119
Request for Proposals (RFP) Maryland Automated Fingerprint Identification System Solicitation No. DPSCS IT&CD 2006-17 Department of Public Safety and Correctional Services Information Technology and Communications Division Issue Date: Tuesday, February 28, 2006 NOTICE: Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received this document from a source other than the Procurement Officer, and who wish to assure receipt of any changes or additional materials related to this RFP, should immediately contact the Procurement Officer and provide their name and mailing address so that amendments to the RFP or other communications can be sent to them.

Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

Request for Proposals (RFP)

Maryland Automated Fingerprint Identification System Solicitation No. DPSCS IT&CD 2006-17

Department of Public Safety and Correctional Services

Information Technology and Communications Division

Issue Date: Tuesday, February 28, 2006

NOTICE: Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received this document from a source other than the Procurement Officer, and who wish to assure receipt of any changes or additional materials related to this RFP, should immediately contact the Procurement Officer and provide their name and mailing address so that amendments to the RFP or other communications can be sent to them.

Page 2: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

Minority Business Enterprises are Encouraged to Respond to this Solicitation STATE OF MARYLAND NOTICE TO VENDORS/CONTRACTORS In order to help us improve the quality of State proposal solicitations, and to make our procurement process more responsive and business friendly, we ask that you take a few minutes and provide comments and suggestions regarding the enclosed solicitation. Please return your comments with your proposal. If you have chosen not to proposal on this contract, please fax this completed form to: 410-358-8671 (Attention: Joselyn M. Hopkins)

Title: Maryland Automated Fingerprint Identification System

Solicitation No.: DPSCS IT&CD 2006-17 1. If you have responded with a "no proposal", please indicate the reason(s) below:

( ) Other commitments preclude our participation at this time. ( ) The subject of the Contract is not something we normally provide. ( ) We are inexperienced in the work/commodities required. ( ) Specifications are unclear, too restrictive, etc. (Please Explain in Remarks Section) ( ) The scope of work is beyond our current capacity. ( ) Doing business with Government is simply too complicated. (Please Explain in Remarks Section) ( ) We cannot be competitive. (Explain in Remarks Section) ( ) Time allotted for proposal/proposal is insufficient. ( ) Start-up time is insufficient. ( ) Bonding/Insurance requirements are prohibitive.(Explain in Remarks Section) ( ) Proposal/Proposal requirements (other than specifications) are unreasonable or too risky. (Explain

in Remarks Section) ( ) MBE requirements ( Explain in REMARKS section.). ( ) Prior experience with State of Maryland contracts was unprofitable or otherwise unsatisfactory.

(Explain in Remarks Section) ( ) Payment schedule too slow. ( ) Other: ______________________________________________________________________________

2. If you have submitted a proposal or proposals, but wish to offer suggestions or express concerns, please use

the Remarks section below. (Use reverse or attach additional pages as needed.) REMARKS: _________________________________________________________________________________ ____________________________________________________________________________________________ Vendor Name: ______________________________________________________________ Date ___________ Contact Person: ____________________________________________ Phone (_____) ______ - ___________ Address: ____________________________________________________________________________________

ii

Page 3: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

KEY INFORMATION SUMMARY SHEET STATE OF MARYLAND Request for Proposals

Maryland Automated Fingerprint Identification System SOLICITATION NO. DPSCS IT&CD 2006-17 RFP Issue Date: Tuesday, February 28, 2006 RFP Issuing Office: Department of Public Safety and Correctional Services Information Technology & Communications Division Procurement Officer: Joselyn M. Hopkins Office Phone: (410) 585-3116 Fax: (410) 358-8671 E-mail: [email protected]

Proposals are to be sent to: Joselyn M. Hopkins Procurement Officer Department of Public Safety & Correctional Services 6776 Reisterstown Road, Suite 209 Baltimore, MD 21215

Pre-Proposal Conference: Tuesday, March 7, 2006 @ 1:30 PM

Department of Public Safety and Correctional Services Information Technology and Communications Conference Room 200

6776 Reisterstown Road Baltimore, MD 21215 Proposals are to be sent to: Department of Public Safety and Correctional Services

Information Technology and Communications 6776 Reisterstown Road Baltimore, MD 21215

Attention: Joselyn Hopkins Closing Date and Time: Tuesday, March 21, 2006@ 11:00 AM NOTE Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received this document from a source other than the Procurement Officer, and who wish to assure receipt of any changes or additional materials related to this RFP, should immediately contact the Procurement Officer and provide their name and mailing address so that amendments to the RFP or other communications can be sent to them.

iii

Page 4: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

TABLE OF CONTENTS

SECTION 1. GENERAL INFORMATION........................................................................... 7 1.1 SUMMARY STATEMENT............................................................................................................................7 1.2 ABBREVIATIONS AND DEFINITIONS .....................................................................................................7 1.3 ISSUING OFFICE/DEPARTMENT PROJECT MANAGER........................................................................9 1.4 PROCUREMENT OFFICER..........................................................................................................................9 1.5 PRE-PROPOSAL CONFERENCE...............................................................................................................10 1.6 QUESTIONS.................................................................................................................................................10 1.7 USE OF E-MARYLAND MARKETPLACE ...............................................................................................11 1.8 E-MARYLAND MARKETPLACE FEE......................................................................................................11 1.9 PROPOSAL DUE DATE..............................................................................................................................11 1.10 DURATION OF OFFERS ............................................................................................................................12 1.11 REVISIONS TO THE RFP ...........................................................................................................................12 1.12 CANCELLATIONS; DISCUSSIONS ..........................................................................................................12 1.13 ORAL PRESENTATION .............................................................................................................................12 1.14 INCURRED EXPENSES..............................................................................................................................12 1.15 ECONOMY OF PREPARATION ................................................................................................................13 1.16 PROTESTS/DISPUTES................................................................................................................................13 1.17 MULTIPLE OR ALTERNATIVE PROPOSALS.........................................................................................13 1.18 ACCESS TO PUBLIC RECORDS ACT NOTICE.......................................................................................13 1.19 OFFEROR'S RESPONSIBILITIES .............................................................................................................13 1.20 MANDATORY CONTRACTUAL TERMS ................................................................................................13 1.21 VERIFICATION OF REGISTRATION AND TAX PAYMENT................................................................14 1.22 BID/PROPOSAL AFFIDAVIT.....................................................................................................................14 1.23 CONTRACT AFFIDAVIT ...........................................................................................................................14 1.24 MINORITY BUSINESS ENTERPRISES (MBE) ........................................................................................14 1.25 ARREARAGES ............................................................................................................................................15 1.26 PROCUREMENT METHOD .......................................................................................................................15 1.27 STATE ETHICS LAW..................................................................................................................................15 1.28 TERM OF CONTRACT ...............................................................................................................................15 1.29 CONTRACT TYPE ......................................................................................................................................15 1.30 ELECTRONIC FUNDS TRANSFER...........................................................................................................15 1.31 NON-VISUAL ACCESS CLAUSE..............................................................................................................16 1.32 FALSE STATEMENTS................................................................................................................................16 1.33 ATTACHMENTS .........................................................................................................................................16

SECTION 2. MINIMUM REQUIREMENTS......................................................................... 18 2.1 BACKGROUND INFORMATION..............................................................................................................18 2.2 MINIMUM REQUIREMENTS ....................................................................................................................18

SECTION 3. STATEMENT OF WORK.................................................................................. 19 3.1 INTRODUCTION/OVERVIEW ..................................................................................................................19 3.2 BACKGROUND...........................................................................................................................................19 3.3 OBJECTIVES ...............................................................................................................................................26 3.4 SCOPE ............................................................................................................................................................27 3.5 PLACE OF PERFORMANCE......................................................................................................................27 3.6 PERIOD OF PERFORMANCE....................................................................................................................29 3.7 SCOPE EXCLUSIONS.................................................................................................................................29 3.8 SCOPE OF INTERACTION WITH CONCURRENT PROJECTS .............................................................30 3.9 PROJECT DELIVERABLES/TIMELINE....................................................................................................30 3.10 SYSTEM COMPONENT OVERVIEW .......................................................................................................33 3.11 SYSTEM CONCEPT AND ARCHITECTURE ...........................................................................................34

3.11.1 Transaction Controller ...................................................................................................................34

iv

Page 5: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

3.11.2 Sources of Data...............................................................................................................................35 3.11.4 Post Identification Processing ........................................................................................................37 3.11.5 FBI Universal Latent Workstation Processing ...............................................................................37 3.11.6 Transaction Controller Architecture...............................................................................................37 3.11.7 Transaction Systems Workflow .......................................................................................................38 3.11.8 Fast Identification Processing ........................................................................................................42 3.11.9 New MAFIS .....................................................................................................................................42 3.11.10 Fingerprint NIST Archive.....................................................................................................................43 3.11.11 Mugphoto System .................................................................................................................................44 3.11.12 System Interfaces..................................................................................................................................45 3.11.13 Manual Processing...............................................................................................................................46

3.12 DATA AND FINGERPRINT CONVERSION.............................................................................................47 3.12.1 General ...........................................................................................................................................47 3.12.2 Electronic Data Conversion............................................................................................................48 3.12.3 Inked Card Conversion ...................................................................................................................48

3.13 TECHNICAL ENVIRONMENT ..................................................................................................................50 3.13.1 Technical Environment Overview ...................................................................................................50

3.14 DESIGN AND IMPLEMENTATION STANDARDS .................................................................................51 3.14.1 Maryland System Development Methodology .................................................................................51 3.14.2 System Documentation ....................................................................................................................51 3.14.3 User Training..................................................................................................................................53 3.14.4 Warranty .........................................................................................................................................55 3.14.5 System Support and Maintenance ...................................................................................................56

3.15 SYSTEM AVAILABILITY..........................................................................................................................58 3.16 DISASTER RECOVERY .............................................................................................................................58 3.17 CONTRACTOR CONDITIONS...................................................................................................................59

3.17.1 Configuration Control.....................................................................................................................59 3.17.2 Security ...........................................................................................................................................59 3.17.3 Cancellation or Termination of IT Access ......................................................................................59 3.17.4 Badge Requirements for Unescorted Building Access to Maryland Facilities ...............................59 3.17.5 Key Personnel .................................................................................................................................60 3.17.6 Travel ..............................................................................................................................................61 3.17.7 Approval Procedures ......................................................................................................................61 3.17.8 State Provided Facilities and Equipment........................................................................................61 3.17.9 Project Management and Reporting ...............................................................................................62 3.17.10 Documentation ...........................................................................................................................62 3.17.11 Reporting....................................................................................................................................64

SECTION 4. PROPOSAL FORMAT........................................................................................ 66 4.1 TWO PART SUBMISSION .........................................................................................................................66 4.2 PROPOSALS ................................................................................................................................................66 4.3 SUBMISSION...............................................................................................................................................66 4.4 VOLUME I- TECHNICAL PROPOSAL .....................................................................................................66 4.5 FINANCIAL PROPOSAL............................................................................................................................71

SECTION 5. EVALUATION CRITERIA AND SELECTION PROCEDURE .................. 73 5.1 EVALUATION CRITERIA..........................................................................................................................73 5.2 TECHNICAL CRITERIA.............................................................................................................................73 5.3 FINANCIAL CRITERIA..............................................................................................................................77 5.4 RECIPROCAL PREFERENCE ....................................................................................................................77 5.5 SELECTION PROCEDURE ........................................................................................................................77 5.6 AWARD DETERMINATION......................................................................................................................77

ATTACHMENT A CONTRACT............................................................................................ 78

ATTACHMENT B BID/PROPOSAL AFFIDAVIT............................................................... 87

v

Page 6: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

ATTACHMENT C CONTRACT AFFIDAVIT ...................................................................... 94

ATTACHMENT D MINORITY PARTICIPATION FORMS ............................................... 95

ATTACHMENT E – PRE-PROPOSAL CONFERENCE RESPONSE FORM..................... 105

ATTACHMENT F- PRICE PROPOSAL FORMS .................................................................. 106

ATTACHMENT G- ASSUMPTIONS AND CONSTRAINTS................................................. 119

ATTACHMENT H- FUNCTIONAL/ TECHNICAL REQUIREMENTS……..ATTACHMENT

vi

Page 7: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

SECTION 1. GENERAL INFORMATION

1.1 SUMMARY STATEMENT

The Maryland Department of Public Safety and Correctional Services (DPSCS), Information Technology and Communications Division (ITCD) are soliciting proposals to replace our current Automated Fingerprint Identification System (AFIS). Several additional components are also outlined within this Request for Proposal (RFP) to support the AFIS. These items include a Transaction Controller (TC), which will support the system workflow, Fingerprint Archive System, Fast Identification System, Mugphoto System, and on-site Card Conversion.

This document and the requirements included will be used by Maryland to select a vendor to install a new AFIS system with the supporting components. It is the State’s intention to obtain services, as specified in this RFP, from a Contract between the successful Offerer and the State. The Procurement Officer shall issue a Notice to Proceed (NTP) for any or all of the discrete priced phases/deliverables identified in the RFP Section 3.4 depending upon the available funding and the successful accomplishment of previously ordered deliverables. It is anticipated that the State will issue multiple Notices to Proceed over the base period of the Contract.

Maryland has outlined within this RFP as much detail necessary to give all bidders the needed understanding as to what the State is looking for to support their future AFIS needs. Outlined within the document is an overview of the business requirements, interfaces, capacity and throughput, and quality expectations.

1.2 ABBREVIATIONS AND DEFINITIONS

For the purposes of this RFP, the following abbreviations or terms have the meaning indicated below:

a. ABS – Arrest Booking System b. Agency- The unit of State government procuring services. c. AFIS- Automated Fingerprint Identification System d. ANSI – American National Standards Institute e. CAR – Criminal Arrest Record f. CCH – Computerized Criminal History System g. CIRS – Centralized Image Repository System h. CJIS-Criminal Justice Information System i. CJIS-CR – Criminal Justice Information System Central Repository j. COMAR- Code Of Maryland And Regulations k. Contract- The Contract attached to this RFP as Attachment A l. Contractor- Winning vendor. m. Contract Manager- The State representative that serves as the technical manager

for the resulting contract. The Contract Manager monitors the daily activities of

7

Page 8: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

the contract and provides technical guidance to the contract. The Department’s Contract Manager is identified in section 1.3.

n. COTS – Commercial Off The Shelf o. DJS – Department of Juvenile Services p. DOC – Division of Corrections q. DPI – Dots Per Inch (printed resolution) r. DPP – Division of Parole and Probation s. DPSCS – Maryland Department of Public Safety & Correctional Services t. EFTS – Electronic Fingerprint Transmission Standard u. FBI – Federal Bureau of Investigation v. FDR – Fingerprint Data Router w. GSP – Gateway Service Provider x. IAFIS – Integrated Automated Fingerprint Identification System y. III – Interstate Identification Index z. IPS – Identification Processing System aa. IQS – Image Quality Specifications bb. Issuing Office- Department of Public Safety and Correctional Services,

Information Technology and Communications Division cc. ITCD-Information Technology and Communications Division. dd. JDBC – Java Database Connectivity ee. LAN – Local Area Network ff. Lights Out – System processing that determines identification of an individual

without manual or human intervention. gg. MAFIS – Maryland Automated Fingerprint Identification System hh. MSP – Maryland State Police ii. NFF – National Fingerprint File jj. NIST – National Institute of Standards and Technology kk. NLS – Network Livescan System ll. NOVARIS – Northern Virginia Regional Identification System mm. NTP – Notice to Proceed nn. ODBC – Open Database Connectivity oo. Offeror- An entity that submits a proposal in response to this RFP. pp. ORI – Originating Agency Identifier qq. PCN – Process Control Number rr. PPI – Pixels Per Inch (digital resolution) ss. RAFIS – Regional Automated Fingerprint Identification System tt. RAP – Report of Arrest and Prosecution uu. RAS – Repository Administrative System vv. RDBMS – Relational Database Management System ww. RFP-This Request for Proposal for the Maryland Department of Public Safety

and Correctional Services DPSCS ITCD 2006-17, dated, Tuesday, February 28, 2006 including any amendments.

xx. Procurement Officer- The State representative responsible for this RFP for the determination of contract scope issues, and the only State representative that can authorize changes to the contract. The Procurement Officer for this Request for Proposal is identified in section 1.4.

