new Contract.
Managed Access Systems (e.g. fiber, conduit, directional
antennas, fiber distribution to telecom rooms) being 2. The Managed Access System being deployed at the Wakulla CI,
installed at FL DOC sites today revert to the DOC at the Wakulla Annex, and Wakulla WC sites is manufactured by CellBox. The
end of the current contract, and will any new vendor have Managed Access System deployed at Okeechobee CI, Okeechobee
WC, Martin CI, and Martin WC is manufactured by Harris. The coverage
unrestricted access to this infrastructure for the new
area is limited to the housing units at these facilities. The exact number
contract?
of antennas is yet to be determined since the system at each site is still
Q2. A detailed inventory of MAS-related infrastructure is
simply not possible during site visits, since much is hidden
behind walls, on rooftops, etc. Will the DOC please provide
at least an overview of the infrastructure in place today – at
a minimum, number of antennas and manufacturer by site,
fiber manufacturer and type, and intended RF coverage
areas?

7

being deployed.

Will the Department please outline the fees that are being The current Contract does not allow for any of these fees. Please see
Section 2.1 of the ITN for a link to the current Contract.
charged by the current vendor:
a. Bill Statement Fee
b. PrePaid Account Funding Fee via Web
c. PrePaid Account Funding Fee via IVR
d. PrePaid Account Funding Fee via Live Operator
Fees for Instant Pay Calls

8

There are 2,858 station phones required. How many are to Currently, the Department has approximately 50 phones in outside
be “all weather” type phones?
locations requiring them to be “all weather” type phones. The
Department reserves the right to decrease or increase this number, as
needed.

Addendum #003
26

FDC ITN-17-122

Question
Number

Question

Answer

9

There are 68 cordless phones required. Are these cart Yes, these are cart phones.
phones?

10

Jail Management Integration – Please provide the name Currently, the Department does not utilize a commercial Jail
Management System. The Department utilizes the Offender Based
and contact information for the current JMS Vendor.
Information System (OBIS), which is a custom mainframe-based
system maintained by the Department.

11

Requirement 5.4.1 of the RFP states, “…it is vital that
small, minority, women, and service-disabled veteran
business enterprises participate in the state’s procurement
process as both Vendors and subcontractors in this
solicitation.” Does the Department have a set goal for
participation by these enterprises; or, what weighted score
will be given to vendor’s proposing to use these
enterprises?

12

Page 34 of the original RFP: There appears to be no The numbering for the requirements in Section 3.6.4 have been revised.
requirement number SF-053. Can the state confirm this is Please see Change No. 1 of this Addendum.
correct?

13

Page 48 of the original RFP: There appears to be no PM- The Department has defined seven Performance Measures (PM). The
SES-01. Can the state confirm this is correct?
first PM is listed in Section 3.6.2, Program Management Requirements
(PGM) Service Area, PM-PGM-01, and the remaining six are listed in
Section 3.6.6, System Equipment and Services (SES) Service Area,
PM-SES-02, PM-SES-03, PM-SES-04, PM-SES-05, PM-SES-06, and
PM-SES-07.

The Department does not have a set goal for participation by these
enterprises, or provide a weighted score to Vendors proposing to use
these enterprises. The Department also encourages the use of these
businesses as subcontractors.

Addendum #003
27

FDC ITN-17-122

Question
Number

Question

Answer

14

Based on the instructions on page 55, for Tab D—Service
Area Detail Solution, it is our interpretation that the State is
not expecting a point-by-point response to Section 3, but
rather a narrative describing our ability to meet the
requirements of Section 3.6 based on the criteria a) – h) on
page 55. Can the State confirm that this interpretation is
correct?

The Department expects a Reply addressing all requirements listed in
Section 4.7, Tab D. The format the Vendor uses (i.e. table format, a
narrative acknowledging agreement or combination of both) to address
the Department’s requirement is at the Vendor’s discretion. However,
the Vendor’s Reply should provide the Department a thorough and
complete overview of the Vendor’s solution.

15

Page 35 of the original RFP: SF-63. Must the TF number Requirement SF-063 has been revised to require that the toll-free
be answered by a live person or is Voice Mail ok? Are there number is answered by a live person. See Change No. 1 of this
any ramifications if answered via voice mailbox?
Addendum.

16

Page 41 of the original RFP: OS-17. This requirement The Department will remove the requirement OS-17 from Section
assumes that inmate telephone service (ITS) providers bill 3.6.5 the ITN. Please see Change No. 3 of this Addendum.
for collect calls that are processed by the Florida Relay
Service provider. The connection from the inmate to the
Relay Service operator (via a toll free 800 number) is
provided at no cost to the inmate or the friend or family
member. After the no cost connection is made between the
inmate and Relay Service provider, the Relay Service
provider sends out the billable record for the cost of the
collect call. We respectfully request this provision be
removed due to the fact, 1) ITS vendors do not charge end
users for Relay Service calls, and, 2) Florida Relay
designates a preferred long distance “Carrier of Choice”,
whereby each Carrier may charge unique rates.

17

Page 41 of the original RFP: OS-19. FDC utilizes live
operators for PREA Victim Advocacy Centers and Florida
Relay Service (e.g. non impaired inmate calling hearing
impaired TTY user). Can this provision be revised to
include additional exceptions?

The Department has revised requirement OS-019 to include calls
processed through the Florida Relay Service and calls processed
through PREA Victim Advocacy Centers. Please see Change No. 3 of
this Addendum where the requirement is now OS-018.

Addendum #003
28

FDC ITN-17-122

Question
Number

Question

Answer

18

Page 51 of the original RFP: Reply Bond is the same as a This is correct.
Bid Bond ensuring financial viability as a responding
Vendor only to be applied during the bidding process?
Alternatively, section 5.31 on Page 76 of the original RFP
“Performance Guarantee” represents on-going and annual
guarantees via bond, cashier check or money order
throughout the life of the contract, correct?

19

Due to the ITN schedule overlapping major holiday periods Please see Addendum 001 to this ITN.
during Thanksgiving, Christmas and New Year, we
respectfully request consideration for a 2-4 week extension
in the initial delivery schedule of January 10, 2017.

20

Please confirm the rates for each call type and call band as
they exist today – Collect and Prepaid – Local, Intra, etc.
What is the cost for a local call and what is considered a
local call?

21

Page 9 of the ITN provides calls, revenue and minutes for The call data, by month, for the last 12 months (December 2015 through
FY 2015-2016 with the footnote that the data is through November 2016) is provided as a part of this Addendum. Please see
July 2016. The volumes appear to be for only a few months Change No. 4.
and not for the full fiscal year 7/1/15 – 6/30/16. Would the
state please provide the call data by month for the last 12
months, to include July – September 2016?

22

Rates – the pricing attachment references maximum rate
of $0.13, but OS-12 states that the price cannot exceed the
maximum rate set by FCC. The current maximum rate only
applies to interstate service and is $0.21 and $0,25, the
interim rate caps, until the DC Circuit rules. Can Vendors
ignore the $0.13 because it’s inconsistent with OS-12?

As of 12/16/2016 the cost of a local call is $.04 cents per minute and the
cost for inter-lata, intra-lata, and interstate calls is $.14 cents per minute.
The Federal Communication Commission (FCC) defines what
constitutes a local call. For additional information, please visit the
following website: https://www.fcc.gov/consumers/guides/local-localtoll-and-long-distance-calling.

No. The Vendor’s Reply shall comply with Attachment III, Price
Information Sheet, which states that the per minute telephone rates for
family and friends shall not exceed $0.13 cents per minute and be
inclusive of any other fees, including surcharges and connection fees.

Addendum #003
29

FDC ITN-17-122

Question
Number

Question

Answer

23

Given the trend to simplified call rates for inmate families, Yes. The Department is requesting a blended per minute telephone rate
we have a question related to the price information for all call types.
sheet. For the Price Per Minute in Attachment III, is the
state looking for a single blended price per minute for all
call bands and all call types? This would mean one price
per minute whether the call is Local, Intralata,
Interlata/Intrastate, Interstate, Collect or Prepaid. This
would mean a single price per minute for the initial minute
and all additional minutes with no surcharge or connect fee.

24

If a new vendor is awarded this contract, is it the State’s Please refer to Section 2.5, Facility Implementation Plan and Transition
intent to have the services implemented prior to the of Service, for requirements relating to the transition and implementation
expiration of the incumbent Vendor’s contract on 9/24/17? of services for the successful Vendor.

25

Would the State provide guidance on how the value added Please refer to Section 4.8,A,2.(c), which specifies how the
services will be considered in the evaluation of the Department will evaluate value-added services offered by Vendors,
and Change No. 5 of this Addendum.
proposals?

26

During the site walk through meetings it was mentioned This is not relevant to the services being sought in this ITN.
that FDC is working on a Video Visitation solution and
would be using a contract from the state of Arizona. What
contract for Video Visitation is FDC referring too?

27

Section 2.1 states that “The Department does not currently Due to security concerns, the Department is not currently allowing
allow inmate debit calling.” Would the state explain the inmate debit calling and does not anticipate future use.
reasoning behind excluding debit calling and if the State
has considered allowing debit calling in the future?

28

Section 2.2 states that, “The Department intends to award Yes. At the conclusion of the negotiation phase, the Department
the
resultant
Contract
to
a
single
Vendor, intends to contract with a single Vendor, statewide, to provide all
Statewide.” Would the State confirm the intent to award a products and services, as a result of this ITN.
single contract to a single vendor for all products and
services contained in the final negotiated contract?

Addendum #003
30

FDC ITN-17-122

Question
Number

Question

Answer

29

2.41 “Establish a flexible contract, with transparency of The Department did not indicate issues with the current Contract;
service costs and better alignment of costs with services”. however, this is a goal of all Department contracts to enhance
What aspects of the current contract need improved transparency and align services and costs.
transparency of service costs and what aspects of the
current contract’s cost need better alignment with services
which led to this requirement being included in the 2016
ITN?

30

For item 3.2.1 on page 13, is the state referring to the CEIA
MSD or a different product? Are the units that are
deployed today the property of the State or are they owned
by the incumbent inmate telephone Vendor? Would the
State provide the number of CEIA and equivalent devices
that are deployed today and in use? What is the current
training process and has FDC been trained in the units?

Per section 3.2.1, the Department identified the CEIA handheld cell
phone detection units or equivalent. The units deployed today are the
property of the Department. Currently, the Department has 116 CEIA
units deployed throughout the State. All units are operational and in use.
The Department has been trained by our current Contractor on how to
operate these units.

31

Would the state elaborate on item 3.2.6 on page 13 for
“Vendor-provided call monitoring”? Is the State looking for
a specific number of calls to be monitored each month or a
certain number of minutes? Is there a different metric the
State will use to measure “vendor-provided call
monitoring”?

The Department has not identified a specific number of calls or minutes
to be monitored. At this time, the Department has not established a
metric to measure Vendor-provided call monitoring. The Department
would discuss this option further, including any associated metrics, in
negotiations, if a Vendor included this service in their Reply and moved
forward to the negotiations phase.

32

Would the state elaborate on item 3.2.7 on page 13 for a
Managed Access System? We understand that the
incumbent inmate telephone vendor signed an
amendment to provide three managed access sites. Are
those three sites fully operational and has the State
signed off on those deployments? If so, what is/are the
current system or systems being used? CellBox or
Harris? For the purpose of this proposal, if a vendor
were to offer a statewide MAS solution, would those
facilities be included? Will the experience of the vendor in
providing the proposed solution be part of the evaluation
criteria? Must the vendor submit customer references for
the specific solution that they intend to propose?

As of 12/16/2016, the Managed Access System deployed at Wakulla
CI, Wakulla Annex, Wakulla WC, Okeechobee CI, Okeechobee WC,
Martin CI, and Martin WC are not operational; therefore, the Department
has not signed off on these deployments as being complete. The
Managed Access system being deployed at Wakulla CI, Wakulla Annex,
and Wakulla WC is manufactured by CellBox. The Managed Access
Solutions for the other sites is manufactured by Harris. If the Vendor
offered a statewide MAS solution, the above mentioned sites would be
included. The Department would discuss this option further, including
prior experience with any proposed value-added services, in
negotiations, if a Vendor included this service in their Reply and moved
forward to the negotiations phase.

Addendum #003
31

FDC ITN-17-122

Question
Number

Question

Answer

33

3.6.6.1 Has the current provider been assessed any
financial consequences for not performing to these
standards which led to this requirement being included in
the 2016 ITN?

No, they have not.

34

Requirement 3.6.4, SF-02, speaks to “preventing
unauthorized individuals from accessing any information
held by the Vendor”. There have been some very high
profile data breaches over the last 24 months where
agency data was exposed to the public. Does the State
require vendors to divulge any known instances of
customer data being released to the public within the last
24 months?

While data security is very important to the Department, as evidenced
by the referenced requirement in the ITN, the Department is not
requiring Vendors to provide information on data releases within the last
24 months.

35

3.6.4 – SF-027 – “The Vendor shall ensure the inmate
telephone system will only initiate calls in a “collect call”
mode (prepaid or normal collect calls) to land and cellular
lines with Billing Number Addresses (BNA) for all inmate
telephone calls.” Would the State please clarify if the intent
is that only calls in which vendor has BNA, billing name and
address, can be connected and if a Billing Number Address
is not available then calls should not be connected?

Correct, per section 3.6.4, SF-027, it is the responsibility of the Vendor
to make the determination, based on BNA information provided, as
whether or not the telephone provider of the family and friends meets
the criteria of the Contract before approving their ability to accept calls
from an inmate.