8

Page 9: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

yy. SAN – Storage Area Network zz. SRE – Submission Result – Electronic aaa. SDLC – System Development Lifecycle bbb. SID – State Identification Number ccc. TP/TPID – Tenprint to Tenprint Identification ddd. TDB – Temporary Database eee. TOT – Type Of Transaction fff. ULW – Universal Latent Workstation ggg. VPN – Virtual Private Network hhh. WAN – Wide Area Network iii. WSQ – Wavelet Scalar Quantization (Image Compression Standard)

1.3 ISSUING OFFICE/DEPARTMENT PROJECT MANAGER

DPSCS ITCD is issuing this RFP. The Department Project Manager for this contract is:

Roger Behrens Department of Public Safety and Correctional Services Information Technology & Communications Division

6776 Reisterstown Road, Suite 209 Pikesville, MD 21208

Telephone #: 410-585-3432 Fax #: 410-318-8631 E-mail: [email protected]

DPSCS may change the Project Manager at any time by written notice to the Contractors. Technical direction shall only come from the Project Manager.

1.4 PROCUREMENT OFFICER

The sole point of contact in the State for purposes of this RFP is the Procurement Officer at the address listed below:

Joselyn M. Hopkins Department of Public Safety and Correctional Services Information Technology & Communications Division Procurement Unit 6776 Reisterstown Road, Suite 211 Baltimore, MD 21215 Telephone #: 410-585-3116 Fax #: 410-358-8671 E-mail: [email protected]

DPSCS may change the Procurement Officer at any time by written notice to the Contractors.

9

Page 10: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

1.5 PRE-PROPOSAL CONFERENCE

A Pre-Proposal Conference shall be held on Tuesday, March 7, 2006 beginning at 1:30 pm in the Department of Public Safety and Correctional Services, Conference Room 200, 6776 Reisterstown Road, Baltimore, MD 21215. Attendance at the Pre-Proposal Conference is not mandatory but all interested offerors are encouraged to attend in order to facilitate better preparation of their proposals. In addition, attendance may facilitate the offerors’ ability to meet the State's Minority Business Enterprise (MBE) goals.

The conference shall be transcribed. A copy of the transcript shall be available to potential offerors at a nominal charge directly from the transcription company. The identity of the transcription company and details of how to obtain a transcript copy shall be provided at the conference. In addition a summary of the Pre- Proposal Conference and all known questions and answers at that time shall be distributed, free of charge, to all prospective offerors known to have received a copy of this RFP.

In order to assure adequate seating and other accommodations at the pre-proposal conference it is requested that by 4:00 PM on Monday, March 6, 2006 all potential offerors planning to attend return a Pre-Proposal Conference Response Form or call Joselyn M. Hopkins at 410-585-3116 with such notice. The Pre-Proposal Conference Response Form is included as Attachment E to this RFP. In addition, if there is need for sign language interpretation and/or other special accommodations due to a disability, it is requested that at least 5 days advance notice be provided. DPSCS shall make reasonable efforts to provide such special accommodation.

1.6 QUESTIONS

Written questions from prospective offerors shall be accepted by the Procurement Officer prior to the pre-proposal conference. As reasonably possible and appropriate, such questions shall be answered at the pre-proposal conference. Questions may be submitted by mail, facsimile, or, preferably, by e-mail to the Procurement Officer. Questions, both oral and written, shall also be accepted from prospective offerors attending the Pre-Proposal Conference. As reasonably possible and appropriate, these questions shall be answered at the Pre-Proposal conference.

Questions shall also be accepted subsequent to the Pre-Proposal conference. All post-conference questions should be submitted in a timely manner to the Procurement Officer only. In case of questions not received in a timely manner, the Procurement Officer shall, based on the availability of time to research and communicate an answer, decide whether an answer can be given before the proposal due date. Answers to all substantive questions that have not previously been answered, and are not clearly specific only to the requestor, shall be distributed to all potential offerors, who are known to have received a copy of the RFP.

A summary of all questions and answers will be distributed to all vendors and will be posted on www.eMarylandMarketplace.com and the Department’s website www.dpscs.state.md.us.

10

Page 11: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

1.7 USE OF E-MARYLAND MARKETPLACE

“E-Maryland Marketplace” is an electronic commerce system administered by the Maryland Department of General Services. In addition to using the DPSCS web site (www.dpscs.state.md.us) and other means for transmitting the RFP and associated materials, the solicitation and minutes of the pre-proposal conference, offeror questions and the Procurement Officer’s responses, addenda and other solicitation related information will be provided via e-Maryland Marketplace.

1.8 E-MARYLAND MARKETPLACE FEE

COMAR 21.02.03.06 requires that the successful offeror under this solicitation pay a fee to support the operation of eMaryland Marketplace. A copy of COMAR 21.02.03.06 can be found on the eMM website at www.eMarylandMarketplace.com.

Whereas, COMAR 21.02.06.03 includes a fee schedule which offerors would normally use to determine what level of fee to build into their offer prices, because of the indefinite, non-guaranteed level of usage under this contract that results from this solicitation, offerors are hereby advised to include a Level 6 fee of $5000 as the eMaryland Marketplace fee.

The fee amount must be included within the rate or price of the proposal and may not be quoted as a separate add-on price.

In order to receive a contract award, the Contractor must be registered on eMaryland Marketplace. Contractors shall pay the fee as provided by COMAR 21.02.03.06 and in accordance with guidelines issued by the Department of General Services. These guidelines can be found on the eMaryland Marketplace website at www.eMarylandMarketplace.com.

1.9 PROPOSAL DUE DATE

One original and seven (7) bound copies of each proposal (technical and financial) shall be received by the Procurement Officer, at the address listed in Section 1.4, no later than 11:00 AM (local time) on Tuesday, March 21, 2006 in order to be considered. An electronic version (diskette, CD, or DVD) of the Technical Proposal in MS Word 2000 or later format shall be enclosed in the original technical proposal. An electronic version (diskette, CD, or DVD) of the Financial Proposal including the forms located in Attachment F shall be enclosed. Ensure that the diskettes are labeled with the date, RFP title, RFP number, offeror’s name and packaged with the original copy of the appropriate proposal (technical or financial)

Requests for extension of this date or time may be requested through the Procurement Officer. Offerors mailing proposals should allow sufficient mail delivery time to ensure timely receipt at the Procurement Officer's office. Except as provided in COMAR 21.05.02.10, proposals arriving after the closing time and date shall not be considered. Proposals delivered by facsimile or email shall not be considered.

11

Page 12: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

1.10 DURATION OF OFFERS

Proposals submitted in response to this RFP are irrevocable for 120 days following the closing date of the proposals or of Best and Final Offers (BAFOs), if requested. This period may be extended at the Procurement Officer's request only with the offeror's written agreement.

1.11 REVISIONS TO THE RFP

If it becomes necessary to revise this RFP before the due date for proposals, amendments shall be provided to all prospective offerors that were sent this RFP or otherwise are known by the Procurement Officer to have obtained this RFP. Amendments made after the due date for proposals shall be sent only to those offerors who submitted a timely proposal.

Acknowledgment of the receipt of all amendments to this RFP issued before the proposal due date shall accompany the offeror’s proposal in the transmittal letter accompanying the Technical Proposal submittal. Acknowledgement of the receipt of amendments to the RFP issued after the proposal due date shall be in a manner specified in the amendment notice. Failure to acknowledge receipt of amendments does not relieve the offeror from complying with all terms of any such amendment.

1.12 CANCELLATIONS; DISCUSSIONS

The State reserves the right to cancel this RFP, accept or reject any and all proposals, in whole or in part received in response to this RFP, to waive or permit cure of minor irregularities, and to conduct discussions with all qualified or potentially qualified offerors in any manner necessary to serve the best interests of the State of Maryland. The State also reserves the right, in its sole discretion, to award a contract based upon the written proposals received without prior discussions or negotiations.

1.13 ORAL PRESENTATION

Offerors may be required to make oral presentations to State representatives. Significant representations made by an offeror during the oral presentation shall be reduced to writing. All such representations shall become part of the offeror’s proposal and are binding if the contract is awarded. The Procurement Officer shall notify the offeror’s of the time and place of oral presentations.

1.14 INCURRED EXPENSES

The State shall not be responsible for any expenses incurred by an offeror in preparing and submitting a proposal, in making an oral presentation, in providing a demonstration, or in performing any other activities relative to this solicitation.

12

Page 13: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

1.15 ECONOMY OF PREPARATION

Proposals should be prepared simply and economically, providing a straightforward, concise description of the offeror’s proposal to meet the requirements of this RFP.

1.16 PROTESTS/DISPUTES

Any protest or dispute related, respectively, to this solicitation or the resulting contract shall be subject to the provisions of COMAR 21.10 (Administrative and Civil Remedies.)

1.17 MULTIPLE OR ALTERNATIVE PROPOSALS

Multiple and alternate proposals shall not be accepted.

1.18 ACCESS TO PUBLIC RECORDS ACT NOTICE

An offeror should give specific attention to the clear identification of those portions of its proposal that it considers confidential, proprietary commercial information or trade secrets, and provide justification why such materials, upon request, should not be disclosed by the State under the Access to Public Records Act, Title 10, Subtitle 6, of the State Government Article of the Annotated Code of Maryland.

This information is to be placed after the Title Page and before the Table of Contents and before the table of contents of the proposal. Offerors are advised that, upon request for this information from a third party, the Procurement Officer is required to make an independent determination whether the information may be disclosed (see COMAR 21.05.08.01.)

1.19 OFFEROR'S RESPONSIBILITIES

The State shall enter into a contractual agreement only with the most favorably evaluated offeror only. Subcontractors, if any, MUST be identified and a complete description of their role relative to the proposal MUST be included. Should the State be unable to negotiate a satisfactory contractual agreement with the initially selected offeror, it reserves the right to negotiate with the next most favorably evaluated offeror without further competition.

1.20 MANDATORY CONTRACTUAL TERMS

By submitting a proposal in response to this RFP, an offeror, if selected for award, shall be deemed to have accepted the terms of this RFP and the Contract (Attachment A). Any exceptions to this RFP or the Contract shall be clearly identified in the Executive Summary of the technical proposal. A proposal that takes exception to these terms may be deemed not susceptible for award.

13

Page 14: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

1.21 VERIFICATION OF REGISTRATION AND TAX PAYMENT

Before a corporation can do business in the State of Maryland it shall be registered with the Department of Assessments and Taxation, State Office Building, Room 803, 301 West Preston Street, Baltimore Maryland 21201. It is strongly recommended that any potential offeror complete registration prior to the due date for receipt of proposals. An offerors’ failure to complete registration with the Department of Assessments and Taxation may disqualify an otherwise successful offeror from final consideration and recommendation for contract award.

1.22 BID/PROPOSAL AFFIDAVIT

Proposals submitted by offerors shall be accompanied by a completed Bid/Proposal Affidavit. A copy of this Affidavit is included as Attachment B of this RFP.

1.23 CONTRACT AFFIDAVIT

All offerors are advised that if a contract is awarded as a result of this solicitation, the successful offeror shall be required to complete a Contract Affidavit. A copy of this Affidavit is included for informational purposes as Attachment C of this RFP. This Affidavit shall be provided within five (5) business days of notification of intended contract award.

1.24 MINORITY BUSINESS ENTERPRISES (MBE)

NOTICE: The procedure for submitting MBE information and forms has been revised effective October 1, 2004. See Attachment D for explanation of the revised requirements. Questions or concerns regarding the MBE requirements of this solicitation must be raised fore the receipt of initial proposals.

A minority business enterprise subcontractor participation goal of twenty-five percent. (25%) has been established for this solicitation. The contractor shall structure its awards of subcontractors under the contract in a good faith effort to achieve the goals in such subcontract awards by businesses certified by the State of Maryland as minority owned and controlled. MBE requirements are specified in Attachment D of this RFP.

A current directory of MBEs is available through the Maryland State Department of Transportation, Office of Minority Business Enterprise, P. O. Box 8755, B.W.I. Airport, Maryland 21240-0755. The phone number is 410-865-1269.

The directory is also available at http://www.mdot.state.md.us. Select the MBE Program label at the left side of the web site, half way down. The most current and up-to-date information on MBE’s is available via this web site.

If the vendor has not proposed minority vendor participation of twenty-five percent (25%) or more, the vendor MUST submit a statement so explaining. The State reserves the right to require the vendor to make such additional efforts to secure MBE

14

Page 15: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

subcontractor participation as to assure the vendor good faith in attempting to meet this goal. Completed and signed MBE Participation Forms (Attachment D-1 and D-2) MUST be submitted with Volume I, Offeror’s Technical Proposal.

1.25 ARREARAGES

By submitting a proposal to this solicitation, each offeror represents that it is not in arrears in the payment of any obligations due and owing the State of Maryland, including the payment of taxes and employee benefits, and that it shall not become so in arrears during the term of the contract if selected for contract award.

1.26 PROCUREMENT METHOD

This contract shall be awarded in accordance with the Competitive Sealed Proposals process under COMAR 21.05.03.

1.27 STATE ETHICS LAW

The State Ethics Law, State Government Article 15-508, applies to persons that are involved in the drafting of specifications which are prohibited from participating in the implementation of those specifications if whether a prime or subcontractor.

1.28 TERM OF CONTRACT

The Contract resulting from this RFP shall be for a five-year period beginning on or about July 1, 2006 and ending June 30, 2011. Optional extensions to the Contract will be listed for future consideration.

1.29 CONTRACT TYPE

The Contract resulting from this solicitation shall be a Fixed Price Contract in accordance with COMAR 21.06.03.05.

1.30 ELECTRONIC FUNDS TRANSFER

By submitting a response to this solicitation, the offeror agrees to accept payments by electronic funds transfer unless the State Comptroller’s Office grants an exemption. The selected offeror shall register using the form COT/GAD X-10 Vendor Electronic Funds (EFT) Registration Request Form. Any request for exemption must be submitted to the State Comptroller’s office for approval at the address specified on the COT/GAD X-10 form and must include the business identification information as stated on the form and include the reason for the exemption. The COT/GAD X-10 form can be downloaded at the following URL: http://compnet.comp.state.md.us.gad/pdf/GADX-10.pdf>

15

Page 16: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

1.31 NON-VISUAL ACCESS CLAUSE

The offeror warrants that the information technology offered under this proposal (1) provides equivalent access for effective use by both visual and non-visual means; (2) will present information, including prompts used for interactive communications, in formats intended for both visual and non-visual use; (3) if intended for use in a network, can be integrated into networks for obtaining, retrieving, and disseminating information used by individuals who are not blind or visually impaired; and (4) is available, whenever possible, without modification for compatibility with software and hardware for non-visual access. The offeror further warrants that the price, if any, of modifying the information technology for compatibility with software and hardware used for non-visual accuse a fees will not increase the price of the information technology by more than five (5) percent.

1.32 FALSE STATEMENTS

Offerors are advised that Section 11-205.1 of the State Finance and Procurement Article of the Annotated Code of Maryland provides as follows:

(a) In connection with a procurement contract, a person may not willfully:

1. Falsify, conceal, or suppress a material fact by any scheme or device;

2. Make a false or fraudulent statement or representation of a material fact; or

3. Use a false writing or document that contains a false or fraudulent statement or entry of a material fact.

(b) A person may not aid or conspire with another person to commit an act under subsection (a) of this section.

(c) A person who violates any provision of this section is guilty of a felony and on conviction is subject to a fine not exceeding $20,000 or imprisonment not exceeding five years or five.

1.33 ATTACHMENTS

ATTACHMENT A, STATE’S CONTRACT, is provided with this RFP for informational purposes and is not required at the proposal submission time. The contract shall be executed by the selected offeror upon notification of contract award.

ATTACHMENT B, THE BID/PROPOSAL AFFIDAVIT, shall be completed and submitted with the Technical Proposal.

ATTACHMENT C, THE CONTRACT AFFIDAVIT, is not required at proposal submission time. It shall be submitted by the selected Contractor at Contract Award time.

ATTACHMENT D, MBE PARTICIPATION INSTRUCTIONS, is provided with this RFP for informational purposes only.

16

Page 17: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

ATTACHMENT D-1, MBE UTILIZATION AND FAIR SOLICITATION AFFIDAVIT, shall be submitted with the Technical proposal.

ATTACHMENT D-2, MBE PARTICIPATION SCHEDULE, shall be submitted with the Technical proposal.

ATTACHMENT D-3, MBE OUTREACH EFFORTS COMPLIANCE FORM, shall be submitted contract awardee within 10 working days of notification of apparent award.