36

4.8 Please provide specific evaluation points by Please refer to Section 4.9, A, which provides the table of Technical
Evaluation sections with available points per requirement.
requirement in addition to the broader category of points.

37

4.9 Are evaluation scores are tabbed individually or done The evaluation team members will individually and independently
review each Reply and evaluate the Replies, in accordance with Section
as a group?
4.9 of the ITN.

Addendum #003
32

FDC ITN-17-122

Question
Number

Question

Answer

38

OS-024 – “The Vendor shall ensure Caller ID is not At this time, the Department is not interested in this option.
available for any call placed through the inmate
telecommunication service, and the called party has no
other means of identifying the number from which a call is
placed.” Would the State desire an 800 number or other
Caller ID indicator that would represent the vendors
support center or primary data center number?

39

The calculation of the Cost Reply Score on page 58, seems Yes, the Technical Score is part of the mathematical formula used to
to indicate that the Technical Evaluation Score is a calculate the Cost Reply Score.
component of the Cost Reply Score. Would the State The Grand Total cost comprises 1/3 of the total available points.
please confirm that this calculation is correct? If yes, does
this mean that the price per minute is worth less than 33%
of the Reply Evaluation (250/750)?

40

Will FDC allow vendors who are invited for negotiations to
conduct Managed Access site surveys prior to negotiations
to determine site parameters associated with Managed
Access Systems?

No, Vendors invited to negotiations will not be authorized to conduct
Managed Access site surveys prior to the negotiations. However, if the
successful Vendor’s offer has a Managed Access System component,
the successful Vendor will be allowed the opportunity to perform site
visits during the implementation of this value-added service.

It would be ideal to preform site surveys prior to when
replies are due but understand there is not a lot of time
between when the answers to questions are posted and
due date.
Vendors may need to utilize a variety of equipment to
preform Managed Access site surveys and the vendor can
supply equipment lists prior to surveys.

Addendum #003
33

FDC ITN-17-122

ADDENDUM #004
Solicitation Number:

FDC ITN-17-122

Solicitation Title:

Inmate Telecommunications Services

Opening Date/Time:

To Be Determined (TBD) February 7, 2017 at 2:00 p.m. (Eastern Time)

Addendum Number:

004

Failure to file a protest within the time prescribed in Section 120.57(3), Florida Statutes, or failure to
post the bond or other security required by law within the time allowed for filing a bond shall constitute
a waiver of proceedings under Chapter 120, Florida Statutes.
Please be advised that the changes below are applicable to the original specifications of the above
referenced solicitation. Added or new language to the ITN is highlighted in yellow, while deleted language
has been struck.
This Addendum includes the following revisions:
Change No. 1
A change to the Timeline.
REVISED
TIMELINE
FDC ITN-17-122
EVENT

DUE DATE

Release of ITN

November 2, 2016

Non-Mandatory
Pre-Bid Conference
and Site Visits

November 14-16,
2016

Questions Due

November 29, 2016
Prior to 5:00 p.m.,
Eastern Time

Anticipated Posting
of Answers to
Submitted Questions

January 17, 2017

Sealed Replies Due
and Opened

TBD
February 7, 2017
at 2:00 p.m., Eastern
Time

Evaluation Team
Meeting

TBD
February 14, 2017

Addendum #004

LOCATION
Vendor Bid System (VBS):
http://vbs.dms.state.fl.us/vbs/main_menu
See Section 4.16 for a complete listing of these
non-mandatory site visits.
Submit to: Florida Department of Corrections
Bureau of Procurement
Email: purchasing@fdc.myflorida.com
(reference solicitation number in subject line)
Vendor Bid System (VBS):
http://vbs.dms.state.fl.us/vbs/main_menu
Florida Department of Corrections
Bureau of Procurement
501 South Calhoun Street
Tallahassee, Florida 32399
Florida Department of Corrections
Bureau of Procurement
501 South Calhoun Street
Tallahassee, Florida 32399

1

FDC ITN-17-122

Anticipated
Negotiations

TBD
March - April, 2017

Anticipated Posting of
Intent to Award

TBD
May, 2017

Florida Department of Corrections
Bureau of Procurement
501 South Calhoun Street
Tallahassee, Florida 32399

Vendor Bid System (VBS):
http://vbs.dms.state.fl.us/vbs/main_menu

REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK

Addendum #004

2

FDC ITN-17-122

ADDENDUM #005
Solicitation Number:

FDC ITN-17-122

Solicitation Title:

Inmate Telecommunications Services

Opening Date/Time:

May 18, 2017 at 2:00 p.m., Eastern Time To Be Determined (TBD)

Addendum Number:

005

Failure to file a protest within the time prescribed in Section 120.57(3), Florida Statutes, or failure to
post the bond or other security required by law within the time allowed for filing a bond shall constitute
a waiver of proceedings under Chapter 120, Florida Statutes.
Please be advised that the changes below are applicable to the most recent version of the above
referenced solicitation, including any prior addendums. Added or new language to the ITN is highlighted in
yellow, while deleted language has been struck.
This Addendum includes the following revisions:
Change No. 1: A change to the Timeline.
REVISED
TIMELINE
FDC ITN-17-122
EVENT

DUE DATE

Release of ITN

November 2, 2016

Non-Mandatory
Pre-Bid Conference
and Site Visits

November 14-16,
2016

Questions Due

November 29, 2016
Prior to 5:00 p.m.,
Eastern Time

Anticipated Posting
of Answers to
Submitted Questions
2nd Round of NonMandatory
Pre-Bid Conferences/
Site Visits

2nd Round of
Questions Due

Addendum #005

January 17, 2017

March, 2017
TBD

March 30, 2017
Prior to 5:00 p.m.,
Eastern Time
TBD

LOCATION
Vendor Bid System (VBS):
http://vbs.dms.state.fl.us/vbs/main_menu
See Section 4.16 for a complete listing of these
non-mandatory site visits.
Submit to: Florida Department of Corrections
Bureau of Procurement
Email: purchasing@fdc.myflorida.com
(reference solicitation number in subject line)
Vendor Bid System (VBS):
http://vbs.dms.state.fl.us/vbs/main_menu
See Section 4.16 for a complete listing of these
non-mandatory site visits.

Submit to: Florida Department of Corrections
Bureau of Procurement
Email: purchasing@fdc.myflorida.com
(reference solicitation number in subject line)

1

FDC ITN-17-122

Anticipated Posting
of 2nd Round of
Answers to
Submitted Questions

April 24, 2017
TBD

Sealed Replies Due
and Opened

May 18, 2017
2:00 p.m., Eastern
Time
TBD

Evaluation Team
Meeting

June 1, 2017
2:00 p.m., Eastern
Time
TBD

Anticipated
Negotiations

June-August, 2017
TBD

Anticipated Posting of
Intent to Award

September, 2017
TBD

Vendor Bid System (VBS):
http://vbs.dms.state.fl.us/vbs/main_menu

Florida Department of Corrections
Bureau of Procurement
501 South Calhoun Street
Tallahassee, Florida 32399
Florida Department of Corrections
Bureau of Procurement
501 South Calhoun Street
Tallahassee, Florida 32399
Florida Department of Corrections
Bureau of Procurement
501 South Calhoun Street
Tallahassee, Florida 32399

Vendor Bid System (VBS):
http://vbs.dms.state.fl.us/vbs/main_menu

Change No. 2: Addition to SECTION 1 – DEFINITIONS.
Managed Access System: A Managed Access System (MAS) is a system, typically made up of a distributed
antenna system, networked via fiber optic cable, and capable of customizable coverage areas, that allows
correctional institutions to intercept contraband cell phones, preventing inmates from making or receiving
unauthorized calls, while simultaneously permitting approved phones for authorized users.
Change No. 3: Revisions to Section 3.2, Value-Added Services.
3.2

Value-Added Services
As a part of this revenue generating Contract, the Department is interested in obtaining value-added
services in lieu of commissions. The Department requests that Vendors provide with their Reply, a
detailed description of all value-added services the Vendor is offering the Department. These services
would be in addition to those services that meet the minimum service requirements and specifications of
this ITN, at no cost to the Department, for the duration of the Contract term and any subsequent renewals.
The Department is especially interested in the following value-added services; however, reviewing
Vendor proposed value-added services or technology to aid in the prevention and detection of cellular
devices, peripheral hardware and hazardous contraband at entry points and within the secure perimeter
of our correctional institutions. Vendors are encouraged to provide additional or alternate value-added
services, beyond what is included in this Section. While value-added services are considered in the
evaluation (see Section 4.9 of this ITN), Vendors are not required to propose a particular value-added
service or group of services to be considered.

Change No. 4: Revisions to Section 3.2.7 to provide expanded information on a Managed Access System.
3.2.7

A Managed Access System (MAS), in an effort to control and eliminate wireless communications
within our institutions. Vendors are encouraged to include a single facility, multi-facility or statewide
solution that will prevent unwanted or unauthorized access to commercial wireless networks while
simultaneously enabling legitimate, mission-critical, or emergency connections. Any Managed

Addendum #005

2

FDC ITN-17-122

Access Solution being proposed by the Vendor shall be inclusive of all equipment, installation,
infrastructure and network, training, operation, and ongoing repairs and maintenance. Vendors are
not required to provide a MAS as part of their solution; however, if a Vendor chooses to include a
MAS in their Reply, the Department is interested in the MAS meeting the below minimum
requirements.
3.2.7.1 Locations
The Department is interested in continuing to have a MAS at the three (3) current institutions,
made up of seven (7) current facilities, as well as expanding to additional sites, as identified
by the Department and the Vendor. The seven current sites are Wakulla Correctional
Institution (CI), Wakulla CI Annex, Wakulla CI Work Camp, Martin CI, Martin CI Work Camp,
Okeechobee CI, and Okeechobee CI Work Camp.
3.2.7.2 Implementation
3.2.7.2.1 The current Managed Access System installation is limited to inmate housing units.
The Department may also identify other areas within current sites for expanding
Managed Access System installation.
3.2.7.2.2 The Vendor should designate one (1) employee to serve as the Vendor’s Project
Manager and main point of contact for the Department’s Project Manager. The
designated employee should be a Project Management Institute certified Project
Management Professional and a copy of their current Project Management
Professional certificate is required with the submitted Managed Access System
response.
3.2.7.2.3 The Vendor should provide a sample installation project plan and timeline for each
identified target facility included in the Vendor’s Reply. The awarded Vendor would
provide a final installation project plan and timeline at the time of Contract execution,
if this service is included in the Vendor’s final offer.
3.2.7.3 System Requirements
Any MAS proposed should be capable of meeting the below minimum requirements:
3.2.7.3.1 Automatically scanning and identifying all carrier networks and all commercially
deployed wireless networks in the 850, 1700 and 1900 spectrum for CDMA, GSM,
UMTS, AWS, and LTE cellular protocols and any new technology deployed by
commercial carriers within six (6) months of commercial availability, at no cost to
the Department.
3.2.7.3.2 Obtaining consent letters from the carriers and Special Temporary Authorization
from the Federal Communications Commission to implement and activate the
MAS at Department institutions.
3.2.7.3.3 The ability for Department institutions to maintain a list of authorized cellular devices
allowed to operate normally within MAS-installed areas and be allowed to connect
to their service carrier.
3.2.7.3.4 Prohibit all unauthorized cellular devices from connecting to their carriers.

Addendum #005

3

FDC ITN-17-122

3.2.7.3.5 The capability of allowing, terminating or routing E911 calls from unauthorized
devices.
3.2.7.3.6 Ability to capture and log data relating to detected device hardware and Subscriber
Identifier Module (SIM) cards. The Department is interested in the following data, at
a minimum, for each detected device:
 Device IMSI number;
 Device IMEI number;
 Device technology in use;
 Timestamp indicating when the device was last detected; and
 Number of times each device has been detected.
3.2.7.3.7 If available, via the MAS, the Vendor should provide the location where the device
is detected by facility code, building identifier and antenna identifier.
3.2.7.3.8 Able to recognize and log when a SIM card has been transferred to a new device.
3.2.7.3.9 Be monitored 24 hours a day, 7 days a week, 365 days a year, by the awarded
Vendor.
3.2.7.4 Vendor Responsibilities
If MAS is proposed in their Reply, the awarded Vendor would be responsible for all of the
following:
 Performing site surveys of Department identified target areas
 Conducting RF scans
 Reviewing Department-provided as-built drawings and/or blueprints for selected
Department facilities (if available)
 Providing system design schematics to the Department for review and approval
prior to installation
o System design schematics should identify all system, structural and utility
requirements and requests
 Providing system installation hardware and software
3.2.7.4.1 Obtaining Level II background check clearance for all Vendor staff taking part in
any onsite MAS installation and/or testing activity, in accordance with PGM-04 of
this ITN.
3.2.7.4.2 If the Vendor will be subcontracting any part of the installation, all subcontractors
must be approved by the Department and subcontractor employees must receive
Level II background check clearance in advance of any work being performed by
the subcontractor, in accordance with Section 5.5 of this ITN.
3.2.7.5 Department Responsibilities
The Department would be responsible for all of the following for any MAS included in an
awarded Vendor’s Reply:
3.2.7.5.1 Providing as-built drawings and/or blueprints for identified target facilities (if
available).

Addendum #005

4

FDC ITN-17-122

3.2.7.5.2 Providing secure and escorted access to the target facilities during site visit,
installation, and maintenance activities. This provision also applies to any approved
Vendor subcontractors.
3.2.7.5.3 Designating a Project Manager to work with the Vendor’s Project Manager during
implementation.
3.2.7.5.4 Providing a secured space to serve as the Vendor’s server room with access to the
facility’s emergency backup generator.
3.2.7.5.5 Providing access to the facility’s fiber backbone. Any additional fiber required for
MAS installation or system expansion would be installed by the Vendor, at no
additional cost to the Department.
3.2.7.5.6 Providing access to existing conduit and fiber runs available for Managed Access
System use.
3.2.7.6 System Maintenance
Any MAS proposed by the Vendor will be inclusive of all equipment, installation, infrastructure
and network, training, operation, ongoing repairs and maintenance. Maintenance should
include regular testing for system performance and effectiveness, carrier channel changes,
preventative routine maintenance (at a minimum, bi-annually) and emergency maintenance.
3.2.7.7 Reporting
The Vendor should provide the following reporting and intelligence requirements:
3.2.7.7.1 Include a web-based user interface or dashboard for the Department to use to run
intelligence and ad hoc reports.
3.2.7.7.2 The Vendor should include a copy of all intelligence reports available via the webbased user interface/dashboard with their Reply.
3.2.7.7.3 The Vendor should describe any ad hoc reports which can be generated via the
web-based user interface/dashboard, including sorting options, with their Reply.
3.2.7.7.4 Technical assistance with reports and Vendor-provided ad hoc reports should be
provided by the Vendor to the Department, at no additional cost.
3.2.7.8 Support
If proposing a MAS system, the Vendor should provide technical helpdesk support via a webbased user interface and a toll-free telephone number with a trouble ticket tracking system.
Change No. 5: Revisions to Section 4.8(C) to correct a minor mathematical error.
A. COST REPLY EVALUATION SCORE (0 – 250 Points)
A total of 250 points may be awarded to a Vendor’s Cost Reply. The following formula will be
applied to a Vendor’s Cost Reply to determine the Cost Reply Score:
(Reply with Highest Cost Points Respondent Cost Points / Respondent Cost Points
Reply with Highest Cost Points) * (Respondent Technical Evaluation Score / Max
Technical Evaluation Score) * Max Cost Reply Points = Cost Reply Score
Addendum #005

5

FDC ITN-17-122

Reply with Highest Cost Points: Vendor submitting the lowest cost will receive the
maximum number of points.
Maximum Price Points:
Initial Term
Renewal Term
TOTAL

150 points
100 points
250 points

Vendor Cost Points: Cost points assigned based on the above weight, for a specific
Vendor as reflected in Attachment III, Price Information Sheet of its Reply. Cost Points
will be determined using the below formula:
The Vendor submitting the lowest initial term pricing, will be awarded 150 points. All others
Replies will receive points according to the following formula:
N x 150 = Z
(X)
Where: N = lowest per minute rate received by any Vendor for the initial term
X = actual per minute rate received by Vendor
Z = awarded points
The Vendor submitting the lowest renewal term, will be awarded 100 points. All others
Replies will receive points according to the following formula:
N x 100 = Z
(X)
Where: N = lowest per minute rate received by any Vendor for the renewal term
X = actual per minute rate received by Vendor
Z = awarded points
Vendor Technical Evaluation Score: Evaluation points awarded to the Vendor’s Technical
Reply
Max Technical Evaluation Score: Maximum points available for the Technical Reply (500
points)
Max Cost Reply Points: Maximum points available for the Vendor’s Cost Reply (250 points)
Cost Reply Score: Evaluation points awarded to the Vendor’s Cost Reply
Change No. 6: Revisions to Section 4.9.
The Final Evaluation Scores for all Vendors will be used to rank the Replies (Reply with the highest score = 1,
the second highest = 2, etc.). The ranking for each Reply will be used to establish a competitive range to
determine which Vendors may be invited to participate in negotiations. The Department intends to first negotiate
with the two three most highly ranked Vendors, but the Department reserves the right to negotiate more or less,
or to reject all Replies.

Addendum #005

6

FDC ITN-17-122

Change No. 7: Revisions to Section 4.16 to add additional site visits.
Institution
Wakulla CI
(Administration
Building)

Address
110 Melaleuca Drive
Crawfordville, FL
32327-4963

Central Florida
Reception Center –
Main

7000 H.C. Kelley Road
Orlando, FL
32831-2518

Suwannee CI

Wakulla CI

Okeechobee CI

Martin CI

5964 U.S. Highway 90
Live Oak, FL
32060
110 Melaleuca Drive
Crawfordville, FL
32327-4963
3420 N. E. 168th Street
Okeechobee, FL
34972
1150 S.W. Allapattah Road
Indiantown, FL
34956

Date

Time

November 14, 2016

11:00 a.m.,
Eastern Time

November 15, 2016

2:00 p.m.,
Eastern Time

November 16, 2016

2:00 p.m.,
Eastern Time

March 7, 2017

2:00 p.m.,
Eastern Time

March 14, 2017

2:00 p.m.,
Eastern Time

March 15, 2017

9:00 a.m.,
Eastern Time

REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK

Addendum #005

7

FDC ITN-17-122

ADDENDUM #006
Solicitation Number:

FDC ITN-17-122

Solicitation Title:

Inmate Telecommunications Services

Opening Date/Time:

May 18, 2017 at 2:00 p.m., Eastern Time

Addendum Number:

006

Failure to file a protest within the time prescribed in Section 120.57(3), Florida Statutes, or failure
to post the bond or other security required by law within the time allowed for filing a bond shall
constitute a waiver of proceedings under Chapter 120, Florida Statutes.
Please be advised that the changes below are applicable to the most recent version of the above
referenced solicitation, including any prior addendums. Added or new language to the ITN is
highlighted in yellow, while deleted language has been struck.
This Addendum includes the Department’s answers to the second round of written questions received.
This Addendum also includes the following revisions:
Change No. 1: A change to Section 4.8.A(2).
2. Description of Offering
Evaluation of the Vendor’s proposed offering will be based upon information contained in
the entire Reply, but primarily on the information contained in TAB C. Replies will be
evaluated using, but will not be limited to, the following considerations:
a) To what extent the proposed offering satisfies the following criteria (Worth 22
weighted points):
1) Ability to effectively provide telecommunication services, as required by this
ITN.
2) Maximizes operational efficiencies and supports the Department’s goals.
b) To what extent does the summary of the offering, and the explanation of why it is the
best offering for the State, address and meets the goals, needs, and expectations of
the State? (Worth 22 weighted points)
c) To what extent do the Vendor’s proposed value-added services maximize the benefits
to the Department? (Worth 21 weighted points)
Change No. 2: Attachment XI, Non-Disclosure Agreement for Restricted Information has
been added.
Portions of the questions and answers provided in this Addendum have been identified as “restricted”
and are not available for public viewing. Restricted Questions and Answers will be made available to
interested Vendors for the development of Replies. To obtain a copy of the Restricted Questions and
Answers, Vendors must email a signed copy of Attachment XI, Non-Disclosure Agreement for Restricted
Information, to the Procurement Officer at Purchasing@fdc.myflorida.com, along with their Express Mail
(i.e., FedEx, UPS) account number, to cover the cost of shipping. Once the signed agreement is received
Addendum #006

Page 1 of 14

ITN-17-122

by the Procurement Officer, the Department will provide the Restricted Questions and Answers on a CD
to the Vendor, via overnight mail.
If you have trouble accessing any of the Documents, please contact the Procurement Officer.

[REMAINDER OF PAGE INTENTIONALLY LEFT BLANK]

Addendum #006

Page 2 of 14

ITN-17-122

Responses to 2nd Round of Written Questions
FDC ITN-17-122
Inmate Telecommunications Services
Question
Number

Question

Answer

1

What provider does the state use for cellular phone
services? If more than one please provide all.

The Department primarily uses Verizon Wireless but also uses Sprint
and AT&T for cellular phone services.

2

Has any SM Fiber been installed at Wakulla CI, Wakulla
CI Annex, Wakulla work camp, Martin CI, Martin CI Work
Camp, Okeechobee CI, and Okeechobee work camp for
the Managed Access system? How many strands will be
available?

Yes, SM fiber has been installed at Wakulla CI, Wakulla CI Annex,
Wakulla Work Camp, Martin CI, Martin CI Work Camp, Okeechobee CI,
and Okeechobee Work Camp for the Managed Access System.

3

4

Addendum #006

Can you provide a picture of the Wakulla CI Annex,
Wakulla work camp, Martin CI, Martin CI Work Camp,
Okeechobee CI work camp and note what buildings are
dorms or provide an address (with latitude and longitude)?
How many dorms are there for those locations?

Is there a fiber run (Single Mode Fiber) or pathway
available from the following locations:
• Wakulla CI to Wakulla CI Annex and Wakulla work
camp? Or will we need to trench?
• From Martin CI to Martin CI Work Camp? Or will
we need to trench?
• From Okeechobee CI to Okeechobee CI work
Camp? Or will we need to trench?

Page 3 of 14

Number of strands:
• 36 strands run from the main control room to larger dorms
• 24 strands run from the main control room to smaller dorms
The requested photos are considered sensitive information and will be
made available upon the Department’s receipt of Attachment XI, NonDisclosure Agreement for Restricted Information. Please see Change
No. 2 of this Addendum.
Below is a listing of the number of dorms at each location:
• Wakulla CI, Annex and Work Camp: 19
• Okeechobee CI and Work Camp: 11
• Martin CI and Work Camp:11
At Wakulla there is currently single mode fiber and conduit from the
Main Unit to the Annex and Work Camp.
At Martin, there is single mode fiber but no in-ground conduit between
the Main Unit and Work Camp. A Vendor may desire to trench new
conduit here.
At Okeechobee, there is single mode fiber and conduit between the
Main Unit and Work Camp.

ITN-17-122

Question
Number

Question

Answer

5

Is the fiber or any part of the system installed in the
Okeechobee CI work camp? Martin CI work camp?
Wakulla Annex or Wakulla work camp?

Yes, the current managed access system is installed at Wakulla Annex,
Wakulla CI Work Camp, Okeechobee CI Work Camp, and Martin CI
Work Camp.

6

Is the DAS (Distributed Antenna System) Okeechobee CI The DAS installed at Okeechobee CI Work Camp is attached to the
installed in the CI work camp a separate system or main system.
attached to the main MDF?
How many antennas are in each building and what it's
The current provider considers this information proprietary and
location?
confidential.

7
8

9

10

Addendum #006

What are the issues that you (if any) are having on each System installation at one facility has taken longer than anticipated,
site? Specifically, to the Managed Access System.
primarily due to the lack of existing conduit and acts of sabotage by
inmates. No Managed Access System issues have been reported for
the other two facilities since going live at those locations.
Will the Coax and conduit that is installed now be part of It is anticipated that the currently installed fiber will be available and
the infrastructure that can be reused at all sights?
reusable, but any Vendor proposing a Managed Access System,
should be prepared to install fiber, if necessary.
For Attachment V – Vendor Reference Form (pages 92-95 Signature is not required for Attachment V; however, Respondents
of ITN), please clarify/stipulate which portions must the must complete pages 91 through 94 and the Department will complete
bidding vendor fill out and/or sign for submission as part of page 95. This Attachment must be submitted with the Reply.
their ITN response.

Page 4 of 14

ITN-17-122

Question
Number
11

Addendum #006

Question

Answer

1) Value-Added Services - Addendum 5. Change 3 – While
value-added services are considered in the evaluation (see
Section 4.9 of this ITN), Vendors are not required to propose
a particular value-added service or group of services to be
considered.
ITN Section 4.9 – Description of Offering per Addendum 3 is
weighted at 13% (of 100) with 65 (of 500) weighted available
points. Evaluation for the Description of Offering is stated as
being per the below:
Evaluation of the Vendor’s proposed offering will be based
upon information contained in the entire Reply, but primarily
on the information contained in TAB C. Replies will be
evaluated using, but will not be limited to, the following
considerations: a) To what extent the proposed offering
satisfies the following criteria: 1) Ability to effectively provide
telecommunication services, as required by this ITN. 2)
Maximizes operational efficiencies and supports the
Department’s goals. b) To what extent does the summary of
the offering, and the explanation of why it is the best offering
for the State, address and meets the goals, needs, and
expectations of the State?
c) To what extent do the Vendor proposed value-added
services maximize the benefits to the Department?
QUESTION: Given that the above criteria does not clarify
what relative weighting is given to core telecommunications
services and what relative weighting is given to value-added
services, how does the State intend to evaluate vendors
proposing different offerings, particularly in the areas of valueadded services? As the ITN contemplates flexibility to
propose potentially differing value-added service options,
including highlighting certain value-added services of
particular interest to the State, but does not require vendors
to include value-added services, it is not clear how these
criteria will be applied to different offerings, or the relative
importance of core telecommunications services versus
potential value-added services in evaluating proposed
offerings.

The Department intends to evaluate the Vendor’s Description of
Offering Section for a total of 13% of the overall Technical Reply
score. This Section includes value-added services as one of three
components to make up that 13%. Please see Change No. 1 of this
Addendum for the exact points available for value-added services. The
remaining points available (479 weighted points), evaluate
components of the core telecommunications system. Overall, valueadded services represent a very small part of the Technical Reply
score. This should clearly denote the importance of the core
telecommunications equipment and services to the Department.