ATTACHMENT D-4, SUBCONTRACTOR PROJECT PARTICIPATION STATEMENT, shall be submitted by contract awardee within 10 working days of notification of apparent award.

ATTACHMENT D-5, PRIME CONTRACTOR UNPAID MBE INVOICE REPORT, shall be submitted monthly by contract awardee after contract commences.

ATTACHMENT D-6, SUBCONTRACTOR PAYMENT REPORT, shall be submitted monthly by contract awardee after contract commences.

ATTACHMENT E, PRE-PROPOSAL CONFERENCE RESPONSE FORM, It is requested that this form be completed and submitted by those potential offerors which plan on attending the conference.

ATTACHMENT F, PRICE PROPOSAL FORM, shall be completed and submitted with the Financial Proposal.

ATTACHMENT G, ASSUMPTIONS AND CONSTRAINTS FORM, shall be completed and submitted with the Technical Proposal.

ATTACHMENT H, FUNCTIONAL AND TECHNICAL REQUIREMENTS DOCUMENT, Vendors must provide a response to each listed requirement within the technical proposal response.

BALANCE OF PAGE INTENTIONALLY LEFT BLANK

17

Page 18: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

SECTION 2. MINIMUM REQUIREMENTS

2.1 BACKGROUND INFORMATION

Offerors must clearly demonstrate and document within Tab F (see Section 4, Proposal Preparation and Submission) of their technical proposal, that as of the proposal due date, the vendor meets the following Minimum Requirements.

2.2 MINIMUM REQUIREMENTS

Maryland DPSCS is looking for a vendor that can meet the minimum requirements listed below. In preparation for this major investment, the State has identified these minimum requirements from lessons learned during the past years of working with our current AFIS process as well as surveying multiple State Agencies.

All offerors must list each requirement below and indicate if they can meet these key items. A detailed explanation of how the vendor can support the minimum requirement must be listed in Tab F of the vendor proposal.

Any minimum requirement that cannot be met will eliminate the offeror from further consideration of contract award.

The minimum requirements for this project are:

1. Offeror must show their abilities to successfully install and maintain an AFIS system with similar size and complexity as described below within this RFP. In fulfilling this minimum requirement, each offeror must show:

o Previous installations of a system(s) sized to at least two (2) million tenprint records in the search database.

o Previously installed systems must have at a minimum of three separate and distinct interfaces including Criminal History System, IAFIS, and End User dissemination.

2. Offeror must show their capability to deliver an AFIS system that can support multi-finger matching for greater accuracy as expressed in requirement T.17 of Attachment H, Functional and Technical Requirements Document.

3. Offeror must show their capability to deliver an AFIS system that can support the use of all 14 fingerprint images for searching and matching against latent images resulting in greater accuracy. (See requirement L.9 in Attachment H, Functional and Technical Requirements Document)

The form of proof required shall be a reference that can validate a successfully installed and maintained system of the above stated magnitude. The Maryland Evaluation Team will confirm references provided as well as any other source identified during independent research.

18

Page 19: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

SECTION 3. STATEMENT OF WORK

3.1 INTRODUCTION/OVERVIEW

This Statement of Work (SOW) is intended to provide vendors with the necessary overview for the Maryland Automated Fingerprint Identification System (MAFIS) and associated systems as outlined within the scope of the RFP. The SOW will give a narrative overview of the requirements compiled through extensive interviews with the many users and system applications. The detailed requirements are provided in Attachment H, the Maryland MAFIS Functional and Technical Requirements Document (FRD). All offerors must provide written responses as outlined in Section 4 Proposal Preparation and Submission of this RFP. The FRD is a formal statement of an application’s functional and technical requirements. It serves the same purpose as a contract. Delivery of a satisfactory product will be contingent upon the developers’ agreement to provide the specified capabilities outlined in this document. It has been the State of Maryland’s intent to allow the interested vendors the flexibility to provide the best possible solution that will support our many users.

Maryland requires a single Vendor as prime contractor.

3.2 BACKGROUND

The Maryland DPSCS has the primary responsibility for controlling, supervising, and providing services for defendants and offenders in our custody. In addition, DPSCS creates statewide correctional and rehabilitative initiatives, and criminal justice training standards that are the foundation of Maryland’s crime control efforts. The department also manages statewide criminal justice information and technology systems. These networks provide criminal justice agencies and the courts with timely access to complete and accurate information about individuals under their supervision. An ever-growing demand for civil background checks to protect our State’s citizens is also supported by DPSCS. Legislative changes in this area have driven the need for system flexibility. Additional information regarding DPSCS is available at www.dpscs.state.md.us.

In 1976, the Criminal Justice Information System (CJIS) was created and the CJIS Central Repository was established effective December 31, 1977, to operate it. CJIS Central Repository has evolved to be a direct service-provider to both the criminal justice community as well as the non-criminal justice community. Technological services are provided by the IT units of the Information Technology and Communications Division (ITCD). Designated by the Federal Bureau of Investigation (FBI) as Maryland’s official State Identification Bureau, the CJIS Central Repository receives, maintains, and disseminates Maryland’s criminal history records, which are fingerprint-supported for positive identification. It receives reports of criminal “events” from the police, courts, correctional agencies, and other criminal justice entities. These are compiled into chronological history of an individual’s arrests, charges, dispositions, prosecution, sentencing, etc., to form the “RAP” (“Report of Arrest and Prosecution”) sheet.

19

Page 20: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

Offender-based records are used by criminal and non-criminal justice agencies (police, sheriffs, State’s attorneys, courts, correctional agencies, parole and probation, etc.) for investigation, apprehension, prosecution, corrections, classification, and other criminal justice purposes. CJIS Central Repository provided over 375,000 criminal history records checks to criminal justice agencies, as well as, non criminal justice agencies in calendar year 2005, an increase of over 45% in the past 10 years.

This project supports the following DPSCS goals developed in the Managing for Results (MFR) process:

• Safe Communities: Help to keep Maryland Communities safe by allowing quicker retrieval and identification of offenders.

• Good Management: Ensure that the Department operates efficiently by maintaining an availability rate of 99.99%.

This project also supports the following overarching State enterprise business goals:

• Focus on Customer Service by providing faster and more reliable identification of offenders, as well as providing timely responses to non-criminal justice agencies mandated by homeland security issues to obtain Criminal History Record Information (CHRI) for the purpose of risk assessments.

• Improve Service Delivery Mechanisms to respond to the needs of a growing, diverse population. This project will meet this goal by providing a more robust fingerprint archive retrieval system for supplying information to Maryland’s growing user population. Improved accuracy and timeliness with new functionality to include Fast Identification processing.

• Balance Freedom of information with privacy and security. The software will be National Institute of Standards and Technology (NIST) standards compliant and maintain the integrity of our data.

• Improve the quality of information and decision-making. The capability of capturing palm prints, scars marks and tattoos will improve the capability of a positive match on an offender.

Existing Environment The Maryland Automated Fingerprint Identification System (MAFIS) is a dedicated online computer system accessible through AFIS workstations. The primary function of MAFIS is to search fingerprints submitted through ten-print cards in either hardcopy or electronic form against its database and identify possible matches. MAFIS affords State Fingerprint Identification Specialist and Latent Print Examiners the abilities to acquire, digitize, apply quality control to bad images/prints, launch fingerprint searches against the system database containing millions of fingerprint records, verify search results, and declare an identification or non-identification, based on the manual review of possible matches that were presented by MAFIS.

The fingerprint searches are done for individuals taken into custody by law enforcement and charged with an arrestable offense. Additionally, searches are completed for applicants requiring background checks for non-criminal justice purposes, as well as, for

20

Page 21: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

latent prints collected at crime scenes for the purpose of identifying a possible suspect in a criminal offense. The diagram (Figure 3.2-1) and explanations below will provide a brief overview of the current tenprint system workflows.

Card scanner combines with demographics

Manual fingerprints

taken

NLS livescans captures images

demographics and signature (applicant

only)

GSP receives all record types, performs data

merge when necessary , passes demographic data

to CCH and RAS .

RAFIS

CCH/IPS

TCPIP/SMTP

TCPIP/SMTP

AFIS

Workstation processes

Fingerprint Data Router

Archive

Print Servers

End Users: Error messages, IAFIS SRE and CCH rap sheetsTCPIP/SMTP

TCPIP/Sockets

TCPIP/SMTP

TCPIP/SMTP

TCPIP/SMTP

IAFIS

TSA

MQ Series

Repository Administration System

(RAS)

TCPIP/Sockets

ABS

MQ SeriesCentral Image

Repository System (CIRS)

MQ Series

ABS Livescans are populated with some

demographic info from ABS,capture images

and transmit .

Protocol Converter

Figure 3.2 – 1 Tenprint System Workflow

Submission of a fingerprint record to the GSP occurs in three distinct methods:

• ABS Livescan operations send demographic and fingerprint images to the current MAFIS system. The State of Maryland has 9 ABS locations, which submit over 60% of all criminal records electronically. The workflow for this process begins with an operator entering basic demographic data into the ABS system. Once this process is completed the demographic data is sent to the CCH/IPS system and then passed to the Gateway Service Provider (GSP via MQ Series protocols).

21

Page 22: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

During this time the fingerprint images are taken from the arrestee on an ABS Livescan system. Most of these devices are Identix TP600 systems. (Livescan upgrades are underway and will be completed prior to the new AFIS installation.) The fingerprint images (Type 4 record) with transaction record data (Type 1 record), and only four elements of the descriptive user demographic data (Type 2) record are transmitted to the Protocol Converter.

• The Protocol Converter transfers the b.txt information sent from TP600 Livescans into the required National Institute of Standards and Technology (NIST) standard. The record is then sent to the Fingerprint Data Router (FDR) for proper dissemination for processing. The FDR will recognize the origination of the record and forward the data to the GSP. The GSP will then perform a ‘data merge’ process if both the ‘alpha’ and ‘image’ data are present. Currently newer devices that will transmit NIST packages are replacing the obsolete TP600 Livescans. Once the Livescan upgrade is completed, the Protocol Converter can be eliminated from the existing workflow.

• Cardscan devices currently operate in a similar manner to the ABS process. Currently manual cards of several types are received in the CJIS office for processing. These cards consist of criminal, applicant, sex offender, and juvenile records. The cards could be inked or printed from a Livescan device and mailed into the Repository. Each card type has a somewhat different workflow process in order to be executed into the automated environment. For the purpose of this document, a general approach is outlined. Each card received has the demographic information keyed into the CCH/IPS system by a CJIS operator (All processes require at least a two stage process for verification of information). The images are then scanned into the MAFIS system by a separate workstation and sent to the GSP. Once the GSP has both portions of the record, the ‘data merge’ process is conducted at the GSP to make a complete record.

The State has purchased 10 Cardscans to change this workflow into a single submission. These new systems allow for one NIST package to be sent directly to the FDR comprised of Type 1, 2, 4, and 8 data. Type 8 signatures are only provided for applicant records. These Cardscans will be in place prior to the implementation of the new AFIS, replacing the process described in the previous paragraph.

• Network Livescan System (NLS) process was put in place in year 2004 in order to streamline the electronic processing of both criminal and non-criminal submissions for those agencies not utilizing the ABS process. The State continues to roll out scanning devices that capture finger and palmprint images, optional photos and complete demographic data for criminal processing. The State currently plans to have at a minimum 25 Livescans in place prior to the new AFIS implementation. The scanning devices will capture images, complete demographic data and signatures for all applicant processing. In both cases the NLS Livescan devices transmit a complete NIST record to the FDR for forwarding to GSP. The record types captured and forwarded to the AFIS are type 1,2,4,8, and 10. The type 8 signature is limited to applicant processing only.

22

Page 23: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

All NLS Livescans are capable of submitting palm print (type 15) records as soon as the State AFIS can accept them.

As a result of these three processes, the State’s goal is to submit 85% - 90% of all records electronically. The remaining 10% - 15% will be mailed to the CJIS-CR and be cardscanned into the AFIS for identification purposes.

Upon receipt of a completed fingerprint record (demographic data, images and optionally photos) the GSP creates an object record in the database.

• If the record Process Control Number (PCN) begins with alphabetic characters the GSP sets the print format code to “S”(State card format), format a GSP2PRT transaction and send it to the FDR for retransmission to a print server.

• If the record PCN begins with one of a set of predefined leading alphabetic characters (e.g., “MON” or “PGA”) or any of several specified numeric codes defined by the State the GSP formats a GSP2RAFIS transaction and sends it to the FDR for retransmission to Regional AFIS (RAFIS).

• If the record was received from an NLS device the GSP sends the Type-1 and Type-2 demographic data to the IPS/CCH (GSP2CCH transaction) via the MQS Server. The IPS/CCH responds to the GSP to begin the search process.

Identification Processing The identification process begins immediately thereafter with transmission of a proprietary transaction to the AFIS requesting an open tenprint search. The results of the search are then returned through the GSP to the IPS/CCH via MQ Series indicating the patterns of the submitted card, and reporting the candidate list identified in the search. Note: All transactions defined between the IPS/CCH and AFIS pass through the GSP, which records the progress and provides protocol conversion. If the record submitted for search is an applicant record, a message is forwarded from the GSP to RAS to validate funding. RAS will return a message to allow processing to continue or terminate if the funds are not sufficient.

Upon receipt of the message, the IPS/CCH extracts data from the message, and initiates a name search utilizing several different parameters.

If IPS/CCH determines that the reported quality of the print is inadequate, the IPS/CCH can so indicate by sending the GSP a “REPRINT” command, in which case:

• If the transaction is an NLS transaction, GSP creates and sends a notification email transaction to the FDR for dissemination to the end user(s) informing them of the requirement to reprint. In the case of ABS-related transactions the notification message to end users is processed by ABS.

• The IPS/CCH temporary data file is deleted,

• The AFIS Temporary Database (TDB) entry is deleted,

• The GSP deletes its Work-in-Progress (WIP) dossier, and

• All processing is ended.

23

Page 24: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

Assuming the fingerprint quality is acceptable; the IPS/CCH then compares the candidate list from the AFIS with the Name Search candidates it has defined.

• If the IPS/CCH has identified one or more candidates it sends an instruction for a closed search using the identified candidates.

• If the AFIS verification operator identifies a match, the identification information is returned to the IPS/CCH, which processes its update. IPS/CCH then progresses to the dissemination phase.

• If an insert is required, the AFIS requests a SID number from the IPS/CCH.

• If the submission is for a non-retained applicant, the IPS/CCH returns a termination command and the GSP WIP and AFIS TDB are deleted and the processing concluded.

• If not, the IPS/CCH returns a SID number and the AFIS inserts the record and responds with an acknowledgement of completion to the IPS/CCH. The IPS/CCH then completes its insert and progresses to the dissemination phase.

• If there are no candidates and the submitted record is for a non-retained applicant the IPS/CCH returns a CCHCMD instruction to delete the record and complete processing. At this point the GSP will:

− Formulate and send an email message to the FDR providing no hit information to end-users.

− Send a delete transaction to the AFIS to complete its processing.

− If photo records (Type-10’s) were included, formulate a transaction and send it to the State Centralized Image Repository System (CIRS), and delete the dossier to end all processing.

• If there are no candidates and the submitted record is not for a non-retained applicant the IPS/CCH returns a SID number to the AFIS with an instruction to insert a new record. At this point the GSP will:

− Send an insert transaction to AFIS.

− Process the AFIS response with an acknowledgement of completion to the IPS/CCH.

• The IPS/CCH then completes its insert and progresses to the dissemination phase, returning the CCHCMD transaction to the GSP.

Information Dissemination If the submission is from an NLS scanning device, the IPS/CCH can immediately respond with instruction (CCHCMD) to disseminate the identification information to the Fingerprint Archive system, print server, IAFIS, and to other Windows-based terminals or systems as appropriate.

• If the submission included photo(s), a message containing the photo(s) and demographic data is transmitted to the CIRS.

24

Page 25: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

• The transaction to the Fingerprint Archive system is processed by the GSP through a TCP/IP socket interface.

• The transaction to the users, print server and IAFIS are sent to the FDR as emails for forwarding according to a rule set processed by the FDR.

The CCHCMD transaction sent from the IPS/CCH also contains a field (END) indicating that all processing of the record is complete once the disseminations are completed.