Page 5 of 14

While value-added services are not required, they will be taken into
account with the evaluation of the Description of Offering Section.

ITN-17-122

Question
Number
12

Question

Answer

2) Value-Added Services - Addendum 5. Change 3 –
While value-added services are considered in the
evaluation (see Section 4.9 of this ITN), Vendors are not
required to propose a particular value-added service or
group of services to be considered.
Attachment III – Price Information Sheet & Cost
Evaluation
Attachment III – Price Information Sheet has a per minute
rate for initial term and per minute rate for renewal term
only. Only 1 pricing sheet is allowed by the State (with or
without value-added).
Cost Evaluation – will be provide most points for lowest
rate, 150 maximum points for initial term and 100
maximum points for renewal term.

The value-added services included in the ITN are samples of
goods/services that the Department is interested in obtaining. As stated
in the ITN, Vendors are able to offer no value-added services, a portion
of the goods/services listed, or all of the goods/services listed, or an
entirely different group of goods/services.
The Department will take into account the value and applicability of the
value-added services included in a Vendor’s Reply, in accordance with
the evaluation criteria included in the ITN. The Department intends to
further discuss value-added services in the negotiation phase.
Every Vendor’s Reply will be unique and will be scored based on the
unique offering proposed. This is similar to a scenario where Vendors
were including commission rates of varying levels.

QUESTION: Given that the cost of initial deployment of
value-added services identified as being of particular
interest in the ITN, such as MAS, are significant and will
necessarily impact the rates which must be charged to
recoup costs, but the ITN does not require proposal of
value-added services, how does the State intend to
achieve a fair, apples-to-apples price comparison
between per minute rates for vendors who choose to
provide, at a minimum, the value-added services listed as
being of special interest to the State and vendors who
choose not to include the value-added services, or
against the incumbent who may have already been
compensated for deploying items now identified as valueadded services? This scoring methodology appears to put
vendors proposing the value-added services sought by
the State at a significant price-scoring disadvantage
relative to the incumbent who has previously been
compensated to develop and implement services that are
now to be provided at no cost, and at a disadvantage
relative to vendors not proposing expensive value-added
services.

Addendum #006

Page 6 of 14

ITN-17-122

Question
Number
13

14

Question

Answer

3) Section 4.9.A. – Evaluation Phase Methodology
Evaluation Team members will assign a 1 – 5 score,
using no fractions or decimals, to each Technical
Evaluation section. The Evaluation Team members must
include a written comment justifying any score other than
3 (adequate).
The Technical Evaluation scores received from each
evaluator will be multiplied by their assigned weight and
averaged to obtain the Vendor’s weighted Final Technical
Evaluation Score. The Department will combine the
Vendor’s Final Technical Score and the Vendor’s Final
Cost Score to determine the Vendor’s Final Evaluation
Score.

Each evaluator’s score, in each Section, will be multiplied by their
assigned weight and then each evaluator’s scores will be averaged
together into one Technical Evaluation Score, per Section, totaling 500
points.

QUESTION: Would the State please review that above
evaluation methodology. The above described
methodology would provide for more than 500 points if
followed as written. In order for the evaluations to provide
a maximum 500 point scoring each evaluator’s averaged
score would need to be averaged together.
4) The ITN, nor Addendums, require all vendors (including
incumbent) to provide new equipment, including phones,
for mandatory items.

Confirmed, the intention of the Department is that new equipment
would be installed as part of the resulting Contract, including if the
incumbent Contractor were to be selected.

QUESTION: Please clarify that section 3.1.3 and section
3.6.6 SES-02, SES-06, SES-07, and SES-08 require all
vendors, including the incumbent, to provide new
equipment, including phones and monitoring terminals, for
all mandatory items. If the incumbent is instead permitted
to re-use equipment while all other vendors are required
to install new equipment, this would provide an unfair
advantage in labor, equipment costs, and timeline
requirements against all other vendors who would have to
procure and install all new equipment.

Addendum #006

Page 7 of 14

ITN-17-122

Question
Number
15

16

17

18

19

Addendum #006

Question

Answer

5) Addendum 5 Change 4. Revisions to Section 3.2.7 to
provide expanded information on a Managed Access
System

There is a portion of this answer included in the Restricted Question
and Answer; Please see Change No.2 of this Addendum.

a. QUESTON: Is MAS live at any of the following sites as
of 3/30/17 - Wakulla CI, Wakulla Annex, Wakulla WC,
Okeechobee CI, Okeechobee WC, Martin CI, and Martin
WC? If no, what is the current projected go-live date for
each facility? When live, will the solution deployed meet
all of the desired requirements for MAS specified in this
RFP? If no, which desired requirements would not be
met?
b. QUESTION: If any of the facilities are live, would FDC
provide an overview of the infrastructure in place today –
at a minimum, number of antennas and manufacturer by
site, fiber manufacturer and type, and intended RF
coverage areas?
c. QUESTION: From the prior Q&A, we understand that 1
site was to be deployed with the CellBlox MAS solution
and the other two would implement the Harris MAS
solution. Would the FDC provide some guidance as to
why all sites are not going live with the same MAS
solution?
d. QUESTION: Would the FDC please provide any
documentation related to the agreement between FDC
and the incumbent ITS vendor in regards to the current
provision of MAS in lieu of commissions? Is there a
statement of work for the ongoing MAS project? If yes,
would you provide it? If not, please describe the scope of
MAS services currently being provided by the incumbent
vendor.
e. QUESTION: Does the current arrangement require the
vendor to do physical “sweeps” (spectrum analysis by a
RF Engineer) for contraband phones on an ongoing
basis?

Page 8 of 14

The solution deployed meets the Department’s basic requirements
included in the current Contract. There is additional intelligence detail
which the Department would like to obtain from the systems, if
available.

The current Contractor considers infrastructure-related information
proprietary and confidential.
There is a portion of this answer included in the Restricted Question
and Answer; Please see Change No.2 of this Addendum.
The current Contractor selected the technology to be used for their
installed solution based on their assessment of the facilities and their
technical expertise.

The agreement between the Department and Securus for the provision
of MAS, and other technologies, in lieu of commissions was
incorporated in the current Contract C2372, in Amendment 9. This
document is available at:
https://facts.fldfs.com/Search/ContractDetail.aspx?AgencyId=700000&
ContractId=C2372

This answer is included in the Restricted Question and Answer;
Please see Change No. 2 of this Addendum.

ITN-17-122

Question
Number
20

21

22

23

Question

Answer

f. QUESTION: Will FDC take ownership of the hardware
and software in its entirety? If yes, what is the agreement
for maintenance? If no, what will FDC own?
g. QUESTION: If the contract is awarded to a company
other than the incumbent, will the incumbent be leaving
existing MAS equipment, including the fiber runs, in
place?
h. QUESTION: What will happen in regards to the
presently deployed MAS hardware in the event that FDC
changes vendors? Who would be responsible for
removing existing equipment?
i. QUESTION: What is the current pass percentage and
what are the testing procedures?

The Department is not retaining any ownership of hardware or
software, other than the fiber and conduit.

24

j. QUESTION: Is there a preference between iDAS and
oDAS solutions?

25

k. QUESTION: Are the work camps and annex (at
Wakulla) part of the current installation?
l. QUESTION: Can the awarded Vendor install poles?

26

27

m. QUESTION: Can you please provide the state
property lines for each facility?

28

n. QUESTION: This question is included in the Restricted
Question and Answer; Please see Change No. 1 of this
Addendum.

Addendum #006

Page 9 of 14

Please see the Answer for Question #20 of this Addendum.

In the event that the incumbent Vendor is not awarded the resulting
Contract, the current Contractor will remove all MAS-related equipment,
except for the fiber, and will remove the inmate telephones.
This answer is included in the Restricted Question and Answer;
Please see Change No. 2 of this Addendum.
The current installation is an iDAS system but the Department is open
to reviewing each Respondent’s proposed solution. Any proposed
solution must not interfere with other technology currently in use, such
as the Department’s Kronos Timekeeping system, whose clocks
connect via a cellular connection.
Yes.
The Department is open to reviewing each Respondent’s proposed
solution; however, solutions must meet security requirements which
prohibit pole placement within a certain distance from the secure
perimeter.
Please consult the county property appraiser GIS website for Wakulla,
Martin and Okeechobee counties.
This answer is included in the Restricted Question and Answer;
Please see Change No. 2 of this Addendum.

ITN-17-122

Question
Number

Question

Answer

29

o. QUESTION: Would full coverage of the property be
permissible?

30

6) Addendum 003 Q&A
Question - 3.6.4 – SF-027 – “The Vendor shall ensure the
inmate telephone system will only initiate calls in a “collect
call” mode (prepaid or normal collect calls) to land and
cellular lines with Billing Number Addresses (BNA) for all
inmate telephone calls.” Would the State please clarify if
the intent is that only calls in which vendor has BNA,
billing name and address, can be connected and if a
Billing Number Address is not available then calls should
not be connected?
Answer - Correct, per section 3.6.4, SF-027, it is the
responsibility of the Vendor to make the determination,
based on BNA information provided, as whether or not the
telephone provider of the family and friends meets the
criteria of the Contract before approving their ability to
accept calls from an inmate.
QUESTION: This would seem to indicate that the vendor
must positively identify every called party via BNA. Is this
process currently in place? If so, what is the process
currently utilized by the incumbent? If awarded to a
vendor other than the incumbent, will the data received
from the outgoing vendor with regards to approved call
lists numbers be accepted as verified or will FDC require
the new vendor to revalidate all numbers?

The Department is interested in expanding our coverage to the extent
coverage does not interfere with other Department technology,
including authorized employee cellular phones and staff timekeeping
application(s). Authorized employees need to be able to utilize their
cellular phones consistently for both incoming and outgoing calls. We
are interested in reviewing each Respondent’s proposed solution.
Yes, a BNA verification process is currently in place. In the event that
the incumbent Vendor is not awarded the resulting Contract, the
approved call list numbers reviewed by the prior Vendor will be accepted
as verified. Inmates are allowed to update their call lists twice per year.
During transition and implementation, any submitted call list updates
must be verified by the awarded Vendor.

Addendum #006

Page 10 of 14

ITN-17-122

Question
Number
31

Question

Answer

(1) Managed Access - Managed access has two

For clarification, please see the Answer to Question #20 regarding
equipment ownership.

components with one being the controllers and two being
the distributed antenna system (DAS). We understand the
antenna system would remain for another provider’s
utilization.
Q1: Will the incumbent also be required to put in new
controllers to ensure the State has the latest
technology?

32

Q2: Will the State provide an inventory of the
components related to the DAS that can be utilized by
the successful bidder including: Manufacturer and
part #s of the antenna system, and the
routers/switches of the associated LAN
infrastructure? Please include any applicable
software versions for each device.
(2) Geo Fencing. In Amendment 3, question 4 related to
Geo Fencing, it is still unclear to us what the desired
solution is. Can the State elaborate on the response in
sub section 2 where “The software would digitally collect
all the streaming/wireless data within that area. The data
would then be reviewed and determined if the area(s) in
question has high concentrations of digital data.”
Normally, geo fencing is to identify locations of a called
party location once the cell phone is located within a
virtual fence/perimeter.

1. A portion of this answer is included in the Restricted Question and
Answer; Please see Change No.2 of this Addendum.
2. The Department has no preference whether the software is integrated
with the ITS or stand-alone, but must be capable of restricting the data
by permission levels.

Q1: Is the intent to monitor within the facility walls or
the called party cell phone locations external to the
facility?
Q2: Is this analysis/software intended to be integrated
within the ITS or stand alone software?

Addendum #006

Page 11 of 14

ITN-17-122

Question
Number
33

Question

Answer

(3) Cost Proposal – With respect to the cost proposal

1. Confirmed, please see the Answer to Question #25 of Addendum
003.

and pricing value added services, variations of many of
these services can have a substantial impact on cost and
can be problematic with cost listed as a single line item:
Q1: Will the State confirm that pricing needs to
include all value adds in the RFP?

2. No, multiple cost proposals cannot be provided at the point of Reply.
However, Vendors are encouraged to submit additional ideas for
improvement in TAB G of their Reply. At the point of negotiations,
Vendors may discuss alternate cost proposals.

Q2: Will the State allow for multiple cost proposals so
bidders can provide the State the desired level of
services and optimal cost?

Addendum #006

Page 12 of 14

ITN-17-122

ATTACHMENT XI
NON-DISCLOSURE AGREEMENT FOR RESTRICTED INFORMATION
FDC ITN-17-122
In connection with FDC ITN-17-122, entitled “Inmate Telecommunications Services” the Florida
Department of Corrections (“FDC”) is disclosing to you business information, procedures, technical
information and/or ideas identified as “Restricted”.
In consideration of any disclosure and any Restricted information provided by FDC concerning ITN-17122, you agree as follows:
1. You will hold in confidence and not possess or use (except to evaluate and review in relation to the
ITN) or disclose any Restricted information except information you can document (a) is in the public
domain through no fault of yours, (b) was properly known to you, without restriction, prior to
disclosure by FDC, or (c) was properly disclosed to you by another person without restriction, and
you will not reverse engineer or attempt to derive the composition or underlying information, structure
or ideas of any Restricted information. The foregoing does not grant you a license in or to any of the
Restricted information.
2. If you decide not to proceed with the proposed business relationship or if asked by FDC, you will
promptly return all Restricted information and all copies, extracts and other objects or items in which
it may be contained or embodied.
3. You will promptly notify FDC of any unauthorized release of Restricted information.
4. You understand that this statement does not obligate FDC to disclose any information or negotiate
or enter into any agreement or relationship.
5. You acknowledge and agree that due to the unique nature of the Restricted information, any breach
of this agreement would cause irreparable harm to FDC for which damages is not an adequate
remedy and that the FDC shall therefore be entitled to equitable relief in addition to all other remedies
available at law.
6. The terms of this Agreement will remain in effect with respect to any particular Restricted information
until you can document that it falls into one of the exceptions stated in Paragraph 1 above.
7. This Agreement is governed by the laws of the State of Florida and may be modified or waived only
in writing. If any provision is found to be unenforceable, such provision will be limited or deleted to
the minimum extent necessary so that the remaining terms remain in full force and effect. The
prevailing party in any dispute or legal action regarding the subject matter of this Agreement shall
be entitled to recover attorneys’ fees and costs.