If the submission is not from an NLS device, the dissemination function is controlled by the ABS system. In this case, the same transaction (CCHCMD) can be sent more than once, and GSP will execute the instruction(s) in a serial fashion.

It should be noted that all dissemination functions are controlled by the IPS/CCH at this point, through use of several instruction or flag fields sent to the GSP. The dissemination steps are:

• Send a delete transaction to the AFIS to complete its processing (incorporated in the insert or update transaction).

• If the initial offence literal field contains “Release W/O Charge” the IPS/CCH will not request transmission to IAFIS.

• Formulate and send an email message to the FDR providing number information for end users as defined in the FDR rules.

• Formulate and send a message to the Fingerprint Archive System providing SID number information and all attachments except photos.

• Formulate and send an email message to the FDR for transmission to IAFIS, as directed.

• Formulate and send an email message to the FDR for transmission to print servers, as directed.

• Await IAFIS response.

The return of information from IAFIS is an email, defined either as a Submission Result – Electronic (SRE) or a Ten-Print Transaction Error (ERRT). In both cases the FDR will simply pass the transaction as an email in its entirety to the GSP mailbox. Depending on established rules, the FDR may also formulate and send messages to one or more workstation recipients, including Livescan systems.

• If an SRE is sent, the GSP passes the information to the IPS/CCH and thereafter all processing is concluded.

• If an ERRT is received, the GSP sends the ERRT (email) transaction to the FDR for forwarding to a printer (GSP2PRT), and then places the record in a NIST Edit directory for consideration by the users. The user can then examine the error reported by IAFIS and take any of the following actions:

− The user can fix the problem and relaunch the record to IAFIS.

− The user can relaunch the record without fixing it.

25

Page 26: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

− The user can exercise an Operator Bypass option that will remove the record from the NIST Editor, and will conclude processing without taking any action or transmitting any information to the IPS/CCH.

3.3 OBJECTIVES

The primary objective of this procurement process is to replace the current Automated Fingerprint Identification System with a new AFIS. The new system will capture, store, index, and perform searches and matches on the fingerprints of individuals for criminal justice and non-criminal justice purposes. Fingerprint Identification will be performed on, but not limited to, criminal identification for adults, juveniles, and civil background checks. The new system will have full disaster recovery capability.

Listed below, in priority order, are several key objectives that have been identified by the State of Maryland. As a result of these objectives, the State wishes to purchase several systems and services.

Automated Fingerprint Identification System

Automated Palmprint Identification System

Transaction Controller – to support the required workflow changes

Fingerprint Archive System

Hard Card Conversion (inked fingerprint cards)

Electronic Data Conversion (Old NIST Fingerprint Archive Data)

State-owned and operated Palmprint inked card conversion solution

Fast Identification System

Mugphoto System

Critical System features include:

• Improved matching accuracy

• Faster, more real time identification processing

• Improved automated quality assurance checks that reduce human interaction

• Latent palm print matching

• No single point of failure in support of high availability

• Compliance with the DPSCS Disaster Recovery guidelines

• Improved workflow solutions to reduce vendor dependence

• Provide a statistical reporting system for internal and external decision makers

• Provide a ‘lights-out’ environment to minimize manual/human intervention

• Electronic Storage of all fingerprint cards for easy access

• Scalable configuration to allow for future growth

26

Page 27: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

• The ability to provide an additional criminal investigation tools built around photo recognition

Replacing the existing MAFIS with the purchase of a Commercial off the Shelf (COTS) package will allow the State to meet the needs of the Homeland Security and FBI National Fingerprint File (NFF) initiatives in a more timely fashion and keep MAFIS compliant with State and Federal Regulations for personal identification through fingerprint technology. The new MAFIS will be fully interoperable with other AFIS technology worldwide and based on Maryland NIST. Any applications or peripheral devices that follow NIST standards will be able to communicate with the MAFIS replacement system.

3.4 Scope

This project requires the contractor to provide a set of vendor COTS packages and custom software that will allow the State to meet the needs of the Homeland Security and FBI NFF initiatives in a more timely fashion and keep Maryland AFIS (MAFIS) compliant with State and Federal Regulations for personal identification through fingerprint technology. The project shall incorporate several new technologies to include: distributed computing, browser based interfaces, TCP/IP communications protocol, latent palm matching, image capture, software matching and relational database software. Additionally, a Mugphoto identification system will be incorporated at the State level.

Below is a list of the components (in order of priority) that the State is requesting through this RFP. Based on available funding, the State reserves the right to select only a subset of the components listed below:

• AFIS

• Transaction Controller (Custom Software)

• Conversion of Cards and Electronic Records

• Fingerprint Archive System

• Annual Maintenance and Support

• Fast Identification

• Mugphoto System

3.5 PLACE OF PERFORMANCE

The place of performance for designing and developing the MAFIS components will depend on the phase and component or service being provided by the Contractor. Appropriate Contractor staff shall be approved by the PM (noted in section 1.3) and required to be at the DPSCS office during each task to conduct interviews, deliver presentations, and attend status meetings, as well as any and all other DPSCS-specific

27

Page 28: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

activities that occur during the period of performance. Training requires that the Contractor travel to DPSCS offices.

When required, the Contractor shall perform on-site work for all central AFIS concerns at or within 30 miles of the following location:

Department of Public Safety and Correctional Services Reisterstown Plaza Office Center 6776 Reisterstown Road Baltimore, MD 21215

Remote Site support may be necessary outside of the above requirement. See Table 3.5-1 below for listing of remote latent locations.

Site Name Address # of Planned Workstations

Maryland State Police Crime Lab

1201 Reisterstown Road Pikesville, MD.

8

Howard County 341 Courthouse Dr. Ellicott City, MD. 2

Hartford County 303 Hopewell Road Aberdeen, MD. 2

Prince George’s County 4923 43rd Avenue Hyattsville, MD. 2

Montgomery County 4923 43rd Avenue Hyattsville, MD. 3

Charles County 6855 Crain Hwy. LaPlata, MD. 2

Anne Arundel County 201 Robert Crain Hwy. Millersville, MD. 2

Baltimore City PD 601 E. Fayette St. Baltimore, MD. 2

Baltimore County 700 Joppa Rd. Towson, MD. 3

CJIS – CR 6776 Reisterstown Road Baltimore, MD 15

Table 3.5 – 1 Remote site locations

The following components and services are listed with the required place of performance for each phase.

• Transaction Controller It is preferred that all development will be conducted at the DPSCS office, with the assistance of DPSCS technical staff.

• Conversion The State prefers that all conversion work be conducted at State provided facilities. All conversion work must be done within the United States. Maryland fingerprint data must

28

Page 29: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

not be exposed to anyone other than State approved vendor, contractor, or subcontractor personnel.

• AFIS, Mug Photo System, Fingerprint Archive, and Fast Identification Components

Development for these components shall take place primarily at the Contractor’s site. The Factory Acceptance test of these components must take place within the United States. The final integration test and user acceptance test shall take place at the DPSCS office.

Location of the primary central site for all backend server components is:

1201 Reisterstown Road. Pikesville, MD.

The planned Disaster Recovery location is:

University of Maryland College Park, MD.

3.6 PERIOD OF PERFORMANCE

After contract award, DPSCS and the selected Contractor will agree on a start date of contract performance. However, the start date of contract performance will be within two weeks after contract award unless specifically otherwise agreed by DPSCS and the Contractor. The Contractor shall have installed all components purchased to a fully operational condition, no later than seven hundred thirty calendar days (730) from Notice to Proceed encompassing Years 1 and 2 of the contract. Year 3 will consist of a one year Warranty period as outlined in Section 3.14.4. Years 4 and 5 will be Warranty Management, System Support and Maintenance as outlined in Section 3.14.5

The State may, at its discretion, deduct liquidated damages from payment to the vendor, not to exceed $1,000,000.00 under the condition listed below: Condition: Vendor must complete all phases and deliverables listed in the agreed upon schedule by the specified completion dates, which includes complete system testing to the DPSCS satisfaction, and be approved for production by DPSCS. Damage: The Vendor Inc. shall pay damages to the State in the amount of $1,000 for each day or part thereof that goes beyond the completion date for each phase. Damages cannot be applied if the delays are a result of something beyond the vendor’s control.

3.7 SCOPE EXCLUSIONS

This SOW does not cover:

• Upgrade or purchase of Livescan devices for image capture.

• Upgrade or purchase of photo capture devices.

29

Page 30: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

3.8 SCOPE OF INTERACTION WITH CONCURRENT PROJECTS

The State of Maryland will be responsible to ensure all State owned systems interfacing with this project are completed in order to minimize any disruptions in implementation. It will be necessary to modify the existing Livescan and Cardscan software, as well as the State legacy systems to support the new workflows. Each component will be tested individually as well as a complete end-to-end testing process prior to this system being implemented.

Below are the known systems and required modifications:

• Livescan and Cardscan modifications to support the new type of transactions with the associated NIST. A complete evaluation of the current NIST tags will be reviewed as part of this project. Modifications will also include fingerprint and palm capture at 1000ppi over time.

• The current Arrest Booking System shall be modified so that complete NIST records will be transmitted from associated Livescans to the Transaction Controller.

• The IPS/CCH will require modification to accept the newly defined transaction types with associated NIST. A confirmation message will be sent back to the Transaction Controller to indicate a successful record update. If a successful update did not occur then an error will be generated back to the Transaction Controller. The IPS/CCH will continue to generate and pass new SID numbers to the Transaction Controller. In today’s workflow, the IP21 process within the IPS/CCH controls the AFIS workflow. The future AFIS system will not operate in this Master/Slave type operation. Thus, the IPS/CCH will require modification to accept and process the new messaging with the Transaction Controller.

• The RAS system will require modification to accept the new transaction types with the associated NIST for applicant processing. A two-way interface to indicate the funding acceptance or rejections will continue.

Additional system reviews are underway to support Sex Offender Registration. This process will be incorporated into the new AFIS process and workflow.

3.9 PROJECT DELIVERABLES/TIMELINE

The following table identifies the items to be delivered to the State. Items are categorized by project phase. Items are to be delivered to State within the number of days listed in the due date column. Reference to each deliverable is provided in both this SOW and the Functional and Technical Requirements Document found in Attachment H. The vendor’s ability to invoice will be measured against the written deliverables.

30

Page 31: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

Table 3.9 – 1 Contract Deliverable Requirements List

Phase Deliverable Title Due Date CA = Contract Award

Reference

1. Project Management Plan Section 3.17.10

2. System Engineering Management Plan Section 3.17.10

3. Quality Assurance Plan Section 3.17.10

4. Sub-Contract Management Plan (If applicable)

Section 3.17.10

a. Planning Phase Project Management and Planning (60 Days) 5. Risk Management Plan

CA + 60 Days

Section 3.17.10

b. Requirements Phase – Requirements Verification (10 Days)

1. Review and Update Requirements Traceability Matrices for each sub-system

CA + 70 Days Attachment H

1. Transaction Controller Design Document Section 3.14.2

2. AFIS Specification Document Section 3.14.2

3. Fingerprint Archive Specification Document Section 3.14.2

4. Fast Identification Specification Document Section 3.14.2

5. Mugphoto System Specification Document Section 3.14.2

6. Interface Control Document (all Systems) Section 3.14.2

7. MAFIS Security Plan Section 3.14.2

8. Data Migration Plan Section 3.14.2

c. Design Phase – Specification & Design Documentation (115 Days)

9. Card Conversion Plan

CA + 185 Days

Section 3.14.2

31

Page 32: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

Table 3.9 – 1 Contract Deliverable Requirements List (Continued)

Phase Deliverable Title Due Date CA = Contract Award

Reference

1. Implementation Plan Section 3.14.2

2. Core AFIS System FRD Sections 2.2.1/2.2.2/2.2.3/2.2.4

3. Fingerprint Archive FRD Section 2.2.6

4. Fast Identification FRD Section 2.2.8 5. Mugphoto System FRD Section 2.2.9 6. Transaction Controller FRD Section 2.2.5 7. Card Conversion Completed FRD Section 2.2.7 8. Data Conversion Completed FRD Section 2.2.7 9. Subsystem Test Plans FRD Section 3.11

10. Integrated Test Plan FRD Section 3.11 11. AFIS Training Plan Section 3.14.3 12. Fingerprint Archive Training Plan Section 3.14.3

13. Fast Identification Training Plan Section 3.14.3

14. Mugphoto System Training Plan Section 3.14.3

15. Factory-Acceptance Test FRD Section 3.11 16. AFIS Operators Guide FRD Section 2.2.1 17. Transaction Controller Operators Guide FRD Section 2.2.1

18. Archive Operators Guide FRD Section 2.2.6 19. Transaction Controller Operators Guide FRD Section 2.2.1

20. Fast Identification Operators Guide

FRD Section 2.2.1

21. Mugphoto System Operators Guide FRD Section 2.2.9

22. AFIS Maintenance Guide/Systems Admin Guide FRD Section 2.2.1

d. Development Phase (460 Days)

23. Transaction Controller Maintenance Guide/Systems Admin Guide

CA + 645 Days

FRD Section 2.2.1

32

Page 33: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

Table 3.9 – 1 Contract Deliverable Requirements List (Continued)

Phase Deliverable Title Due Date CA = Contract Award

Reference

24. Archive Maintenance Guide/Systems Admin Guide FRD Section 2.2.6

25. Fast Identification Maintenance Guide/Systems Admin Guide FRD Section 2.2.1

26. Mugphoto System Maintenance Guide/Systems Admin Guide FRD Section 2.2.9

1. Test System Installation

2. Unit Testing FRD - Section 2.2.1

3. System Testing FRD - Section 3.11

e. Testing Phase (15 Days)

4. Testing Analysis Report

CA + 660 Days

FRD - Section 3.11

1. Hardware Installation (Production System) Section 3.17.9

2. Software Installation (Production System) Section 3.17.9

3. User Acceptance Testing FRD Section 3.11 4. User Training Completed Section 3.14.3 5. Administrator Training Completed

Section 3.14.3

f. Implementation Phase (50 Days)

6. Lessons Learned Document

CA + 710 Days

Section 3.14.2 1. Warranty Period Begins

2. System Support and Maintenance – Year 4

g. Warranty Management, System Support and Maintenance (20 Days) 3. System Support and

Maintenance – Year 5

Contractor shall be responsible for both Warranty Management and System Support and Maintenance

Sections 3.14.4 – 3.14.5

3.10 SYSTEM COMPONENT OVERVIEW

This section provides a high level overview or vision of the overarching automated “Person Identification System” that will exist following implementation and integration of the new MAFIS, the Transaction Controller (Transaction Controller), the Fingerprint Archive, the Mugphoto System and the Fast Identification System. By integrating the flow of electronic data between the various existing and replacement systems, a new overarching “system of systems” is created that provides emergent capabilities that result

33

Page 34: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

in significant improvements in speed, efficiency, and data integrity with greatly reduced paperwork and labor.

The table below outlines the system sizing and throughput of our current and projected systems. Further details may be found in Attachment H, Functional and Technical Requirements Document.

Component/Process Current DB Size

Current Monthly Growth

Estimate DB Size in 2015

Contracted Database Size

Average Daily Searches

Required Peak Throughput (per hour)

AFIS System Tenprint 2,310,000 13,396 3,900,000 4,000,000 1038 270

Palm Prints 0 3,500,000 3,500,000 LP/PP 120 40 per 8 hours

LP/ULP 45 15 per 8 hours PP/ULP 120

Unsolved Latent 182,000 1512 367,000 350,000 LT/TP 300 100 per 8 hoursLT/UL 75 25 per 8 hoursTP/UL 1100

Fast Identification 0 13,396 3,900,000 4,000,000 1:1 = 1500

1:1 = 500

Fast Identification 1:N = 7,000

1:N = 500

Fingerprint Archive 942,000 13,396 11,000,000 1000 Mugphoto System 0 15,000 5,000,000 100 20

3.11 SYSTEM CONCEPT AND ARCHITECTURE

3.11.1 Transaction Controller

Given the number of systems involved and the need to at all times maintain the integrity of each record, the proposed workflow has been kept as simple as possible and care has been taken to maintain the “master work-in-progress record” on one and only one system at a time ensuring a “clean” hand-off between systems. The Transaction Controller is the primary transaction logic system that deploys decision logic to track and maintain the “state” of a record as the various other “service” systems perform identification functions and return processing results to the primary transaction logic system. The transaction logic system will update each record according to the business rules operative on the Transaction Controller server and based on results from the “services” systems.

The primary driver in the project is the customization (time, effort, schedule, integration testing) of the new MAFIS. Consequently, the Transaction Controller must be sufficiently defined and designed early in the process to support the new MAFIS workflows and design. The design date shall be communicated and approved by the PM to ensure proposed date meets or exceeds project requirements.

34

Page 35: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

3.11.2 Sources of Data

There will be six distinct types of systems that capture original data. This data must be transmitted, processed and separated or combined in various ways to complete the person identification process.

1. ABS clients are the original point of entry for person and arrest text information that eventually becomes the NIST Type 2 fingerprint record as well as the initial criminal history record maintained in CCH. ABS sites must validate Type 2 data before transmission of this data to Livescans at ABS sites. The Livescans will then acquire fingerprint and palmprint data to complete the Maryland arrest NIST record (Types 4 or 14, Type 10, and Type 15) before transmitting the complete NIST record to the Transaction Controller.

2. Criminal Arrest processing sites that do not use ABS will directly enter Type 2 data into the Livescan before capture of the finger and palm print images. These Livescans will validate Type 2 data directly as it is entered. The Livescans will transmit the complete MD NIST record to the Transaction Controller including MD NIST Types 1,2,4-14,10, and 15. Some Livescans have integrated photo capture resulting in the addition of one or more Type 10 records to the NIST package sent from the Livescan to the Transaction Controller.

3. In locations where photo images are captured by a separate system, the external photo system will transfer the Type 10 records to the Livescan for inclusion with the Type 2, 4/14 and Type 15 records transmitted to the MD Transaction Controller.

4. Applicant Livescans acquire NIST Type 2 demographic data, Type 8 signature data and Type 4 or 14 fingerprint images directly. These MD NIST records are transmitted to the Transaction Controller.

5. Cardscans are used to acquire fingerprint and future palmprint images from cards, both applicant and arrest cards, along with arrest demographic information and to transmit this data in NIST format to the Transaction Controller for entry into the automated identification processes. It is envisioned that new Cardscan systems at the DPSCS Identification Unit will scan inked cards at 1,000 ppi creating high resolution Type 14 and 15 fingerprint and palmprint images, as well as Types 1,2, and 8.

6. Note that Maryland anticipates the addition of a Sex Offender Registration (SOR) Type of Transaction (TOT) similar to the FBI CAR (Criminal Arrest Retained) TOT to Maryland Livescans and Cardscans. This should not significantly impact the Transaction Controller or MAFIS design, as the SOR workflow will be similar to the current CAR (Criminal Arrest Retained) workflow. Maryland uses the standard FBI EFTS Types of Transactions including CAR, CNA, FANC, NFUF, MAP, DEK, DEU, MPR, AMN, and NCUF. Extensions to these TOT’s may be necessary to distinguish the use of the Maryland criminal arrest and Maryland applicant fingerprint cards which are supersets of FBI NIST in that Maryland collects a few additional Type 2 data elements.

35

Page 36: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

3.11.3 Tenprint Identification Processing

The Transaction Controller is the transaction server designated to apply the business logic that will control the automated identification processes. The primary functions of Transaction Controller will be to:

1. Receive and validate NIST records from criminal arrest and applicant Livescans.

2. Send the whole NIST record to the new MAFIS and let MAFIS use only what it needs for identification processing.

3. Receive processing results from MAFIS and then to apply the person identification business rules (lights out identification). Such rules will result in appropriate additional instructions to MAFIS and other systems.

4. Communicate with SID# generation processes on the IPS/CCH when MAFIS requires a new SID# be assigned.

5. Transmit new SID#’s to MAFIS when one has been requested.

6. Request a name search by IPS/CCH before a new SID# is issued to MAFIS. If there is a positive result to the name search, initiate a closed search on MAFIS with human verification to make sure that the fingerprint record that corresponds to the SID# from the name search has been reviewed (and is included in the MAFIS database) in order to avoid creation of duplicate criminal histories for the same individual and to ensure synchronization of databases between IPS/CCH and MAFIS.

7. Send the NIST Type 1, 2 record and Type 10 photo record to the Mugphoto System Server following assignment of a SID# to the record.

8. Maintain a database of all identification transactions and the corresponding Name Search and Fingerprint matcher scores. (This data is needed for future threshold adjustments for “lights out” identification processing.)

9. Provide tools, utilities, and reports so that statistical analysis of historical identification data can be analyzed for purposes of adjusting decision thresholds and substantiating the validity of current and previous decision logic (Daubert compliance) for legal purposes.

10. Provide an administrative user interface (browser-based) for system monitoring and maintenance.

11. At end of the Identification process, Transaction Controller sends Maryland Identification result messages to the submitting agency. This process will be used for both criminal and applicant processing. Identification result messages must be translated from NIST format to plain English text so that non-technical users can properly interpret the information contained in the message.

12. Upon the identification of a duplicate record in the AFIS or IAFIS, the Transaction Controller will submit an electronic consolidation command to the IPS/CCH, Fingerprint Archive, and Mugphoto systems. The Transaction Controller shall monitor and track compliance.

36

Page 37: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

3.11.4 Post Identification Processing

The Transaction Controller is the system designated to apply the business rules that will control the distribution of identified person records (tenprint and palmprint) to permanent storage systems and to external agencies (FBI) for further processing. The Transaction Controller will also facilitate data communications to the FBI and potentially other States’ AFIS (future) for latent fingerprint searches initiated with ULW (FBI – Universal Latent Workstation) technology. The primary post processing functions of the Transaction Controller will be to:

1. Transmit criminal arrest and non-criminal tenprint records to the FBI IAFIS consistent with NFF requirements.

2. Transmit criminal arrest tenprint records to RAFIS, if arresting agency is Prince George’s County or Montgomery County.

3. Receive FBI#’s back from the FBI for criminal arrest records and to transmit the FBI# to necessary systems to update criminal history records (IPS/CCH, Mugphoto Server, MAFIS, Fingerprint Archive, submitting agency).

4. Transmit completed tenprint (and palmprint) arrest records, applicant tenprint records and Sex Offender Registration records to the MD NIST Fingerprint Archive Server

5. Act as in intelligent router to facilitate the transmission of ULW latent search requests from MAFIS workstations running ULW software to the FBI IAFIS (and possibly in the future to other State AFIS) and to receive search responses (candidate lists) back from IAFIS and to route these responses to the originating ULW workstation for latent verification.

6. Transmit FBI Identification response (SRE) for applicant TOT’s to RAS.

7. Disseminate search results from local and federal searches back to the End User(s).

3.11.5 FBI Universal Latent Workstation Processing

The FBI ULW software provides only single source message routing. Thus the Transaction Controller will have to provide routing services for Maryland ULW (software on MAFIS Latent Workstations) to enable the ULW search requests to reach the FBI IAFIS and for IAFIS candidate lists to return to the ULW from which the search originated. The Transaction Controller will have to maintain a log of each ULW search submission by process control number (PCN) and then match returning candidate lists with PCN and the address of the originating ULW to forward the FBI response correctly.

In a similar fashion, should Maryland agencies or external agencies choose to use the ULW latent software (instead of MAFIS latent software) to launch a latent search on MAFIS, the Transaction Controller must facilitate the submission of the ULW search request to MAFIS and the return of the MAFIS candidate list to the originating ULW.

3.11.6 Transaction Controller Architecture

The Transaction Controller must be built on industry standard platforms in an industry standard development environment using DPSCS employees as part of the development team,

37

Page 38: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

resulting in DPSCS ownership of the Transaction Controller software (including source code). DPSCS will be able to maintain and evolve this vital strategic system into the future as needs and opportunities require. Maryland desires a design that provides flexibility in the management and definition of the workflows being controlled by the Transaction Controller. Mainstream service oriented architecture technology and DPSCS control along with simplified workflows running on a COTS workflow “engine” (also sometimes called a “decision engine”) will achieve the system reliability and operating reductions desired. DPSCS owns an IBM Websphere development suite that the vendor can use to develop the Transaction Controller unless the vendor can justify alternative technology to the State of Maryland.

3.11.7 Transaction Systems Workflow

The following three pages diagram at a high level the transaction workflows proposed. The second and third diagrams have been constructed to show the logical progression of workflow top to bottom starting at the top of the second page. The best way to view the diagram(s) is to print them and then tape the third diagram to the bottom of the second diagram making a single diagram. The diagram pages are best printed in landscape format.

BALANCE OF PAGE INTENTIONALLY LEFT BLANK

38

Page 39: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

L/S Photo L/S Photo

ABS NLS

L/S PhotoL/S Photo

Card Scan

Latents

CCH/IPS

RAS

Transaction Controller MAFIS

Fast IdentificationScanners and User

Interface

Fast IdentTransactionController

NIST SMTP

NIST SMTP

Type 2MQ

Type 2MQ

FBIAFIS

NIST1,2, 4

ULWSMTPNIST1,2, 9 NIST Archive

Mugshot Server

NISTSMTP

1, 2, 8, 14, 15

NIST Type 1,2,10

NISTSMTP

RAFISType 1,2,4

SMTP/MIME

(Prince George’s Co. / Montgomery Co.)

10 Print

Latent

Criminal ApplicantCriminal

SID #

NISTSMTP

ULW

OK to process

Figure 3.11 - 1 - System Overview

39

Page 40: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

ABS Worstation ABS Server

Data General ABS Livescan Data General

NLS LivescanCriminal

OptionalCamera

OptionalCamera

Data General

Applicant Livescan

Cardscan IQS Scanner

Data General

Sex OffenderRegistration

Livescan

Nist 2

FBIUniversal Latent Workstation

IQS Scanner

Transaction Controller

NIST 1,2,4/14,10,15SMTP/MIME NIST 1,2,4/14,8

NIST 1,2,4/14,10,15SMTP/MIME NIST 1,2,4/14,10,15

SMTP/MIME

NIST 1,2,4,9SMTP/MIME

Latent Search Request to IAFIS

TRANSACTION CONTROLLER DATA FORMATS & NETWORK PROTOCOLSHigh Level Workflows

MAFIS

NIST 1,2,4/14,15SMTP/MIME or MQ Series

Open Search Request

NIST 1,2SMTP/MIME or MQ Series

Open Search Results

NIST 1,2SMTP/MIME or MQ Series

Declare "Hit" or Rqst Human Verification

NIST 1,2SMTP/MIME or MQ Series

Human "Hit" or Rqst New SID#

CCH

NIST 1,2MQ Series

Rqst Name Search or update CCH if "Hit"

NIST 1,2MQ Series

If Lights Out "Hit", update CCH

If "Hit" Update MAFIS

NIST 1,2MQ Series

Name Search Results

NIST 1,2SMTP/MIME or MQ Series

Name Search Results Rqst Closed Search

Human Verification for all Closed Searches

NIST 1,2SMTP/MIME or MQ Series

Human "Hit" or Rqst New SID#

NIST 1,2MQ Series

Update CCH if Hit, else Rqst New SID#

NIST 1,2MQ Series

Send New SID#

Generate SID#Start New Record or

Update CCH

NIST 1,2SMTP/MIME or MQ Series

Send New SID#Update MAFIS

Page 1 Continued on Page 2

Extermal Agency FBIUniversal Latent Workstation

NIST 1,2,4,9SMTP/MIME

Latent Search Request to MAFISNIST 1,2,4,9SMTP/MIME

NIST 1,2,4SMTP/MIME

Latent Search Candidates

NIST 1,2,4SMTP/MIME

Latent Search Candidates

IQS Scanner

Blue indicates potential asychronous message timing compared to other

message sequences

40

Page 41: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

41

Transaction Controller

Continued from Page 1

FBIIAFIS

NIST 1,2,4,9SMTP/MIME

ULW Latent Search

NIST 1,2,4SMTP/MIME

Latent Search Candidates

Maryland FBIUniversal Latent Workstation

NIST 1,2,4SMTP/MIME

Latent Search Candidates from IAFIS

NIST 1,2,4,10SMTP/MIME

Criminal and Applicant 10-prints

NIST 1,2SMTP/MIME

10-print search results (FBI#)CCH

NIST 1,2MQ Series

10-print search results (FBI#)

RAFIS

NIST 1,2,4SMTP/MIME

Send MD 10-print recordwith MD SID# to RAFIS MD NIST

FINGERPRINT ARCHIVE

NIST 1,2,4/14,8,15SMTP/MIME or MQ SeriesSend MD 10-print recordwith MD SID# to Archive

NIST 1,2Update 10-print record with FBI#

Page 2Blue indicates potential asychronous message timing compared to other

message sequences

MD PHOTO -MUGSHOT SERVER

NIST 1,2,10SMTP/MIME or MQ Series

Send MD Photo records with MD SID#to Mugshot Server

NIST 1,2MQ Series or SMTP/MIME

Update Mug - Photo record with FBI#

Data General

Criminal orApplicant Livescan

NIST 1,2SMTP/MIME

Send MD SID#to submitting agency

NIST 1,2SMTP/MIME

Send FBI# to submitting agency

CCH – RASApplicant Accounting

System

NIST 1,2MQ Series

Demographic Data to start RAS record

NIST 1,2MQ Series

Process or reject record based on Escrow account balance

MarylandExchange Server

(email)

Admin MessagesSMTP/MIME

Reject and plain textresult messages to user

email accounts

Page 42: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

3.11.8 Fast Identification Processing

Maryland will acquire the back end infrastructure (as part of the new MAFIS) to process single or multiple fingerprint images (flat or rolled) for purposes of rapid identification. It is envisioned that users of this system will be the courts, probation and parole, police officers, and other users who require rapid confirmation of a person’s identity in order to make immediate risk assessments for criminal justice and non-criminal justice purposes. Maryland will also acquire a few front-end capture devices to use as prototypes for testing, demonstration, and implementation at two pilot sites. Maryland anticipates that local agencies will acquire local funding to quickly enlarge the use of the Fast Identification System. Consequently, the back end Fast Identification system has been sized to anticipate this demand.

Since local agencies may source their Fast Identification capture devices from multiple third party vendors, Maryland requires that a standards based back end system support this environment and has indicated these specifications for image resolution, data format, and data communications in the technical requirements section. Maryland desires that the Fast Identification matching system be “tuned” to provide a zero rate of false positive identifications and will accept the minimum necessary “missed identifications” (false negative) rate necessary to support the zero false positive rate. Vendors are encouraged to provide recommendations concerning the best solutions to achieve the best possible accuracy for the Fast Identification system in terms of which fingers and how many fingers should be used.

The concept of single or multiple flat (or rolled) finger image matching from networked stationary and mobile capture devices will be implemented using a separate interface to the new MAFIS. (Fast Identification transactions will not be processed through the above described Transaction Controller.) Since flat finger matching results in a “very highly probable” identification versus the “absolute” identification that will result from tenprint rolled image submissions, and since Fast Identification matching is not part of the mandated criminal history record workflows, it is logical to provide a separate interface to MAFIS matchers outside of the primary Transaction Controller Processes. Additionally, as the volume of Fast Identification submissions grow, a separate server to receive Fast Identification requests and route search responses to the requesting Fast Identification device will prevent system overload on the primary Transaction Controller.

3.11.9 New MAFIS

The new MAFIS will provide maximum tenprint search accuracy in support of automated identification processing logic implemented on the Transaction Controller. Maryland envisions being able to set a matcher score threshold above which an identification can be confirmed without the need for human verification. Similarly, Maryland envisions being able to set a matcher score threshold below which a non-identification can be confirmed without the need for human verification. Thresholds will be set and controlled by the Transaction Controller. MAFIS must report candidate SID’s with their corresponding matcher scores to the Transaction Controller. Maryland requires that MAFIS provide a lights out quality control process that allows some high and low scoring records (above and below thresholds) to be sent to human validation (second stage verification) for quality control purposes. Control of which records are to be validated by this process will be done by the Transaction Controller. Searched records that result in an intermediate matcher score will be sent to human verification (by the Transaction Controller). Vendors should make recommendations concerning which fingers should be used in

42

Page 43: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

what combinations to achieve maximum tenprint matching accuracy and should be prepared to benchmark their systems operating at these recommended parameters.

MAFIS must perform image quality analysis and flat to roll comparison upon receipt of all new tenprint records. Records containing non-AFIS quality images or flat to roll mismatches must be routed to a MAFIS quality control operator for repair, if possible, or rejection if repair is not possible.