Addendum #006

Page 13 of 14

ITN-17-122

Information identified as “Restricted” will be included in a CD, as specified in Addendum 006 of the
ITN.
Acknowledged and agreed on

, 2017

By:
(Signature)
Name:

Company Name:

Title:

Florida Department of Corrections (FDC)
By:
(Signature)
Name:

Addendum #006

Page 14 of 14

ITN-17-122

ADDENDUM #007
Solicitation Number:

FDC ITN-17-122

Solicitation Title:

Inmate Telecommunications Services

Opening Date/Time:

TBD May 18, 2017 at 2:00 p.m., Eastern Time

Addendum Number:

007

Failure to file a protest within the time prescribed in Section 120.57(3), Florida Statutes, or failure to
post the bond or other security required by law within the time allowed for filing a bond shall constitute
a waiver of proceedings under Chapter 120, Florida Statutes.
Please be advised that the changes below are applicable to the most recent version of the above
referenced solicitation, including any prior addendums. Added or new language to the ITN is highlighted in
yellow, while deleted language has been struck.
This Addendum includes the following revisions:
Change No. 1: A change to the Timeline.
REVISED
TIMELINE
FDC ITN-17-122
EVENT

DUE DATE

Release of ITN

November 2, 2016

Non-Mandatory
Pre-Bid Conference
and Site Visits

November 14-16,
2016

Questions Due

November 29, 2016
Prior to 5:00 p.m.,
Eastern Time

Anticipated Posting
of Answers to
Submitted Questions
2nd Round of NonMandatory
Pre-Bid Conferences/
Site Visits
2nd Round of
Questions Due

Addendum #007

January 17, 2017

March, 2017

March 30, 2017
Prior to 5:00 p.m.,
Eastern Time

LOCATION
Vendor Bid System (VBS):
http://vbs.dms.state.fl.us/vbs/main_menu
See Section 4.16 for a complete listing of these
non-mandatory site visits.
Submit to: Florida Department of Corrections
Bureau of Procurement
Email: purchasing@fdc.myflorida.com
(reference solicitation number in subject line)
Vendor Bid System (VBS):
http://vbs.dms.state.fl.us/vbs/main_menu
See Section 4.16 for a complete listing of these
non-mandatory site visits.

Submit to: Florida Department of Corrections
Bureau of Procurement
Email: purchasing@fdc.myflorida.com
(reference solicitation number in subject line)

1

FDC ITN-17-122

Anticipated Posting
of 2nd Round of
Answers to
Submitted Questions

April 24, 2017

Sealed Replies Due
and Opened

TBD
May 18, 2017
2:00 p.m., Eastern
Time

Evaluation Team
Meeting

TBD
June 1, 2017
2:00 p.m., Eastern
Time

Anticipated
Negotiations

Anticipated Posting of
Intent to Award

TBD
June-August, 2017

TBD
September, 2017

Vendor Bid System (VBS):
http://vbs.dms.state.fl.us/vbs/main_menu

Florida Department of Corrections
Bureau of Procurement
501 South Calhoun Street
Tallahassee, Florida 32399

Florida Department of Corrections
Bureau of Procurement
501 South Calhoun Street
Tallahassee, Florida 32399
Florida Department of Corrections
Bureau of Procurement
501 South Calhoun Street
Tallahassee, Florida 32399

Vendor Bid System (VBS):
http://vbs.dms.state.fl.us/vbs/main_menu

REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK

Addendum #007

2

FDC ITN-17-122

ADDENDUM #008
Solicitation Number:

FDC ITN-17-122

Solicitation Title:

Inmate Telecommunications Services

Opening Date/Time:

June 27, 2017 at 2:00 p.m., Eastern Time

Addendum Number:

008

Failure to file a protest within the time prescribed in Section 120.57(3), Florida Statutes, or failure
to post the bond or other security required by law within the time allowed for filing a bond shall
constitute a waiver of proceedings under Chapter 120, Florida Statutes.
Please be advised that the changes below are applicable to the most recent version of the above
referenced solicitation, including any prior addendums. Added or new language to the ITN is
highlighted in yellow, while deleted language has been struck.
This Addendum includes the following revisions:
Change No. 1: A change to the Timeline.

REVISED
TIMELINE
FDC ITN-17-122
EVENT

DUE DATE

Release of ITN

November 2, 2016

Non-Mandatory
Pre-Bid Conference
and Site Visits

November 14-16, 2016

Questions Due

November 29, 2016
Prior to 5:00 p.m.,
Eastern Time

Anticipated Posting
of Answers to
Submitted Questions
2nd Round of NonMandatory
Pre-Bid Conferences/
Site Visits
nd

2 Round of
Questions Due
Addendum #008

LOCATION

January 17, 2017

Vendor Bid System (VBS):
http://vbs.dms.state.fl.us/vbs/main_menu
See Section 4.16 for a complete listing of these
non-mandatory site visits.
Submit to: Florida Department of Corrections
Bureau of Procurement
Email: purchasing@fdc.myflorida.com
(reference solicitation number in subject line)
Vendor Bid System (VBS):
http://vbs.dms.state.fl.us/vbs/main_menu
See Section 4.16 for a complete listing of these
non-mandatory site visits.

March, 2017
March 30, 2017
Prior to 5:00 p.m.,
Eastern Time

Submit to: Florida Department of Corrections
Bureau of Procurement
Email: purchasing@fdc.myflorida.com
(reference solicitation number in subject line)

Page 1 of 3

ITN-17-122

Anticipated Posting
of 2nd Round of
Answers to
Submitted Questions

April 24, 2017

Sealed Replies Due
and Opened

June 27, 2017
TBD
May 18, 2017
2:00 p.m., Eastern Time

Evaluation Team
Meeting

July 11, 2017
TBD
June 1, 2017
2:00 p.m., Eastern Time

Anticipated
Negotiations

August-September, 2017
TBD
June-August, 2017

Anticipated Posting of
Intent to Award

October, 2017
TBD
September, 2017

Vendor Bid System (VBS):
http://vbs.dms.state.fl.us/vbs/main_menu

Florida Department of Corrections
Bureau of Procurement
501 South Calhoun Street
Tallahassee, Florida 32399

Florida Department of Corrections
Bureau of Procurement
501 South Calhoun Street
Tallahassee, Florida 32399
Florida Department of Corrections
Bureau of Procurement
501 South Calhoun Street
Tallahassee, Florida 32399

Vendor Bid System (VBS):
http://vbs.dms.state.fl.us/vbs/main_menu

Change No. 2: A change to Section 4.8.A (2).
2. Description of Offering
Evaluation of the Vendor’s proposed offering will be based upon information contained in
the entire Reply, but primarily on the information contained in TAB C. Replies will be
evaluated using, but will not be limited to, the following considerations:
a) To what extent the proposed offering satisfies the following criteria (Worth 22
weighted points):
1) Ability to effectively provide telecommunication services, as required by this
ITN.
2) Maximizes operational efficiencies and supports the Department’s goals.
b) To what extent does the summary of the offering, and the explanation of why it is the
best offering for the State, address and meets the goals, needs, and expectations of
the State? (Worth 22 weighted points)
c) To what extent do the Vendor’s proposed value-added services maximize the benefits
to the Department? (Worth 21 weighted points, allocated below)
a. Cell phone detection equipment and phone system surveillance services,
including those listed in Sections 3.2.1, 3.2.4, and 3.2.5. (4 points)
b. Cell phone forensics and intelligence, including those listed in Sections 3.2.2
and 3.2.3.(4 points)
Addendum #008

Page 2 of 3

ITN-17-122

c. Managed Access Systems described in Section 3.2.7 (4 points)
d. Vendor-provided phone call monitoring services referenced in Section 3.2.6.
(4 points)
e. Any other Vendor proposed value-added services or technology to aid in the
prevention and detection of cellular devices, peripheral hardware and
hazardous contraband at entry points and within the secure perimeter of our
correctional institutions. (5 points)
In the negotiation phase of this procurement, the Department reserves the right to
negotiate for these or other value-added services identified through the negotiation
process. Further, the Department is not bound to the point allocation or prioritization
included in this section when determining the best value to the Department.

[REMAINDER OF PAGE INTENTIONALLY LEFT BLANK]

Addendum #008

Page 3 of 3

ITN-17-122

ADDENDUM #009
Solicitation Number:

FDC ITN-17-122

Solicitation Title:

Inmate Telecommunications Services

Opening Date/Time:

TBD June 27, 2017 at 2:00 p.m., Eastern Time

Addendum Number:

009

Failure to file a protest within the time prescribed in Section 120.57(3), Florida Statutes, or failure
to post the bond or other security required by law within the time allowed for filing a bond shall
constitute a waiver of proceedings under Chapter 120, Florida Statutes.
Please be advised that the changes below are applicable to the most recent version of the above
referenced solicitation, including any prior addendums. Added or new language to the ITN is
highlighted in yellow, while deleted language has been struck.
This Addendum includes the following revisions:
Change No. 1: A change to the Timeline.

REVISED
TIMELINE
FDC ITN-17-122
EVENT

DUE DATE

Release of ITN

November 2, 2016

Non-Mandatory
Pre-Bid Conference
and Site Visits

November 14-16, 2016

Questions Due

November 29, 2016
Prior to 5:00 p.m.,
Eastern Time

Anticipated Posting
of Answers to
Submitted Questions
2nd Round of NonMandatory
Pre-Bid Conferences/
Site Visits
nd

2 Round of
Questions Due
Addendum #009

LOCATION

January 17, 2017

Vendor Bid System (VBS):
http://vbs.dms.state.fl.us/vbs/main_menu
See Section 4.16 for a complete listing of these
non-mandatory site visits.
Submit to: Florida Department of Corrections
Bureau of Procurement
Email: purchasing@fdc.myflorida.com
(reference solicitation number in subject line)
Vendor Bid System (VBS):
http://vbs.dms.state.fl.us/vbs/main_menu
See Section 4.16 for a complete listing of these
non-mandatory site visits.

March, 2017

March 30, 2017
Prior to 5:00 p.m.,
Eastern Time

Submit to: Florida Department of Corrections
Bureau of Procurement
Email: purchasing@fdc.myflorida.com
(reference solicitation number in subject line)

Page 1 of 2

ITN-17-122

Anticipated Posting
of 2nd Round of
Answers to
Submitted Questions

April 24, 2017

Vendor Bid System (VBS):
http://vbs.dms.state.fl.us/vbs/main_menu

Sealed Replies Due
and Opened

TBD
June 27, 2017
TBD
May 18, 2017
2:00 p.m., Eastern Time

Florida Department of Corrections
Bureau of Procurement
501 South Calhoun Street
Tallahassee, Florida 32399

Evaluation Team
Meeting

TBD
July 11, 2017
TBD
June 1, 2017
2:00 p.m., Eastern Time

Florida Department of Corrections
Bureau of Procurement
501 South Calhoun Street
Tallahassee, Florida 32399

Anticipated
Negotiations

Anticipated Posting of
Intent to Award

Addendum #009

TBD
August-September, 2017
TBD
June-August, 2017

TBD
October, 2017
TBD
September, 2017

Florida Department of Corrections
Bureau of Procurement
501 South Calhoun Street
Tallahassee, Florida 32399

Vendor Bid System (VBS):
http://vbs.dms.state.fl.us/vbs/main_menu

Page 2 of 2

ITN-17-122

ADDENDUM #010
Solicitation Number:

FDC ITN-17-122

Solicitation Title:

Inmate Telecommunications Services

Opening Date/Time:

August 16, 2017 TBD at 2:00 p.m., Eastern Time

Addendum Number:

010

Failure to file a protest within the time prescribed in Section 120.57(3), Florida Statutes, or failure
to post the bond or other security required by law within the time allowed for filing a bond shall
constitute a waiver of proceedings under Chapter 120, Florida Statutes.
Please be advised that the changes below are applicable to the most recent version of the above
referenced solicitation, including any prior addendums. Added or new language to the ITN is
highlighted in yellow, while deleted language has been struck.
This Addendum includes the following revisions:
Change No. 1: A change to the Timeline.