Maryland requires an AFIS that provides maximum latent print search accuracy and reliability. Maryland believes that this will require that both rolled and flat images be active in the latent cognizant database. Vendors should be prepared to benchmark latent print accuracy. Maryland envisions a PC based latent user interface that provides efficiency and ease of use for latent examiners and that most image enhancement tools be provided within the native latent user interface. Maryland also requires that third party image enhancement tools such as Adobe Photoshop CS/2 run on the same PC as the latent workstation software and that an efficient way is provided to move images between Photoshop and the latent workstation software. Latents not identified in MAFIS will be exported to the FBI ULW software for search of IAFIS and other States’ AFIS. Maryland desires an efficient way to electronically export image, minutiae, and case data from the MAFIS latent workstation to ULW.

Maryland requires that the new MAFIS provide maximum latent palm print accuracy. Maryland strongly prefers a system that will process both small and large palm latent images as a single image for search and verification purposes in order maximize efficiency for latent fingerprint examiners. Maryland expects that latent palm print images can be transferred electronically between Photoshop CS/2 and the latent print workstation in the same way as latent fingerprints.

In its quest for maximum accuracy and reliability with an effective price point, Maryland envisions the use of a “composite” MAFIS that contains the best quality finger and palm print images acquired from multiple cards, criminal or applicant, for the same individual. Image replacement based on quality (including AMP) will be an automated process in MAFIS. In response to the FIS (Fingerprint Image Submission – FBI TOT) component of NFF (National Fingerprint File) requirements, MAFIS must notify the Transaction Controller whenever an image substitution is made so that the Transaction Controller can transmit the better image in the new arrest tenprint record to IAFIS.

Maryland intends to support the capability for external law enforcement agencies to launch latent fingerprint and (and eventually palmprint) searches against MAFIS initiated from remote ULW workstations. These searches will arrive via the primary Transaction Controller, be processed by MAFIS, and the candidate lists will be returned via the Transaction Controller to the submitting agency.

3.11.10 Fingerprint NIST Archive

All tenprint and palmprint records from conversion and from normal operations including each arrest and applicant record submission will be stored in the Fingerprint Archive System in NIST format. Maryland requires that the Archive store records in such a way that they can be easily retrieved by searching a limited number of data elements including, but not limited to, SID#, PCN, Tracking Number, person’s name, and date of arrest or application. When multiple records exist for the same SID#, a pick list of available records should “pop up” in descending date order for selection by the operator.

43

Page 44: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

Electronic tenprint and palm print records must be stored so that their integrity for legal purposes is maintained. This includes compliance with identification of a “true” copy of the card and “chain of custody” rules of law. Reproductions of hard copy tenprint and palmprint records retrieved from the Archive system must print on blank fingerprint card stock (and/or blank paper as specified by each user) in the MD official fingerprint card formats and containing the CJIS certified watermark. Updates and corrections to the originally archived NIST records must be maintained in the Archive so that any user calling up a record is immediately notified of any edits made to the record and a full audit trail listing what changes were made, when, and by whom as well as the initial data before change can be viewed and printed as a separate report to the fingerprint “card”. Only persons with system administrator privileges will be allowed to edit data stored in Archive. Only Type 2 data may be edited. No changes will be allowed to fingerprint or palm print images. Safeguards must be put in place to ensure that fingerprint images cannot be altered and/or assigned with incorrect demographic or biographical data.

Maryland envisions that the Archive user interface will be browser based and will be read only and print only for users. The user interface should provide tools for image enlargement and on screen “enhancement” to provide better views for the operator. The archive user interface should provide for printing a single image on plain paper in enlarged format and exporting a copy of that image to Photoshop.

Images must be stored at their original resolution and compression which means that some images in the Archive will be 500 ppi compressed with WSQ and others will be 1,000 ppi compressed with JPEG 2000.

The Archive shall link with the Mugphoto system for display of the corresponding photo record to the currently selected tenprint record.

For purposes of conversion of inked cards, the area of the card occupied by the Type 2 data will be scanned as a Type 7 image and stored in the Archive. If a digitized record originating from an inked card needs to be reproduced and printed from Archive, the Type 7 image will be used to supply the demographic data section of the printed card. The Archive searchable data elements originating from the inked cards during card conversion can be electronically extracted from a State supplied tape of Type 2 NIST data based on a combination of SID and event number. Obviously electronic records from the old NIST Archive and all newly acquired (Livescan and Cardscan) tenprint records will arrive at the Archive in fully compliant MD NIST format with all Type 2 data elements in the proper NIST tagged fields.

3.11.11 Mugphoto System

Maryland currently has several Livescans with integrated photo capture. These Livescans support the collection of standard FBI EFTS Type 2 data elements plus additional Maryland Type 2 data elements plus text and image Type 10 data. This includes images of scars, marks, and tattoos as well as a variety of facial images. Maryland intends to expand the number of these photo capable Livescan systems through separate procurement as part of a process to upgrade all Livescans to 1,000 ppi capture of finger and palm prints. Maryland envisions a Mug-Photo System that will support storage and retrieval of records for administrative purposes, investigative purposes and photo lineups based on searches of any combination of descriptive data that a victim or witness could reasonably give to an investigating officer as well as SID#, PCN, Activity Number, Agency and Date of Arrest.

44

Page 45: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

The capability of the Mugphoto investigative user interface to support automated tools for creation of forensic artist drawings is desired. The capability to deploy facial recognition tools to search the Photo System database for “matching” images is desired using both the automated tool created facial images, human artist created facial images, and actual photographic images retrieved from still or video cameras.

Fast Identification user interfaces that have sufficient screen space to display photo images will retrieve “thumbnail” images of the most recent full face photo image of an individual based on SID# for display with the Fast Identification results and a limited number of Type 2 demographic descriptive data from the Mugphoto Server. This synergy between the Fast Identification system and the Mugphoto Server indicates a need for the Mugphoto System to be WEB and/or service oriented technology and to be technically compatible with the Fast Identification Transaction Controller. Maryland envisions that the investigative user interface to the Mugphoto System will operate in a WEB browser on personal computers.

3.11.12 System Interfaces

Interfaces between the various new and existing criminal justice automation systems are shown in the diagrams above. Message transfer must occur using either SMTP/MIME or MQ Series. Maryland will provide MQ Series licenses and infrastructure for new equipment.

All messages must be in MD NIST or FBI NIST format except for plain text administrative messages sent to the MD email Exchange Server. The Exchange Server is used to transmit identification, rejection, and related administrative messages to designated mailboxes for users whose Livescans cannot process incoming email.

Part of the required system design documentation that is a deliverable for the State Tenprint Transaction Controller will be interface control documents for each interface between the Transaction Controller and all other systems with which the Transaction Controller exchanges messages.

Maryland NIST is a superset of the FBI EFTS NIST tagged fields. Additional NIST fields unique to Maryland currently include:

Tag # FIELD NAME: 2.094 ADULT, JUVENILE OR WAIVED JUVENILE FLAG 2.101 REGION-COUNTY CODE 2.102 RECORD TYPE 2.108 DRIVERS LICENSE NUMBER 2.115 ORI NAME 2.116 ARREST DISPOSITION 2.118 DISTRICT OF ARREST 2.119 FINGERPRINT OPERATOR NAME 2.120 FINGERPRINT OPERATOR ID 2.122 CAUTION CODES 2.135 SUBJECT PHONE NUMBER 2.139 EMPLOYER NAME 2.140 EMPLOYER STREET ADDRESS 2.141 EMPLOYER STREET LINE # 2 2.142 EMPLOYER CITY ADDRESS

45

Page 46: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

2.143 EMPLOYER STATE 2.144 EMPLOYER ZIP CODE 2.145 EMPLOYER PHONE NUMBER 2.147 ARREST SEGMENT LITERAL2 2.150 RESIDENCE STREET NUMBER 2.151 RESIDENCE STREET DIRECTION 2.152 RESIDENCE STREET NAME 2.153 RESIDENCE SUFFIX 2.154 RESIDENCE CITY 2.155 RESIDENCE STATE CODE 2.156 RESIDENCE ZIP CODE 2.157 RESIDENCE SUITE/APT NUMBER 2.237 REASON FINGERPRINTED 2.238 DATE – TIME PRINTED 2.245 DATE – TIME OF ARREST 2.301 TRACKING NUMBER 2.302 AUTHORIZATION NUMBER 2.303 REQUEST TYPE 2.304 AMOUNT OF PAYMENT 2.305 TYPE OF PAYMENT 2.314 EVENING PHONE NUMBER 2.315 POSITION APPLIED FOR 2.316 CHECK/MONEY ORDER/CARD # 2.319 MAIDEN NAME 2.325 QC ERROR/STATUS CODE 2.326 QC ERROR/STATUS LITERAL 2.329 CONVICTED/PROBATION FLAG 2.330 PENDING CHARGES FLAG 2.331 SUBMISSION DEVICE TYPE FLAG 2.332 MAIL TO FLAG 2.333 CHILD CARE ADMINISTRATION AUTHORIZATION # 2.334 LIVESCAN OVERRIDE

3.11.13 Manual Processing

The new MAFIS must support a “search and purge” process whereby fingerprint images from an inked hard card can be scanned into a tenprint workstation via an attached IQS scanner and searched. At the end of the search, a verification operator will determine whether identification has been made. Following the verification determination, the search record will be purged.

The “search and purge” transactions will NOT be known to or involve the Transaction Controller or the Archive or any system other than MAFIS and in no case will images from these transactions be entered into the MAFIS permanent database.

46

Page 47: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

3.12 DATA AND FINGERPRINT CONVERSION

3.12.1 General

The State of Maryland desires to convert existing fingerprint records from both electronic and hard card sources. It is the intent of the State to convert all inked fingerprint cards to 1000 ppi NIST Type 14 electronic images (JPEG 2000 compression). The State has approximately 5.2 million inked cards on file. Additionally the State has approximately 950,000 records originally acquired from Livescans at 500 ppi and compressed using WSQ. These electronic records are stored in a NIST Archive and will be made available on electronic media for insertion into the new AFIS and new Archive. It is anticipated that these records will remain at 500 ppi resolution and WSQ compression.

The conversion process must provide converted records for support of both the AFIS System and the Fingerprint Archive. This total of over 6 million fingerprint records correlate to approximately 2.3 million individuals’ SID numbers. Obviously there are numerous individuals with multiple arrest fingerprint records. Only the best quality fingerprint record for each individual will be loaded into the new AFIS. For the purposes of AFIS, each SID in the IPS/CCH will have the single best quality full set of 14 fingerprint images in the initial AFIS load. For the Fingerprint Archive, all arrest event fingerprint records for each individual and all applicant tenprints will be converted and stored resulting in an Archive database of over 6 million records. Based on the price of the conversion process, the State of Maryland may elect to convert a lesser amount of cards for the Fingerprint Archive.

Location and Facilities It is preferred that the conversion processes be performed at a location provided by the State of Maryland, however this is not mandatory. Each vendor must outline their approach to this issue to ensure the best quality and price is provided to the State. Vendor will supply all conversion related hardware and software.

If performed at the Maryland location, the State will provide a facility to include environmental needs, network support, security, and transportation of the cards from the current archive room to the conversion location. Additionally the State provided SAN will be available for storage of the converted data. Performing the conversion at the State provided location will also improve the ability for State personnel to provide periodic required quality inspections of the conversion process output.

If a vendor prefers to conduct the conversion at their location, the vendor will be responsible for expenses and logistics associated to:

• Shipping of the cards two way

• 24 X 7 security of the vendor facility when Maryland cards are on-site

• Necessary infrastructure to conduct the conversion, i.e. environmental needs and data storage.

47

Page 48: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

• Transportation and living expenses for one Maryland State employee fingerprint expert for one week visits each month during the conversion process for quality inspections of converted records.

At no time throughout the conversion process will any cards or electronic fingerprint records be shipped or transmitted outside of the continental United States. 100% accountability will be required of the hard cards being processed. Criminal history data may NOT be exposed to anyone other than State approved vendor, contractor, or subcontractor personnel, or anyone without a specific need to know. All personnel working on the conversion processes who may have exposure to criminal history information must have a current Maryland criminal history background clearance.

The State requires that the Vendor estimate the number of cards or electronic records per week to be converted and the length of time the cards will be out of the file room. The Vendor must also clearly define any tasks that will be the responsibility of the State.

3.12.2 Electronic Data Conversion

Currently the State has approximately 950,000 records that have been electronically submitted to the State AFIS system and placed in our current electronic Fingerprint Archive System. It is the State’s desire to convert these electronic records from the Archive system in order to obtain all 14 images to be placed into the AFIS system at 500ppi and to migrate these records to the new Archive.

Conversion Process The State will provide an electronic file of all individuals with each specific event that has been registered in the current Criminal History System. (SIDS for all arrested persons and all applicants are maintained in the (IPS/CCH.) The data provided will contain the State Identification number and the Event Identification number for each registered record. Additionally the 950,000 plus records in the current fingerprint Archive system will be provided via electronic media in NIST format. All records will contain Types 1, 2, and 14 type 4 fingerprint images and applicant records contain Type 8. For each SID and Event ID in the IPS/CCH system, a card must be associated in the Fingerprint Archive system. This data will be used to match against the electronic records so each event is properly matched to the fingerprint card on file.

For purposes of the new AFIS initial data load, if a hard card record exists for a SID that also has a record in the electronic Fingerprint Archive, the inked card will be used since the inked card will be converted at 1,000 ppi. If an inked card is not available, the electronic record will be used to load the AFIS.

3.12.3 Inked Card Conversion

The State of Maryland has about 5.2 million inked fingerprint cards that will be converted at 1000 ppi using JPEG 2000 compression for storage in the new electronic Fingerprint Archive system. Of the 5.2 million hard cards, approximately 2.3 million individual SID’s exist. For the new AFIS system, the best quality card will be selected for initial load.

Conversion Process As stated earlier, Maryland would prefer to have all cards converted at a location provided by the State. This location will be located in the Baltimore area near the existing fingerprint card

48

Page 49: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

archive room to facilitate card control and transportation. The State will provide the facility, security, and environmental needs. Based on the vendor’s desire, network access to the State SAN device can be made available for immediate data storage throughout the conversion process.

The State will provide an electronic file extracted from the IPS/CCH of all individual records with each specific event (arrest or application) that must be registered in the new Fingerprint Archive. This file will at a minimum contain the required information (SID# and Event ID) for each fingerprint record plus the necessary Type 2 data for search and retrieval of records in the new Archive and AFIS. The file format, media, and data contents will be mutually agreed upon between the vendor and the State prior to initiation of conversion activities coupled with Archive design.

The fingerprint records will be transported or shipped to the conversion facility by State provided personnel. Inventory must be conducted to ensure 100% accountability is maintained throughout the conversion process. Prior to shipping these cards, the State will be responsible to ensure each card has a barcode label affixed to the card containing the SID and the Event ID. The vendor will be responsible to provide the barcode stickers to be applied to the cards. The cards will be provided to the conversion team prepared to be scanned (i.e. all cards for each SID filed together, all staples, paperclips removed, and labels affixed). The State will determine the best quality card for each SID to be converted and stored in the AFIS. The method to signal these best quality cards will be agreed upon between the vendor and the State prior to initiation of conversion activities.

During the conversion process the barcode information shall be matched to the data provided electronically by the State. The vendor must provide a quality control plan to ensure date integrity and image quality of the converted records meets FBI IQS standards. Additionally the State will provide a quality assurance representative to inspect quality throughout the process.

Each hard card converted for the Archive system will be converted at 1000 ppi with JPEG 2000 compression for all fingerprint images. The area of the card occupied by the Type 2 data will be scanned as a Type 7 image and stored in the Archive. Type 2 data is located on both the front and back of Maryland fingerprint cards. Type 2 data areas may be imaged at 1,000 or 500 ppi if the lower resolution will result in significant file size reduction and compressed using JPEG 2000. If a digitized record originating from an inked card needs to be reproduced and printed from Archive, the Type 7 image will be used to supply the demographic data section of the printed card. The Archive searchable data elements originating from the inked cards during card conversion can be electronically extracted from a State supplied tape of Type 2 NIST data based on a combination of SID and Event ID. Obviously electronic records from the old NIST Archive and all newly acquired (Livescan and Cardscan) tenprint records will arrive at the Archive in fully compliant MD NIST format with all Type 2 data elements in the proper NIST tagged fields.

Throughout the conversion process, problems will be identified and corrective action will be required. The State will provide a single point of contact for all conversion issues in order to provide timely resolution.

49

Page 50: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

3.13 TECHNICAL ENVIRONMENT

3.13.1 Technical Environment Overview

The State of Maryland DPSCS operates a primary data center in Pikesville, MD and a disaster recovery site in College Park, MD. The State tenprint processing area is in Baltimore, not far from the Data Center. All tenprint verification is done at the State Tenprint Processing Center. Additionally all inked cards are converted to electronic format using Cardscans in the State Tenprint Section. There are latent workstations at nine criminal justice agencies throughout the State. There are approximately 50 Livescans located throughout the State at various booking facilities and applicant processing locations. Additional Livescans will be procured to add to the total number of Livescans and also to replace some existing Livescans that are obsolete or worn out. New Livescans will capture finger and palm print images at 1,000 ppi. Existing Livescans will capture finger and palm print images at 500 ppi. Livescans will be procured through a separate purchase process. There are no Livescans included in this request for proposal.

There are high-speed WAN connections between the primary data center and the disaster recovery site. There is also a high-speed WAN connection between the tenprint processing area and the primary data center. WAN connections of various speeds connect the latent print sites and the Livescan sites to the data centers. The State will provide LAN and WAN infrastructure for this project. Remote sites will have at least 0.5 T1 capacities. LAN infrastructure in all locations uses RJ45 connectors to twisted pair Ethernet cables. Gigabit Ethernet is available at the Data Center. The transport protocol is TCP/IP. Messaging protocols are MQ Series (preferred) and SMTP/MIME as necessary.

The State will supply UPS capacity sufficient for the new systems. Early in the design process the vendor must notify the State concerning electrical requirements of the new systems so that the State can allocate and/or upgrade UPS capacity as well as supply the needed electrical connections for equipment cabinets. Cabinets to house the new processors will be a vendor responsibility.

The State will supply RAID storage and mirrored RAID at the disaster site for MAFIS, Archive, and Mugphoto primary storage. The vendor must notify the State early in the design process with respect to how many terabytes of RAID will be required for the new systems so that the State can provide for the necessary expansion of the RAIDs. The RAIDs on are on gigabit backbones to which the vendor can connect the database servers for the new systems. The RAIDs are EMC model DMX1000. If the vendor chooses to perform fingerprint card conversion on site in Maryland, RAID can be made available to store converted records possibly by filling the Archive database and at the same time tagging the records that will be extracted to initially load the AFIS. The State’s gigabit backbone for RAID access is Fibre Channel technology.

The State will provide backup of the RAID and off site storage of the backup media. The vendor must supply backup instructions and during implementation and every six months thereafter inspect the backup media to ensure that the backup processes are operating properly.

The State currently has an enterprise license for virus protection and will provide this software for all personal computer systems. Vendors must ensure pricing for this support is excluded in their proposed pricing of the systems. The State will provide secure remote access through VPN

50

Page 51: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

for the purpose of system support. Terminal Services or similar software used to remotely access equipment will be the responsibility of the vendor.

RAS, IPS/CCH are applications that run on an IBM mainframe. They are COBOL/CICS applications using a DB2 and IMS databases. Communication between the mainframe and the transaction controller will use NIST formatted messages and MQ Series transfer protocol. The mainframe CPU is model 2086 version A04 running OS/390 level 02.10.00.

IAFIS is the FBI’s Integrated Automated Fingerprint Identification System. Communications with IAFIS use NIST data format as specified in the EFTS (Electronic Fingerprint Transmission Specification) and SMTP/MIME transmission protocols.

RAFIS is a regional AFIS provided by Motorola to a consortium of Virginia law enforcement agencies. Arrest tenprints from Prince George’s County and Montgomery County, Maryland are transmitted to RAFIS following identification processing by the State of Maryland. These two Maryland Counties share borders with some of the RAFIS user agencies and having access to Maryland arrest records helps identify criminals who operate across jurisdictional boundaries. Once the new MAFIS is installed with capability for external agencies to search latent prints using the FBI ULW software, the need to duplicate Maryland arrest tenprint records in RAFIS may be reevaluated.

Some criminal justice agencies in Maryland own older model Livescans that cannot receive or process return email messages from the Transaction Controller. In these cases email accounts have been established on the Maryland State Exchange Server so that remote Livescan users can receive search result, quality reject, and administrative messages using user owned and monitored personal computers in place of Livescans. In these cases the Transaction Controller will send these messages to the proper Exchange Server accounts instead of to the originating Livescan. There is a mapping table that correlates a specific Livescan to a specific email address on the Exchange Server. As these older model Livescans are replaced, most of these Exchange Server accounts will no longer be necessary.

3.14 DESIGN AND IMPLEMENTATION STANDARDS

3.14.1 Maryland System Development Methodology

The selected contractor will provide the necessary project management services to successfully plan, develop, and implement the contracted products and services. The State of Maryland requires strict adherence to its SDLC best practices.

This SDLC methodology will be utilized throughout this contract. The methodology is designed to establish procedures, and practices governing the full life cycle of the project. Phases for this project shall include; planning, design, development, testing, implementation and system maintenance and support.

Information pertaining to the Maryland SDLC methodology, including State approved SDLC documents can be found at: http://www.dbm.maryland.gov

3.14.2 System Documentation

The Contractor will be required to provide at least two complete set of user and operations documentation for the AFIS and related subsystems (Transaction Controller, Mugphoto System,

51

Page 52: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

Fast Identification and Fingerprint Archive System). The Contractor shall provide comprehensive Product Specifications Documents (excluding proprietary information) for the AFIS and each related subsystem, as identified above. These documents shall provide a detailed description of the product, to include all functions of the system and interconnection between the system’s different modules and components.

The Contractor will be required to provide a System Design Document for the development of the Transaction Controller. This document shall provide an overview of the system’s overall design and architecture. The document shall be created in narrative form (non technical terms) supported by illustrations and diagrams, as appropriate. The document shall include, but not limited to, discussion of the following areas:

1. System Overview

2. System Architecture

3. Hardware Architecture

4. Software Architecture

5. Internal Communications Architecture

6. File and Database Design

7. Manual Operations

8. System Inputs & Outputs

9. Design Constraints

10. Future Contingencies

The Contractor shall refer to Maryland’s SDLC Document Templates (Volume 4 - 2002) for further guidance in developing this document.

The Contractor shall provide user manuals, including System Administration guides, maintenance guides, operations manuals, and all software release notes for all system components as built at the time of factory acceptance. The contractor shall also provide to the State the following project related documents:

1. Interface Control Documents

2. Disaster Recovery Plan

3. System Security Plan

4. Training Plan

5. Implementation Plan

6. Acceptance Test Plan (Consists of Unit Level and Integration Testing)

7. System Back-Up Plan

8. Data Migration Plan

9. Card Conversion Plan

52

Page 53: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

With the exception of the Interface Control Documents, Data Migration Plan and Card Conversion Plan, the Contractor shall provide a single document for each of the items listed above covering the AFIS and all related subsystems.

The table below identifies the number of manuals and guides to be submitted by the Contractor. All project documentation shall be prepared using Microsoft products. (e.g. Word, Visio, etc.) The Contractor shall authorize Maryland DPSCS the ability to copy, modify and reproduce any documentation provided. All documentation shall be created using Times New Roman 12-point font. The Contractor shall employ document version control methods for internal management of project documentation. All documentation must be approved by the State. Any updates identified during user acceptance will be incorporated prior to final acceptance.

Document Name Number of Hard

Copies Number of Electronic

Copies AFIS Operators Guide 15 3 AFIS System Admin Manual 5 3 Archive Operator’s Guide 15 3 Archive System Admin Manual

5 3

Mugphoto Operator’s Guide 15 3 Mugphoto System Admin Manual

5 3

Fast Identification Operator’s Guide

15 3

Fast Identification System Admin Manual

5 3

Transaction Controller Operator’s Guide

15 3

Transaction Controller System Admin Manual

5 3

Table 3.14 – 1 Required Documentation and Quantities

3.14.3 User Training

The Contractor shall provide training to DPSCS AFIS personnel to assure proper operation and utilization. This training must include initial training and up to ten days on-site 24 X 7 training support during system start-up. Contractor will provide a draft training plan as part of their proposal.

Contractor shall provide one-week of advanced training for up to twenty (20) personnel 90 days after initial start-up.

The system shall be easy to use with minimal training. Sufficient on-site training shall be provided for operation of the system. Estimated numbers of personnel to be trained and the minimum amount of training hours are outlined in Table 3.14 - 2 below. (Numbers of personnel is subject to change.) Contractor shall specify training required for each function. Contractor shall prepare a detailed Training Plan outlining curriculum that must be approved by the State, which will consist of the following requirements at a minimum:

53

Page 54: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

A. Brief course description, including subject title, objectives, course length of time, and number of sessions. In addition, the number of recommended students for each class, and recommended student background/skill level necessary for satisfactory completion of the course.

B. Course schedule to identify starting and completion dates for training.

C. Subjects of training shall include, but are not limited to:

1. Minutiae placement

2. Quality control

3. Tenprint search/verification

4. Latent search/verification

5. Record updating

6. Record deleting

7. System operations (i.e. system console operation, diagnostic routines, backup and recovery functions)

8. Report generation

D. Contractor shall provide hands-on training.

E. Contractor shall provide handout/reference material needed for each student.

All training will be coordinated with and approved by the DPSCS Project Manager. All training shall be accompanied by supporting documentation such as described above.

Latent training will include, at a minimum, latent fingerprint entry, latent palm print entry, use of filters, encoding of minutiae, use of enhancement tools, calibration tools, use of camera, use of scanner, use of printers, lighting techniques, search verification, ULF function, IAFIS entry and verifications and out-of-State entry and verifications.

BALANCE OF PAGE INTENTIONALLY LEFT BLANK

54

Page 55: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

Section User Type # of Personnel Hours Tenprint user 35 16 Tenprint Supervisor 10 12

AFIS

Tenprint Sys Admin 6 8 Latent User 30 16 Latent Supervisor 10 8

Latent

Latent Sys Admin 4 8 Archive User 40 4 Archive Supervisor 15 8

Archive

Archive Sys Admin 6 8

Mugphoto User 40 8 Mugphoto Supervisor

15 8

Mugphoto

Mugphoto Sys Admin

6 8

Fast Ident User 20 4 Fast Ident Supervisor

5 8

Fast Identification

Fast Ident Sys Admin

6 8

TC Supervisor 6 8 Transaction Controller TC System Admin 4 8

Table 3.14 - 2. Number of personnel to be trained.

3.14.4 Warranty

Standard Manufacturer's Warranty, for all equipment proposed, is to be considered a part of these conditions. All defective items shall be replaced without any impact to the State of Maryland. The Contractor shall provide a one (1) year Parts and Labor warranty on all devices as part of the award that result from this Request for Proposal.

The Contractor must warrant all work done and all materials furnished by it or by its subcontractor(s) or representative(s) as a part of or in conjunction with the proposed systems. Specifically including but not limited to hardware, software, implementation, and documentation, all deliverables must be of good workmanship and quality, free from all defects in design, content, workmanship, or materials for a period of at least one (1) year from the date of full system acceptance.

The Contractor must have a warranty correction process. The Contractor must also specify problem tracking and escalation procedures including the method for the State of Maryland to determine the status of the resolution of previously reported problems and the method used in resolving each problem.

55

Page 56: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

Contractor shall be responsible for insuring the system during manufacture, shipment, installation, and until title passes to the State of Maryland, which shall occur upon full system acceptance and the Contractor’s receipt of payment in full.

The Contractor must expressly warrant that all items supplied under the contract are new, free from defects in design, materials, and workmanship. It will be deemed unacceptable that any used or refurbished equipment be provided.

Warranty shall include the following guarantees for a 12-month period commencing at signature of the acceptance certificate.

• Guarantee against any manufacturing failures or faults in hardware. Provision of all spare parts needed to repair any defects occurring during the warranty period.

• Guarantee against any software defects. Provision of all custom programming services needed to repair any defects occurring during the warranty period.

• Production System Impact - Maintenance services provided under warranty must be available on-call on seven (7) days per week, twenty-four (24) hours per day, and shall require an on-site response within 60-minute if a total system failure occurs. On-site support is expected at a minimum of five (5) days per week, eight (8) hours per day.

• Non-Production System Impact – For those component issues that does not impact system production, a four (4) hour maximum response time will be required for repair of any system problems. This support may be performed either on-site or remotely.

The Contractor shall be the sole point of contact on any problems with the equipment or systems during the warranty period. The Contractor shall be responsible for all work put in under these specifications. The Contractor shall make good, repair and replace, at the Contractor’s own expense, as may be necessary, any defective work, material acceptance, if in the opinion of the State of Maryland said defect is due to imperfection in material, design, or workmanship for the warranty period specified.

3.14.5 System Support and Maintenance

The Maryland State helpdesk will provide level 1 user support. Issues that cannot be resolved via the State’s helpdesk will be forwarded to the vendor’s helpdesk.

Vendor shall provide pricing for continuing system support and maintenance of each particular system after the expiration of the warranty period through the base period of the contract. System support and maintenance shall be provided in the renewal option periods should the State exercise those options.

Maintenance services provided under maintenance contracts must be available on-call seven (7) days per week, twenty-four (24) hours per day. The Vendor shall provide 24x7 support with a 15-minute response time from time of call. For production issues, on-site support must be available within one (1) hour. The vendor must indicate the coverage options recommended to maintain the 99.99% system availability.

All vendors must comply with the State of Maryland Change Management Process for testing and implementing system related changes into the production environment. This process consists of thorough system testing and approval prior to any changes being introduced into production.

56

Page 57: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

Level of Support: Vendors must propose hardware and software support services for remedial maintenance under the proposed extended maintenance services. The services proposed by the Vendor must include but are not limited to the following issues:

1. Help Desk Services: The Vendor must describe in the proposal the Help Desk services available by telephone to hardware and software support technicians and system users. Help Desk services are essential for supporting desktops, servers, software applications, and other related hardware and software included in the solution. Maryland desires 24/7 availability of Help Desk services.

2. Method of Notification: The Vendor must describe in the proposal the method for problem notification (such as 24 hour available hot line support, remote diagnostics, etc.). The Vendor must fully describe in the proposal their ability to remotely monitor and diagnose computing hardware and devices in their proposed system.

3. Escalation Procedures: Describe the process and procedures that would be utilized by State helpdesk personnel when issues require escalation. Provide a copy of your trouble escalation procedures complete with the names, titles, addresses and telephone numbers of the persons who are to be notified.

4. Problem Escalation: The Vendor must describe in the proposal the method(s) proposed for problem escalation.

5. Non-Performance Penalties: In the event that system availability does not meet the required 99.99% monthly standard, the vendor shall be subject to a penalty of $100 times the amount of downtime per minute that exceeded the 99.99% availability requirement. If a monthly availability of 99.99% is not met during the warranty period, the credits shall accumulate until the first paid maintenance cycle.

6. Test Equipment: The Vendor is required to provide a test environment on-site in Maryland to support new software verification and validation prior to implementation on production systems. The testing environment will also be scheduled for training sessions as needed.

7. Installation, Verification and Validation (IV&V): The Vendor is required to provide on-site support during testing phases of new releases of software and hardware.

8. Software Defects: The Vendor is required to provide resolution to all confirmed software defects within 30 days or a negotiated time period.

9. Upgrade Support: The Vendor must offer, for the full term of the maintenance agreement, support of the proposed systems to ensure continued operation during and after hardware upgrades and implementation of new releases of all software covered under the maintenance agreement.

10. Enhancements: The Vendor must provide enhancement updates to the software as they become available. Explain the method of distributing information on the available updates and software modifications with an explanation of the responsibilities of the Vendor, the manufacturer (if different from the Vendor), and Maryland DPSCS.

11. VPN Connectivity: The proposed system shall support remote access via a VPN connection for diagnostics and system maintenance.

57

Page 58: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

The vendor must provide warranty management services throughout the systems support and maintenance period. Warranty management will include the close monitoring and reporting of all system related issues. This process will require working directly with the State AFIS Administrator on a continuous basis to ensure all system issues and activities are coordinated and planned properly for quick resolution.