REVISED
TIMELINE
FDC ITN-17-122
EVENT

DUE DATE

Release of ITN

November 2, 2016

Non-Mandatory
Pre-Bid Conference
and Site Visits

November 14-16, 2016

Questions Due

November 29, 2016
Prior to 5:00 p.m.,
Eastern Time

Anticipated Posting
of Answers to
Submitted Questions
2nd Round of NonMandatory
Pre-Bid Conferences/
Site Visits
nd

2 Round of
Questions Due
Addendum #010

January 17, 2017

March, 2017

March 30, 2017
Prior to 5:00 p.m.,
Eastern Time
Page 1 of 2

LOCATION
Vendor Bid System (VBS):
http://vbs.dms.state.fl.us/vbs/main_menu
See Section 4.16 for a complete listing of these
non-mandatory site visits.
Submit to: Florida Department of Corrections
Bureau of Procurement
Email: purchasing@fdc.myflorida.com
(reference solicitation number in subject line)
Vendor Bid System (VBS):
http://vbs.dms.state.fl.us/vbs/main_menu
See Section 4.16 for a complete listing of these
non-mandatory site visits.
Submit to: Florida Department of Corrections
Bureau of Procurement
Email: purchasing@fdc.myflorida.com
(reference solicitation number in subject line)
ITN-17-122

Anticipated Posting
of 2nd Round of
Answers to
Submitted Questions

April 24, 2017

Sealed Replies Due
and Opened

August 16, 2017
2:00 p.m., Eastern Time
TBD
June 27, 2017
TBD
May 18, 2017
2:00 p.m., Eastern Time

Evaluation Team
Meeting

August 24, 2017
2:00 p.m., Eastern Time
TBD
July 11, 2017
TBD
June 1, 2017
2:00 p.m., Eastern Time

Anticipated
Negotiations

Anticipated Posting of
Intent to Award

Addendum #010

October-November 2017
TBD
August-September, 2017
TBD
June-August, 2017

December, 2017
TBD
October, 2017
TBD
September, 2017

Page 2 of 2

Vendor Bid System (VBS):
http://vbs.dms.state.fl.us/vbs/main_menu

Florida Department of Corrections
Bureau of Procurement
501 South Calhoun Street
Tallahassee, Florida 32399

Florida Department of Corrections
Bureau of Procurement
501 South Calhoun Street
Tallahassee, Florida 32399

Florida Department of Corrections
Bureau of Procurement
501 South Calhoun Street
Tallahassee, Florida 32399

Vendor Bid System (VBS):
http://vbs.dms.state.fl.us/vbs/main_menu

ITN-17-122

ADDENDUM #011
Solicitation Number:

FDC ITN-17-122

Solicitation Title:

Inmate Telecommunications Services

Opening Date/Time:

August 16, 2017 at 2:00 p.m., Eastern Time

Addendum Number:

011

Failure to file a protest within the time prescribed in Section 120.57(3), Florida Statutes, or failure
to post the bond or other security required by law within the time allowed for filing a bond shall
constitute a waiver of proceedings under Chapter 120, Florida Statutes.
Please be advised that the changes below are applicable to the most recent version of the above
referenced solicitation, including any prior addendums. Added or new language to the ITN is
highlighted in yellow, while deleted language has been struck.
This Addendum includes the following revisions:
Change No. 1: A change to the Timeline.

REVISED
TIMELINE
FDC ITN-17-122
EVENT

DUE DATE

Release of ITN

November 2, 2016

Non-Mandatory
Pre-Bid Conference
and Site Visits

November 14-16, 2016

See Section 4.16 for a complete listing of
these non-mandatory site visits.

Questions Due

November 29, 2016
Prior to 5:00 p.m.,
Eastern Time

Submit to: Florida Department of Corrections
Bureau of Procurement
Email: purchasing@fdc.myflorida.com
(reference solicitation number in subject line)

Anticipated Posting
of Answers to
Submitted Questions
2nd Round of NonMandatory
Pre-Bid Conferences/
Site Visits
nd

2 Round of
Questions Due
Addendum #011

LOCATION
Vendor Bid System (VBS):
http://vbs.dms.state.fl.us/vbs/main_menu

January 17, 2017

Vendor Bid System (VBS):
http://vbs.dms.state.fl.us/vbs/main_menu

March, 2017

See Section 4.16 for a complete listing of
these
non-mandatory site visits.

March 30, 2017
Prior to 5:00 p.m.,
Eastern Time
Page 1 of 2

Submit to: Florida Department of Corrections
Bureau of Procurement
Email: purchasing@fdc.myflorida.com
(reference solicitation number in subject line)
ITN-17-122

Anticipated Posting
of 2nd Round of
Answers to
Submitted Questions
Sealed Replies Due
and Opened

Evaluation Team
Meeting

April 24, 2017

August 16, 2017
2:00 p.m., Eastern Time

August 24, 2017
2:00 p.m., Eastern Time

Vendor Bid System (VBS):
http://vbs.dms.state.fl.us/vbs/main_menu
Florida Department of Corrections
Bureau of Procurement
501 South Calhoun Street
Tallahassee, Florida 32399
Florida Department of Corrections
Bureau of Procurement
501 South Calhoun Street
Tallahassee, Florida 32399

October-November 2017

Florida Department of Corrections
Bureau of Procurement
501 South Calhoun Street
Tallahassee, Florida 32399

Negotiation Team
Meeting

March, 2018

Florida Department of Corrections
Bureau of Procurement
501 South Calhoun Street
Tallahassee, Florida 32399

Anticipated Posting of
Intent to Award

April, 2018
December, 2017

Anticipated
Negotiations

Addendum #011

Page 2 of 2

Vendor Bid System (VBS):
http://vbs.dms.state.fl.us/vbs/main_menu

ITN-17-122

ADDENDUM #012
Solicitation Number:

FDC ITN-17-122

Solicitation Title:

Inmate Telecommunications Services

Opening Date/Time:

August 16, 2017 at 2:00 p.m., Eastern Time

Addendum Number:

012

Failure to file a protest within the time prescribed in Section 120.57(3), Florida Statutes, or failure
to post the bond or other security required by law within the time allowed for filing a bond shall
constitute a waiver of proceedings under Chapter 120, Florida Statutes.
Please be advised that the changes below are applicable to the most recent version of the above
referenced solicitation, including any prior addendums. Added or new language to the ITN is
highlighted in yellow, while deleted language has been struck.
This Addendum includes the following revisions:
Change No. 1: A change to the Timeline.

REVISED
TIMELINE
FDC ITN-17-122
EVENT

DUE DATE

Release of ITN

November 2, 2016

Non-Mandatory
Pre-Bid Conference
and Site Visits

November 14-16, 2016

See Section 4.16 for a complete listing of
these non-mandatory site visits.

Questions Due

November 29, 2016
Prior to 5:00 p.m.,
Eastern Time

Submit to: Florida Department of Corrections
Bureau of Procurement
Email: purchasing@fdc.myflorida.com
(reference solicitation number in subject line)

Anticipated Posting
of Answers to
Submitted Questions
2nd Round of NonMandatory
Pre-Bid Conferences/
Site Visits
nd

2 Round of
Questions Due
Addendum #012

LOCATION
Vendor Bid System (VBS):
http://vbs.dms.state.fl.us/vbs/main_menu

January 17, 2017

Vendor Bid System (VBS):
http://vbs.dms.state.fl.us/vbs/main_menu

March, 2017

See Section 4.16 for a complete listing of
these non-mandatory site visits.

March 30, 2017
Prior to 5:00 p.m.,
Eastern Time
Page 1 of 2

Submit to: Florida Department of Corrections
Bureau of Procurement
Email: purchasing@fdc.myflorida.com
(reference solicitation number in subject line)
ITN-17-122

Anticipated Posting
of 2nd Round of
Answers to
Submitted Questions
Sealed Replies Due
and Opened

Evaluation Team
Meeting

April 24, 2017

August 16, 2017
2:00 p.m., Eastern Time

August 24, 2017
2:00 p.m., Eastern Time

Vendor Bid System (VBS):
http://vbs.dms.state.fl.us/vbs/main_menu
Florida Department of Corrections
Bureau of Procurement
501 South Calhoun Street
Tallahassee, Florida 32399
Florida Department of Corrections
Bureau of Procurement
501 South Calhoun Street
Tallahassee, Florida 32399

Anticipated
Negotiations

October-November 2017

Florida Department of Corrections
Bureau of Procurement
501 South Calhoun Street
Tallahassee, Florida 32399

Negotiation Team
Meeting

May 31, 2018 at 3:00 p.m.,
Eastern Time
March 2018

Florida Department of Corrections
Bureau of Procurement
501 South Calhoun Street
Tallahassee, Florida 32399

Anticipated Posting of
Intent to Award

June 2018
April, 2018

Addendum #012

Page 2 of 2

Vendor Bid System (VBS):
http://vbs.dms.state.fl.us/vbs/main_menu

ITN-17-122

ADDENDUM #013
Solicitation Number:

FDC ITN-17-122

Solicitation Title:

Inmate Telecommunications Services

Opening Date/Time:

August 16, 2017 at 2:00 p.m., Eastern Time

Addendum Number:

013

Failure to file a protest within the time prescribed in Section 120.57(3), Florida Statutes, or failure
to post the bond or other security required by law within the time allowed for filing a bond shall
constitute a waiver of proceedings under Chapter 120, Florida Statutes.
Please be advised that the changes below are applicable to the most recent version of the above
referenced solicitation, including any prior addendums. Added or new language to the ITN is
highlighted in yellow, while deleted language has been struck.
This Addendum includes the following revisions:
Change No. 1: A change to the Timeline.

REVISED
TIMELINE
FDC ITN-17-122
EVENT

DUE DATE

Release of ITN

November 2, 2016

Non-Mandatory
Pre-Bid Conference
and Site Visits

November 14-16, 2016

See Section 4.16 for a complete listing of
these non-mandatory site visits.

Questions Due

November 29, 2016
Prior to 5:00 p.m.,
Eastern Time

Submit to: Florida Department of Corrections
Bureau of Procurement
Email: purchasing@fdc.myflorida.com
(reference solicitation number in subject line)

Anticipated Posting
of Answers to
Submitted Questions
2nd Round of NonMandatory
Pre-Bid Conferences/
Site Visits
nd

2 Round of
Questions Due
Addendum #013

LOCATION
Vendor Bid System (VBS):
http://vbs.dms.state.fl.us/vbs/main_menu

January 17, 2017

Vendor Bid System (VBS):
http://vbs.dms.state.fl.us/vbs/main_menu

March, 2017

See Section 4.16 for a complete listing of
these non-mandatory site visits.

March 30, 2017
Prior to 5:00 p.m.,
Eastern Time
Page 1 of 2

Submit to: Florida Department of Corrections
Bureau of Procurement
Email: purchasing@fdc.myflorida.com
(reference solicitation number in subject line)
ITN-17-122

Anticipated Posting
of 2nd Round of
Answers to
Submitted Questions
Sealed Replies Due
and Opened

Evaluation Team
Meeting

April 24, 2017

August 16, 2017
2:00 p.m., Eastern Time

August 24, 2017
2:00 p.m., Eastern Time

Vendor Bid System (VBS):
http://vbs.dms.state.fl.us/vbs/main_menu
Florida Department of Corrections
Bureau of Procurement
501 South Calhoun Street
Tallahassee, Florida 32399
Florida Department of Corrections
Bureau of Procurement
501 South Calhoun Street
Tallahassee, Florida 32399

Anticipated
Negotiations

October-November 2017

Florida Department of Corrections
Bureau of Procurement
501 South Calhoun Street
Tallahassee, Florida 32399

Negotiation Team
Meeting

June 7, 2018 at 3:00 p.m.,
Eastern Time
May 31, 2018 at 3:00 p.m.
March 2018

Florida Department of Corrections
Bureau of Procurement
501 South Calhoun Street
Tallahassee, Florida 32399

Anticipated Posting of
Intent to Award

June 2018
April, 2018

Addendum #013

Page 2 of 2

Vendor Bid System (VBS):
http://vbs.dms.state.fl.us/vbs/main_menu

ITN-17-122

ADDENDUM #014
Solicitation Number:

FDC ITN-17-122

Solicitation Title:

Inmate Telecommunications Services

Opening Date/Time:

August 16, 2017 at 2:00 p.m., Eastern Time

Addendum Number:

014

Failure to file a protest within the time prescribed in Section 120.57(3), Florida Statutes, or failure
to post the bond or other security required by law within the time allowed for filing a bond shall
constitute a waiver of proceedings under Chapter 120, Florida Statutes.
Please be advised that the changes below are applicable to the most recent version of the above
referenced solicitation, including any prior addendums. Added or new language to the ITN is
highlighted in yellow, while deleted language has been struck.
This Addendum includes the following revisions:
Change No. 1: A change to the Timeline.

REVISED
TIMELINE
FDC ITN-17-122
EVENT

DUE DATE

Release of ITN

November 2, 2016

Non-Mandatory
Pre-Bid Conference
and Site Visits

November 14-16, 2016

See Section 4.16 for a complete listing of
these non-mandatory site visits.

Questions Due

November 29, 2016
Prior to 5:00 p.m.,
Eastern Time

Submit to: Florida Department of Corrections
Bureau of Procurement
Email: purchasing@fdc.myflorida.com
(reference solicitation number in subject line)

Anticipated Posting
of Answers to
Submitted Questions
2nd Round of NonMandatory
Pre-Bid Conferences/
Site Visits
nd

2 Round of
Questions Due
Addendum #014

LOCATION
Vendor Bid System (VBS):
http://vbs.dms.state.fl.us/vbs/main_menu

January 17, 2017

Vendor Bid System (VBS):
http://vbs.dms.state.fl.us/vbs/main_menu

March, 2017

See Section 4.16 for a complete listing of
these non-mandatory site visits.

March 30, 2017
Prior to 5:00 p.m.,
Eastern Time
Page 1 of 2

Submit to: Florida Department of Corrections
Bureau of Procurement
Email: purchasing@fdc.myflorida.com
(reference solicitation number in subject line)
ITN-17-122

Anticipated Posting
of 2nd Round of
Answers to
Submitted Questions
Sealed Replies Due
and Opened

Evaluation Team
Meeting

April 24, 2017

August 16, 2017
2:00 p.m., Eastern Time

August 24, 2017
2:00 p.m., Eastern Time

Vendor Bid System (VBS):
http://vbs.dms.state.fl.us/vbs/main_menu
Florida Department of Corrections
Bureau of Procurement
501 South Calhoun Street
Tallahassee, Florida 32399
Florida Department of Corrections
Bureau of Procurement
501 South Calhoun Street
Tallahassee, Florida 32399

Anticipated
Negotiations

October-November 2017

Florida Department of Corrections
Bureau of Procurement
501 South Calhoun Street
Tallahassee, Florida 32399

Negotiation Team
Meeting

June 28, 2018 at 3:00 p.m.,
Eastern Time
June 7, 2018 at 3:00 p.m.,
Eastern Time

Florida Department of Corrections
Bureau of Procurement
501 South Calhoun Street
Tallahassee, Florida 32399

Anticipated Posting of
Intent to Award

July 2018
June 2018

Addendum #014

Page 2 of 2

Vendor Bid System (VBS):
http://vbs.dms.state.fl.us/vbs/main_menu

ITN-17-122

ADDENDUM #015
Solicitation Number:

FDC ITN-17-122

Solicitation Title:

Inmate Telecommunications Services

Opening Date/Time:

August 16, 2017 at 2:00 p.m., Eastern Time

Addendum Number:

015

Failure to file a protest within the time prescribed in Section 120.57(3), Florida Statutes, or failure
to post the bond or other security required by law within the time allowed for filing a bond shall
constitute a waiver of proceedings under Chapter 120, Florida Statutes.
Please be advised that the changes below are applicable to the most recent version of the above
referenced solicitation, including any prior addendums. Added or new language to the ITN is
highlighted in yellow, while deleted language has been struck.
This Addendum includes the following revisions:
Change No. 1: A change to the Timeline.

REVISED
TIMELINE
FDC ITN-17-122
EVENT

DUE DATE

Release of ITN

November 2, 2016

Non-Mandatory
Pre-Bid Conference
and Site Visits

November 14-16, 2016

See Section 4.16 for a complete listing of
these non-mandatory site visits.

Questions Due

November 29, 2016
Prior to 5:00 p.m.,
Eastern Time

Submit to: Florida Department of Corrections
Bureau of Procurement
Email: purchasing@fdc.myflorida.com
(reference solicitation number in subject line)

Anticipated Posting
of Answers to
Submitted Questions
2nd Round of NonMandatory
Pre-Bid Conferences/
Site Visits
nd

2 Round of
Questions Due
Addendum #015

LOCATION
Vendor Bid System (VBS):
http://vbs.dms.state.fl.us/vbs/main_menu

January 17, 2017

Vendor Bid System (VBS):
http://vbs.dms.state.fl.us/vbs/main_menu

March, 2017

See Section 4.16 for a complete listing of
these non-mandatory site visits.

March 30, 2017
Prior to 5:00 p.m.,
Eastern Time
Page 1 of 2

Submit to: Florida Department of Corrections
Bureau of Procurement
Email: purchasing@fdc.myflorida.com
(reference solicitation number in subject line)
ITN-17-122

Anticipated Posting
of 2nd Round of
Answers to
Submitted Questions
Sealed Replies Due
and Opened

Evaluation Team
Meeting

Anticipated
Negotiations

Negotiation Team
Meeting

Anticipated Posting of
Intent to Award

Addendum #015

April 24, 2017

August 16, 2017
2:00 p.m., Eastern Time

August 24, 2017
2:00 p.m., Eastern Time

Vendor Bid System (VBS):
http://vbs.dms.state.fl.us/vbs/main_menu
Florida Department of Corrections
Bureau of Procurement
501 South Calhoun Street
Tallahassee, Florida 32399
Florida Department of Corrections
Bureau of Procurement
501 South Calhoun Street
Tallahassee, Florida 32399

October-November 2017

Florida Department of Corrections
Bureau of Procurement
501 South Calhoun Street
Tallahassee, Florida 32399

July 24, 2018 at 2:00 p.m.,
Eastern Time
June 28, 2018 at 3:00 p.m.,
Eastern Time

Florida Department of Corrections
Bureau of Procurement
501 South Calhoun Street
Tallahassee, Florida 32399

August 2018
July 2018

Page 2 of 2

Vendor Bid System (VBS):
http://vbs.dms.state.fl.us/vbs/main_menu

ITN-17-122

ADDENDUM #016
Solicitation Number:

FDC ITN-17-122

Solicitation Title:

Inmate Telecommunications Services

Opening Date/Time:

August 16, 2017 at 2:00 p.m., Eastern Time

Addendum Number:

016

Failure to file a protest within the time prescribed in Section 120.57(3), Florida Statutes, or failure
to post the bond or other security required by law within the time allowed for filing a bond shall
constitute a waiver of proceedings under Chapter 120, Florida Statutes.
Please be advised that the changes below are applicable to the most recent version of the above
referenced solicitation, including any prior addendums. Added or new language to the ITN is
highlighted in yellow, while deleted language has been struck.
This Addendum includes the following revisions:
Change No. 1: A change to the Timeline.

REVISED
TIMELINE
FDC ITN-17-122
EVENT

DUE DATE

Release of ITN

November 2, 2016

Non-Mandatory
Pre-Bid Conference
and Site Visits

November 14-16, 2016

See Section 4.16 for a complete listing of
these non-mandatory site visits.

Questions Due

November 29, 2016
Prior to 5:00 p.m.,
Eastern Time

Submit to: Florida Department of Corrections
Bureau of Procurement
Email: purchasing@fdc.myflorida.com
(reference solicitation number in subject line)

Anticipated Posting
of Answers to
Submitted Questions
2nd Round of NonMandatory
Pre-Bid Conferences/
Site Visits
nd

2 Round of
Questions Due
Addendum #016

LOCATION
Vendor Bid System (VBS):
http://vbs.dms.state.fl.us/vbs/main_menu

January 17, 2017

Vendor Bid System (VBS):
http://vbs.dms.state.fl.us/vbs/main_menu

March, 2017

See Section 4.16 for a complete listing of
these non-mandatory site visits.

March 30, 2017
Prior to 5:00 p.m.,
Eastern Time
Page 1 of 2

Submit to: Florida Department of Corrections
Bureau of Procurement
Email: purchasing@fdc.myflorida.com
(reference solicitation number in subject line)
ITN-17-122

Anticipated Posting
of 2nd Round of
Answers to
Submitted Questions
Sealed Replies Due
and Opened

Evaluation Team
Meeting

April 24, 2017

August 16, 2017
2:00 p.m., Eastern Time

August 24, 2017
2:00 p.m., Eastern Time

Vendor Bid System (VBS):
http://vbs.dms.state.fl.us/vbs/main_menu
Florida Department of Corrections
Bureau of Procurement
501 South Calhoun Street
Tallahassee, Florida 32399
Florida Department of Corrections
Bureau of Procurement
501 South Calhoun Street
Tallahassee, Florida 32399

Anticipated
Negotiations

October-November 2017

Florida Department of Corrections
Bureau of Procurement
501 South Calhoun Street
Tallahassee, Florida 32399

Negotiation Team
Meeting

November 21, 2018
2:00 p.m., Eastern Time
July 24, 2018 at 2:00 p.m.,
Eastern Time

Florida Department of Corrections
Bureau of Procurement
501 South Calhoun Street
Tallahassee, Florida 32399

Anticipated Posting of
Intent to Award

January 2019
August 2018

Addendum #016

Page 2 of 2

Vendor Bid System (VBS):
http://vbs.dms.state.fl.us/vbs/main_menu

ITN-17-122

ADDENDUM #017
Solicitation Number:

FDC ITN-17-122

Solicitation Title:

Inmate Telecommunications Services

Opening Date/Time:

August 16, 2017 at 2:00 p.m., Eastern Time

Addendum Number:

017

Failure to file a protest within the time prescribed in Section 120.57(3), Florida Statutes, or failure
to post the bond or other security required by law within the time allowed for filing a bond shall
constitute a waiver of proceedings under Chapter 120, Florida Statutes.
Please be advised that the changes below are applicable to the most recent version of the above
referenced solicitation, including any prior addendums. Added or new language to the ITN is
highlighted in yellow, while deleted language has been struck.
This Addendum includes the following revisions:
Change No. 1: A change to the Timeline.

REVISED
TIMELINE
FDC ITN-17-122
EVENT

DUE DATE

Release of ITN

November 2, 2016

Non-Mandatory
Pre-Bid Conference
and Site Visits

November 14-16, 2016

See Section 4.16 for a complete listing of
these non-mandatory site visits.

Questions Due

November 29, 2016
Prior to 5:00 p.m.,
Eastern Time

Submit to: Florida Department of Corrections
Bureau of Procurement
Email: purchasing@fdc.myflorida.com
(reference solicitation number in subject line)

Anticipated Posting
of Answers to
Submitted Questions
2nd Round of NonMandatory
Pre-Bid Conferences/
Site Visits
2nd

Round of
Questions Due
Addendum #017

LOCATION
Vendor Bid System (VBS):
http://vbs.dms.state.fl.us/vbs/main_menu

January 17, 2017

Vendor Bid System (VBS):
http://vbs.dms.state.fl.us/vbs/main_menu

March, 2017

See Section 4.16 for a complete listing of
these non-mandatory site visits.

March 30, 2017
Prior to 5:00 p.m.,
Eastern Time
Page 1 of 2

Submit to: Florida Department of Corrections
Bureau of Procurement
Email: purchasing@fdc.myflorida.com
(reference solicitation number in subject line)
ITN-17-122

Anticipated Posting
of 2nd Round of
Answers to
Submitted Questions
Sealed Replies Due
and Opened

Evaluation Team
Meeting

Anticipated
Negotiations

Negotiation Team
Meeting

Anticipated Posting of
Intent to Award

Addendum #017

April 24, 2017

August 16, 2017
2:00 p.m., Eastern Time

August 24, 2017
2:00 p.m., Eastern Time

Vendor Bid System (VBS):
http://vbs.dms.state.fl.us/vbs/main_menu
Florida Department of Corrections
Bureau of Procurement
501 South Calhoun Street
Tallahassee, Florida 32399
Florida Department of Corrections
Bureau of Procurement
501 South Calhoun Street
Tallahassee, Florida 32399

October-November 2017

Florida Department of Corrections
Bureau of Procurement
501 South Calhoun Street
Tallahassee, Florida 32399

November 21, 2018
2:00 p.m., Eastern Time

Florida Department of Corrections
Bureau of Procurement
501 South Calhoun Street
Tallahassee, Florida 32399 

December 11, 2018
January 2019

Page 2 of 2

Vendor Bid System (VBS):
http://vbs.dms.state.fl.us/vbs/main_menu

ITN-17-122

FLORIDA
DEPARTMENT of
CORRECTIONS

Governor

RICK SCOTT
Secretary

JULIE L. JONES
501 South Calhoun Street, Tallahassee, FL 32399-2500

http://www.dc.state.fl.us

DATE:

December 6, 2018

MEMO TO:

Julie L. Jones, Secretary
Florida Department of Corrections

THROUGH:

Kasey B. Faulk, Bureau Chief and Lead Negotiator for ITN-17-122
Bureau of Procurement

FROM:

Tammy Davis, Purchasing Manager
Bureau of Procurement

SUBJECT:

Recommendation of Award for Invitation to Negotiate (ITN) FDCITN-17-122, Inmate
Telecommunication Services

I.

DESCRIPTION OF EQUIPMENT OR SERVICES
This procurement action is to establish an award of one (1) Contract for the provision of
telecommunication services for inmates at all of the Department's Correctional Institutions and
associated satellite facilities, with the option for use by private correctional facilities.

II.

SUMMATION
The appointed Negotiation Team has recommended that a Contract for Inmate Telecommunication
Services be awarded to Global Tel*Link Corporation (GTL).

ill.

CHRONOLOGICAL IDSTORY OF THE SOLICITATION
A. The Bureau of Procurement released an ITN for the subject services on November 2, 2016.
B. The non-mandatory Pre-Bid Conference and Site Visits were conducted from November 14, 2016,
through November 16, 2016, at multiple institutions, as described in the ITN.

C. On December 22, 2016, the Department issued Addendum 001 to revise the Timeline for the
advertisement of official answers, based on the volume of inquiries.
D. On January 9, 2017, Addendum 002 was issued to amend the Timeline for advertisement ofthe
Department's written answers and all subsequent dates.
E. On January 17, 2017, the Department advertised Addendum 003, revising the ITN requirements
in Section 3.6.4, System Service Functionality Requirements Service Area, and Section 3.6.5,
Other Service Requirements Service Area, incorporating the call data by months, revising the
Table in Section 4.9.A, and noting the Department's answers to written inquiries.

EXHIBIT "B"

F. On February 2, 2017, the Department advertised Addendum 004, revising the Timeline to
accommodate the protest process, as a written formal protest was received from CentwyLink
subsequent to the advertisement of the Department's written answers to written inquiries.
G. On February 23, 2017, the Department advertised Addendum 005, to revise the Timeline to include
a second round of Non-Mandatory Pre-Bid Conferences/Site Visits and a second round of written
inquiries/answers. Additionally, the ITN was revised to provide additional information on a
Managed Access System, as a settlement to the submitted protest, and to correct a minor
mathematical error in Section 4.9.
H. On April 24, 2017, the Department advertised Addendum 006, answering the second round of
written inquiries received, revising ITN Section 4.8.A(2), and adding a Non-Disclosure Agreement
for Restricted Information as Attachment XI of the ITN.
I.

On May 16, 2017, the Department advertised Addendum 007, rev1smg the Timeline to
accommodate the protest process, as a written formal protest was received from GTL subsequent
to the advertisement of the Department's written answers to written inquiries.

J.

On June 13, 2017, the Department advertised Addendum 008, revising the Timeline and revising
the requirements in ITN Section 4.8.A(2) as a settlement to the submitted protest.

K. On June 26, 2017, the Department advertised Addendum 009, revising the Timeline to
accommodate the protest process, as a written formal protest was received from Securus
Technologies, Inc. (Securus) subsequent to the June 13th advertisement of the Department's
revised requirements.
L. On July 28, 2017, the Department advertised Addendum 010, revising the Timeline to proceed
with the ITN solicitation process.

M. Replies were publicly opened on August 16, 2017, at 2:00 p.m., Eastern Time. The Department
received responses from three (3) Vendors: CenturyLink, GTL, and Securus.
N. Negotiations began November 2017.

0. On February 9, 2018, the Department advertised Addendum 011, revising the Timeline to publicly
notice the Negotiation Team Meeting in March 2018, and to change the Anticipated Posting of
Intent to Award to April 2018 due to ongoing negotiations.
P. On April 23, 2018, the Department issued a Request for Best and Final Offers (RBAFO) to all
participating Vendors, indicating Vendor Best and Final Offers (BAFOs) were due May 17, 2018,
by 2:00 p.m., Eastern Time. The deadline for Vendor BAFOs was ultimately moved to 2:00 p.m.,
Eastern Time, on May 30, 2018.
Q. On May 3, 2018, the Department advertised Addendum 012, moving the Negotiation Team
Meeting to May 31, 2018, at 3:00 p.m., Eastern Time, and changing the Anticipated Posting of
Intent to Award to June 2018 due to additional Vendor questions.
R. On May 17, 2018, the Department advertised Addendum 013, moving the Negotiation Team
Meeting to June 7, 2018, at 3:00 p.m., Eastern Time, to accommodate additional time for all
Vendors to provide additional information to the Department for consideration.
S. On June 4, 2018, the Department advertised Addendum 014, moving the Negotiation Team
Meeting to June 28, 2018, at 3 :00 p.m., Eastern Time, and change the Anticipated Posting of Intent
2

to Award to July 2018. This change was due to BAFO clarifications needed, and additional
negotiation sessions held.
T. On June 22, 2018, the Negotiation Team requested clarification from Vendors regarding their
BAFOs. Responses for this request were due no later than 5:00 p.m., Eastern Time, on June 26,
2018.
U. On June 25, 2018, the Department advertised Addendum 015, moving the Negotiation Team
Meeting to July 24, 2018, at 2:00 p.m., Eastern Time, and changing the Anticipated Posting of
Intent to Award to August 2018, due to BAFO clarifications needed and additional negotiation
sessions held.
V. On November 1, 2018, the Department advertised Addendum 016, moving the Negotiation Team
Meeting to November 21, 2018, at 2:00 p.m., Eastern Time, and changing the Anticipated Posting
of Intent to Award to January 2019, to allow finalization and review of BAFOs and adequate time
for the decision-making process.
IV.

REPLYEVALUATIONPHASE
On November 14, 2017, the Procurement Officer provided instructions and distributed the evaluation
materials to the Evaluation Team. Based on the established criteria defined in the TIN, the threemember Evaluation Team evaluated and scored the Technical portion of the Vendors' Replies, and the
Procurement Officer evaluated and scored the Vendors' Cost Replies.
The Final Evaluation Scores were used to preliminarily rank the Replies, and then the rankings were
used to establish a competitive range to determine which Vendors would be invited to participate in
the Negotiation Phase. Based on the competitive scores of all responsive, responsible Vendors, the
three-member Negotiation Team selected all Vendors for invitation to participate in the Negotiation
Phase. A summary of the Final Evaluation Scores and each Vendor's preliminary ranking is provided
below:
Vendor

Securus
GTL
CenturyLink

V.

Technical
Score
441.00
408.67
394.00

Cost Score

Final Score

Rank

100.00
75.72
65.00

541.00
484.39
459.00

1
2
3

NEGOTIATION PHASE
Multiple negotiation sessions were held with each Vendor. Negotiation sessions included discussion
of service requirements, staffing, pricing, performance measures, and financial consequences.
Negotiations also included value-added services to be provided to the Department at no additional
cost.
The Department then released a Request for Best and Final Offer (RBAFO) to each Vendor. The
BAFOs were due, and received from each Vendor, by the deadline on May 30, 2018. After submission
of the BAFOs, subsequent clarifications and revisions were provided by each Vendor. These final
revised BAFOs including a revised BAFO from GTL, a revised BAFO from CenturyLink, and options
5, 6, and 7 presented in a revised BAFO from Securus were considered for the ITN award. Each
Negotiator then reviewed all Vendors' revised BAFOs independently, and the Negotiation Team
Meeting was held on November 21, 2018, to make a recommendation of award based on the Selection
Criteria denoted in the ITN. The Negotiation Team unanimously recommended an award to Global
Tel *Link Corporation, as the Vendor providing best value to the Department.
3

VI.

COST ANALYSIS
The Department reviewed industry pricing of similar state correctional departments, as well as the
rates in the Department's current Contract with Securus. Each state utilized a unique set of per-minute
pricing, as well as various fees and surcharges as outlined below:
State
Department
of
Corrections
IDOC)
Georgia
DOC

Local Per
Minute Rate

Intrastate Per
Minute Rate

Interstate Per
Minute Rate

Funding
Fee/Account
Setup Fee

$0.13

$0.21

Up to $4. 75 to
fund prepaid
accounts

Texas DOC

$0.06

$0.13 (within
16 miles)
or
$0.16(over17
miles)
$0.06

$0.06

California
DOC

$0.096

$0.135

$0.25

Current
FDC
Contract

$0.04

$0.14

$0.14

Up to $5.95 to
fund prepaid
accounts
$3.00 one-time
account setup
fee
None

Additional
Fees

$2.00 fee per
collect call
$0.99 for each
Advanced Pay
One Call
None

After researching market rates, in the RBAFO the Department chose to set the price and fees that could
be charged to ensure fair and reasonable pricing for inmate friends and families, and an equitable,
competitive field to review each Vendor's proposed commission rates and value-added services.
Based on a set price of $0.135 per minute for all types of calling and a deposit fee of $0.99 for funding
prepaid accounts, along with a concession by the Department to eliminate the authorized calling list
(PAN), the Vendors proposed the following*:
Compensation/
Value-Added
Services
Vendor Required
Concessions from
Department
Annual
Commission
Call Monitoring

Cell Phone
Forensic Lab

CenturyLink

Securus**

GTL

None

10-year initial Contract
term

None

$4,900,000

$5,000,000

$5,000,000

5% of monthly minutes
monitored by Vendor

5% of randomly selected
monthly calls monitored
by the Vendor

Fully functional forensic
lab with:
• 10 full-time staff
• 4 Cellebrite units
• Mass storage

Fully functional forensic
lab with:
• 13 full-time staff
• 4 Cellebrite units
• Mass storage

Up to 10% of monthly
calls will be monitored,
with no less than 5%
monitored by the
Vendor
Fully functional
forensic lab with:
• 15 full-time staff
• 10 Cellebrite units
• Mass storage
4

Compensation/
Value-Added
Services
Cell Phone
Forensic Lab
(continued)

CenturyLink

Securus**

• Analytical Software
• Facial Recognition
• Analyzer Link (analytic
tool from ITS)
• Mobile Device Disposal

• THREADS analytical
software
•Facial Recognition
• SnapTrends Social
Media monitoring
•Encase
•XRY
•Chip Off
• Electronic Inventory
Barcode System
• Mobile Device
Disposal
• TIPS line monitoring
• TIG Geutebriick
Thermal Detection
System, including
network connectivity,
at all major institutions
& adjacent work
camps (in negotiations
they included annexes
as part of the major
institution), includes
maintenance-on
mutually agreed upon
timeline
• Continued operation of
the 3 current MAS
systems, with
expanded coverage to
the perimeter
• Reverse number
lookup
•ICER
• Word spotting
• Voice biometric PIN
validation
• Continuous voice
biometrics through
Investigator Pro
• Integrate intelligence
data with JPay system

Contraband
Detection

• TIPS line monitoring
• 300 CEIA handheld
metal detectors (Year 1,
Year 4, Year 7)

Intelligence
Enhancements

• Reverse number lookup
•ICER
• Word spotting
• Voice biometric PIN
validation
• Continuous voice
biometrics through The
Imposter module of
Enforcer
• CRIMES case
management
• 1,500 Dell Wyse 3040
thin clients (300
annually)

GTL

• Analytical Software
provided by Data IQ
• Mobile IQ and
FUSION systems
• Mobile Device
Disposal
• Electronic Inventory
System

• TIPS line monitoring
• 497 FLIR 35mm
integrated Thermal
Fence camera system
with installation
(average of 7 per
facility), including
network connectivity
•Provision of 2 MAS
systems at facilities
that currently have
systems implemented
• 100 CEIA MSD
towers

• Reverse number
lookup
• Called Party IQ to
monitor inmate-toInmate
communications
(similar to ICER)
• Word spotting
•Voice biometric PIN
validation
• Continuous voice
biometrics through
Voice IQ
• Integration of
intelligence data with
JPav svstem

5

CenturyLink

Securus**

GTL

•Biometric entry/exit
system for visitors,
inmates, and staff
• 38 Harris P25 yard
radio systems over 3
years to enhance
communications within
the secure perimeter of
the institutions

•Biometric entry/exit
system for visitors,
inmates, and staff in
Year 1 through
M2SYS system
• 38 Harris P25 yard
radio systems in Year
2 to enhance
communications
within the secure
perimeter of the
institutions
•Statewide
implementation of the
Radianse Real Time
Location System or
Guard 1 System
(active RFID Tracking
Systems)-mutually
agreed upon
implementation
timeline

ADA Features

• CapTel phones at
designated locations
• ITY call recording
• TTY transcription

Other/Misc.

150 iPhones annually

• 50 CapTel 840 phones
at designated locations,
integrated into the
phone systems
• ITY call recording
• TTY transcription
Electronic forms for
inmates through the
JPaykiosk

•Biometric entry/exit
system for visitors,
inmates, and staff
throughGTL
Visitation platform
• 38 Harris P25 yard
radio systems in
Years 1and2 to
enhance
communications
within the secure
perimeter of the
institutions
•Statewide
implementation of the
Radianse Real Time
Location System
(active RFID
Tracking System) (10
major institutions in
Year 1, 15 per year in
Years 2-4, 16 in Year
5)
• CapTel phones
installed upon request
• ITY call recording
• ITY transcription

Compensation/
Value-Added
Services
Inmate
Management

Virtual Receptionist
(IVR) for each
institution to answer
common questions and
direct calls

*Information is summarized and more comprehensive information is available in each Vendor's revised
BAFO.
**Securus provided multiple options; however, the Department felt that Option 5 most closely aligned with
what the Department requested during negotiations and was most comparable to other Vendors' solutions.

The above Vendor proposals represent many hours of discussion and negotiation resulting in both the
Department and the recommended Vendor making concessions that led to the best value for the
Department. Through the negotiation process, it became clear that Securus and GTL were offering the
most competitive solutions. The Negotiation Team felt that both Securus and GTL offered similar core
telecommunication services to inmates and the Department with a robust management system. Both
Vendors note other state correctional systems as their customers.
GTL offered commission rates and value-added services that would be implemented throughout the
course of a five (5)-year initial contract term. Securus' most comparable option (Option 5) would have
spread out implementation of their proposed value-added services over a 10-year initial contract term,
with no firm commitment as to when implementation of these services would occur. This represents
6

the most significant difference in their offerings, as compared to GTL. The other options proposed by
Securus, with a five (5)-year contract term, provided lower commission rates and less value-added
services to the Department.

VII.

RECOMMENDATION
Based on their industry experience, original Reply, subsequent negotiations, and BAFO information,
the Negotiation Team concludes that GTL will be able to provide reliable and affordable
telecommunication services to the Department's inmates and their families. With the commission rates
and value-added services proposed, the Negotiation Team believes awarding GTL a Contract would
bring significant improvements in the Department's ability to identify and control both the introduction
of contraband into its facilities, and illicit activities, and will allow an increase in the Department's
current contributions to the State's General Revenue Fund.
In consideration of the information presented herein, award of this ITN to Global Tel*Link
Corporation is determined to represent the best value to the Department and is based on both sound
business judgment and the Selection Criteria identified in the ITN. Approval of this award is
recommended.

/2J10/l8

Date

I z__ /1P ft 'f
Wes Kirkland, Deputy Director of Institutional Operations
Negotiator

Date

Michael Harrell, Chief
Negotiator

Date

1~/t ""/; YThe recommended award is approved.

1:i.Jt~Jc
Date

Attachments: Agency Decision for FDC ITN-17-122

7