3.15 SYSTEM AVAILABILITY

The State desires a high availability system that operates on a twenty-four hours per day, seven days per week, 365 days per year basis (24 x 7 x 365). The system should meet 99.99% availability. The State requires such a system to help protect the citizens of the State of Maryland. To this end, the State desires a system that requires no downtime. This shall be classified as any time period in which an operator of any workstation, either remote or host, cannot accomplish a primary work task, due to a malfunction of the workstation and/or main AFIS and/or an AFIS subsystem. For further clarification, a primary work task shall be defined as any of the following:

o The receipt of an electronic fingerprint, palm print or latent print record.

o The ability to fully process and identify a fingerprint record or a palm print record or a latent print record.

o The ability to pass a fingerprint, palm print or latent print record to the FBI IAFIS.

o The ability to pass a fingerprint record to CCH.

o Creation of an identification message.

The system may operate in a reduced capacity should an issue such as hardware failure occur. Reduced capacity is defined as: a slower performing system whose functions and data are still available to the users. An example of reduced capacity is when one of several processors in a server fails, no data is lost or corrupted, the users can perform all system functions but user response times may be slower. However, at no time shall reduced capacity drop performance below 50% of the required system performance. If in reduced capacity mode, one hour of reduced capacity equals 30 minutes of downtime for the purposes of measuring system availability.

3.16 DISASTER RECOVERY

As part of this project, the Vendor will provide the additional hardware and software for a disaster recovery system at an offsite location. A well defined Disaster Recovery plan needs to be in place to ensure the State of Maryland loses no data during a disaster and is up and running at normal capacity within an hour. The Systems must have a method in place for failover to an offsite location. This should include replication of the data and the recovery method for the workflow transactions that were in progress at the time of the failure. The State will provide a mirrored SAN at the disaster recovery site. The configuration of this disaster recovery plan includes hardware that will allow the State to operate at a minimum

58

Page 59: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

50% capacity during the initial phase of the disaster. Details for the disaster recovery are provided in Section 3.8 of the Functional Requirements Document.

3.17 CONTRACTOR CONDITIONS

3.17.1 Configuration Control

The Contractor shall provide their approach for the configuration control for the Transaction Controller documentation, source code and application software. The State prefers the use of the IBM Websphere development environment and configuration control tools.

3.17.2 Security

All Contractor personnel assigned to work on this project shall submit to a fingerprint based criminal history background check prior to starting work and may be subject to rejection as the result of the check. Any person who is working at the Maryland facilities or has access to identification and criminal data, must be approved by the State. The DPSCS Project Manager will approve in writing any Contractor personnel assigned to work on this project before the performance of work.

All Contractor personnel shall be monitored throughout the life cycle of this project and shall consent to such monitoring. Detection of any unlawful conduct may be referred to Law Enforcement Officials.

3.17.3 Cancellation or Termination of IT Access

When a request for investigation is to be withdrawn or canceled, the Contractor shall immediately notify the DPSCS Project Manager by telephone. The notification shall contain the full name of the individual, and the date of the request. Telephone notifications must be promptly confirmed in writing to the DPSCS Project Manager who will forward the confirmation via email to the Security Officer.

Additionally, DPSCS Project Manager must be immediately notified when an individual no longer requires access to Maryland sensitive automated information technology systems or data, including the voluntary or involuntary separation of employment of an individual who has been approved for or is being processed for access under the Maryland Background Check.

3.17.4 Badge Requirements for Unescorted Building Access to Maryland Facilities

During the life of this contract, the rights of ingress and egress for Contractor personnel must be made available, as required, provided that the individual has been approved for unescorted access after a favorable adjudication from the Maryland Security Officer. In this regard, all Contractor personnel whose duties under this contract require their presence on-site shall be clearly identifiable by a distinctive badge furnished by the State of Maryland. The DPSCS Project Manager shall assist the Contractor in obtaining badges for the Contractor personnel. It is the sole responsibility of the Contractor to ensure that each employee has a proper Maryland-issued identification/badge at all times. All photo-identification badges must be immediately (no later than three days) delivered to Maryland for cancellation or disposition upon the termination of employment of any Contractor personnel. Contractor personnel must display any Maryland issued badge in clear view at all times during on-site performance under this contract. It is the Contractor's duty to assure that Contractor personnel enter only those work areas necessary for

59

Page 60: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

performance of contract work, and to assure the protection of any Government records or data that Contractor personnel may come into contact with.

3.17.5 Key Personnel

The Contractor must outline the management team that will be used to ensure a smooth design, development, and implementation of the Maryland State AFIS and associated systems as outlined in this proposal. The Contractor must provide résumés of all management team members assigned to this contract. Each of these staff members must have previous experience at implementing a System of this magnitude in the past two years. At a minimum this will include:

• Project Sponsor

• Project Manager

• Engineering Manager

• Trainer

• System Architect

• Sub-contractor Project Manager

At no time throughout the contract period will the proposed personnel be changed without the written consent of the State of Maryland. During the process of designing, developing and implementing all system components of this project, the Contractor shall use the Maryland DPSCS Project Management Office as the sole interface to the State staff.

The Project Manager assigned to this project must provide the leadership and direction to maintain the project on schedule and to meet the established requirements of the contract. This person must maintain close communications with the Maryland DPSCS Project Manager throughout this project. At any time the State may request replacement of the Project Manager if the project is not achieving contracted production goals and deliverable.

State of Maryland Responsibilities The Maryland DPSCS Project Management Office will be the prime interface between Maryland and the successful Vendor. The Maryland DPSCS Project Management Office will assign a dedicated Project Manager to the MAFIS Replacement project. This person will be the single point of contact for all activities regarding this project.

The Maryland DPSCS Project Manager (PM) will:

• Provide the Maryland State NIST Global Interface Control Document

• Coordinate all access and communications to State Subject Matter Experts (SMEs).

• Be the approval authority for decisions, approvals and sign-off for the selected Contractor(s).

• Provide the necessary status updates to State level sponsors and stakeholders.

• Be the coordination point for change orders, if any.

60

Page 61: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

3.17.6 Travel

Throughout the selection process, the State of Maryland will be responsible for all travel required for the purpose of Contractor and proposal evaluation (Benchmark).

After selection of the Contractor, the Contractor will be responsible to travel to the State location for each step of the process, from Planning to Implementation. The State will not be responsible for any travel expenses after contract award.

For Factory Acceptance of the AFIS system at the Contractor location, the Contractor will provide travel for two State representatives for a one week period to conduct the system testing. If the Factory Acceptance testing does not meet the standards set forth in the requirements, then additional travel need will be required at Contractor expense for subsequent testing until acceptance is achieved.

If the selected Contractor opts to conduct the conversion process at their facility or another facility within the continental United States, then the Contractor must provide travel for one State Quality Inspector for one week per month throughout the conversion process to verify quality of the converted records and address issues with the Contractor specific to conversion.

3.17.7 Approval Procedures

Throughout the SDLC process, the Contractor must gain written approval of each phase of the process, i.e. transitioning from the Planning Phase to the Design Phase will require a face to face review of the deliverables with the Maryland DPSCS Project Manager and the necessary Contractor Team members. Approval will be made in writing and signed by both parties to support the phase transition.

All deliverables will be reviewed and approved in writing by the State of Maryland. Any development work performed by the Contractor without written authorization by the State will be at the Contractor expense. (State approved design documents constitute authorization to proceed.)

The Contractor and all sub-contractors must provide all software release notes for each release of software. The notes must indicate the software release number/version and all associated tests performed on the software. No software will be installed on the contracted system without approval from the Maryland DPSCS Project Manager.

3.17.8 State Provided Facilities and Equipment

The State of Maryland will provide the approved Contractor sufficient space in the DPSCS Data Center to install the complete system purchased as a result of this procurement effort. This will include the space necessary at the Disaster Recovery Site. Each site will be set up to meet the electrical and environmental requirements for the system components as indicated by the Contractor.

Additionally, the State will provide an office location for Contractor maintenance personnel throughout the life of the contract. This space will be large enough to support up to three individuals with telephone and network connectivity.

If the Contractor building the Transaction Controller plans to build the system utilizing IBM Websphere, the State owns this package and can provide it to the development team. Vendors must ensure pricing for this support is excluded in their proposed pricing of the systems.

61

Page 62: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

The State currently has an enterprise license for virus protection and will provide this software for all personal computer systems. Vendors must ensure pricing for this support is excluded in their proposed pricing of the systems.

The State will provide secure remote access through VPN for the purpose of system support. Terminal Services or similar software used to remotely access equipment will be the responsibility of the Contractor.

3.17.9 Project Management and Reporting

Proper planning and managing the project throughout the life-cycle is very important to the State of Maryland to ensure the successful implementation of this user defined product. Each Vendor must review and provide their detailed approach to satisfying the requirements listed in Section 3.11 of the Functional Requirements Documentation.

The Vendor must outline the team approach to execute each phase of the project:

• Planning

• Design

• Development

• Implementation

− Testing

− Training

− Data Conversion

− Installation

− Transition

• Systems Operations and Support

The primary Contractor shall ensure all sub-contractors are managed within the State approved management processes. The management of any sub-contractors will be transparent to the State of Maryland. All requirements outlined in this document will flow down to all sub-contractors involved in this project.

All project activities shall be agreed upon by consultation with the Maryland DPSCS Project Management Office.

3.17.10 Documentation

All project planning must be formally documented and approved by the Maryland DPSCS Project Management Office prior to moving forward with the Design and Development of this project. The documents are part of the deliverables outlined in Section 3.9 of this SOW. This section provides some definition to the content of each deliverable.

Project Management Plan The Project Management Plan (PMP) is one of several key project-planning documents that use a building-block approach to planning. It is a vehicle for documenting project scope, tasks, schedule, allocated resources, and interrelationships with other projects. It also provides details on the involved

62

Page 63: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

functional units, required job tasks, pricing and schedule performance measurement. The PMP shall, at a minimum include the following:

• Project Description

• Project Development Strategy

• Work Breakdown Structure

• Project Schedule

− The Project Schedule shall be provided in Microsoft Project 2000 or greater

− The Project Schedule shall outline each key phases and associated deliverables

− The Project Schedule shall outline all State assignments required to make the project successful

• Project Resources

• Acquisition Plan

• Problem Resolution

• Communication Plan

− The Communications Plan must outline weekly progress/status reporting

− The Communications Plan must outline weekly progress/status meetings and meeting minutes

− The Communications Plan must outline all design review meetings and meeting minutes

− Standards

• Security Systems Engineering Plan The successful Vendor shall create and maintain a System Engineering Management Plan (SEMP). The SEMP shall, at a minimum, provide a top-level technical plan for the integration of all Maryland State contracted systems and include:

• Detailed scope definition

• Contracted software, hardware

• Communications protocol information

• System security and how it relates to the engineering activities

The SEMP shall describe the management processes necessary to ensure that all components are fully compliant with all agreed upon requirements and standards.

Quality Assurance Plan

The successful Vendor shall maintain a Quality Assurance Plan that is approved by the Maryland DPSCS.

63

Page 64: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

The Quality Assurance Plan must outline:

• Quality assurance methodology

• Best Practices associated with implementing a system of this magnitude

• Procedures and tools that will be used to ensure delivery of quality products to Maryland

• Defined roles for the Maryland DPSCS relating to the quality review of deliverables

Sub-Contractor Plan

The successful Vendor will complete a Sub-contract Management Plan with each sub-contractor associated with the AFIS Replacement project.

The plan will outline the successful Vendor will flow down:

• Project Requirements

• Tools and procedures that will be used to manage the sub-contractor(s)

• Approach to problem resolution

• Corrective action approach for missed deliverables

Risk Management Plan

The successful Vendor shall maintain a Risk Management Plan.

The Risk Management Plan will:

• Describe Vendors approach to managing risk

• Outline tools and procedures used to identify, assess, mitigate and report risks throughout the project

• Provide a risk priority assessment

3.17.11 Reporting

The Contractor must outline all reporting processes in the communication section of the Project Management Plan. Status reports will be provided by the Contractor on both a weekly and monthly basis. The State will provide the necessary templates for the reporting process.

Weekly Reports

The Contractor’s Project Manager shall provide weekly project reports which include current phase of the project, tasks completed throughout the past week, tasks currently being worked on, issues log with action items and due dates, risk identification listing.

Monthly Reports

Monthly reports will be provided by the Contractor’s Project Manager to outline and roll up the events from each week throughout the past month. Monthly a risk assessment must be completed and reported on any new or updated risks associated to the project.

Status Meetings

Throughout the project the Contractor will be required to participate in weekly team status meetings to discuss the current status of the project, issues and risks associated with the project.

64

Page 65: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

These meetings will usually be scheduled for one hour. The Contractor Project Manager can teleconference into these meetings. Monthly, the Project Manager must be physically present at the State location to provide input to the project.

BALANCE OF PAGE INTENTIONALLY LEFT BLANK

65

Page 66: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

SECTION 4. PROPOSAL FORMAT

4.1 TWO PART SUBMISSION

Offerors shall submit proposals in two separate volumes:

• Volume I- Technical Proposal

• Volume II- Financial Proposal

Offerors shall submit a separate proposal (Technical & Financial) for services proposed in response to this solicitation.

4.2 PROPOSALS

Volume I- Technical Proposal shall be sealed separately from Volume II- Financial Proposal but submitted simultaneously to the Procurement Officer (address listed on Key Information Summary). An original, so identified, and five (7) copies of each volume are to be submitted. An electronic version of both the Volume I- Technical Proposal in MS Word 2000 format the Volume II- Financial Proposal in MS Word or Excel format shall also be submitted with the unbound originals technical or financial volumes, as appropriate. Electronic media may be 3-1/2” diskette or CD, or DVD.

4.3 SUBMISSION

Each offeror is required to submit a separate sealed package for each “Volume”, which is to be labeled Volume I- Technical Proposal and Volume II- Financial Proposal. Each sealed package shall bear the RFP title and number, name and address of the offeror, the volume number (I or II), the Product Line being offered and the closing date and time for receipt of the proposals on the outside of the package. All pages of both proposal volumes shall be consecutively numbered from the beginning (Page 1) to end (Page “x”).

4.4 VOLUME I- TECHNICAL PROPOSAL

Technical proposals shall be submitted in a separate sealed package. Each section of the technical proposal shall be separated by a Tab as detailed below:

TAB A. TRANSMITTAL LETTER

A transmittal letter shall accompany the proposal. The purpose of this letter is to transmit the proposal and acknowledge the receipt of any addenda. It should be brief and signed by an individual who is authorized to commit the offeror to the services and requirements as stated in this RFP. The letters should contain:

• Name & Address of Contractor

• Name, Title and Telephone Number of Contact for Offeror

• Statement that proposal is in response to Solicitation

66

Page 67: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

• Signature, Typed Name and Title of individual authorized to commit offeror to proposal

• Federal Employer Identification Number of the offeror, or, if a single individual, a Social Security Number

• Acceptance of all State contract terms

• Acknowledgement of all Addenda to this RFP

TAB B. TITLE AND TABLE OF CONTENTS

The technical proposal should begin with a title page bearing the name and address of the offeror and the name and number of this RFP. This should be followed by a table of contents for the technical proposal. Information which is claimed to be confidential is to be placed after the Title Page and before the Table of Contents in the offeror’s Technical Proposal, and if applicable, also in its’ Financial Proposal. The reason for each claim shall be included.

TAB C. EXECUTIVE SUMMARY

The offeror shall condense and highlight the contents of the technical proposal in a separate section titled “Executive Summary”. The summary shall also identify any exceptions the offeror has taken to the requirements of this RFP, the Contract (Attachment A), or any other attachments. Vendors should limit the size of the Executive Summary to two pages.

TAB D. CROSS REFERENCE MATRIX

The Cross Reference Matrix shall list RFP section number, requirement, and proposal page number and proposal section.

TAB E. COMPANY BACKGROUND AND EXPERIENCE

Offerors shall provide Information regarding their company’s background and experience as it relates to the products and services required from this RFP. Company background information must include the following:

• The number of years the company has been in business.

• Company ownership (e.g., public company, partnership, or subsidiary)

• Company office locations.

• Number of AFIS Systems currently installed and operational.

Offerors shall provide information regarding its experience as it relates to the requirements of this RFP. The information shall focus on the company’s experience in providing and managing the delivery of products and services similar in size and complexity to those described in this RFP, within a similar environment. (1000ppi system installations and card conversion is of high interest to the State.)

67

Page 68: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

TAB F. MINIMUM REQUIREMENTS

Each offeror shall provide a detailed explanation of how it will support each minimum requirement detailed in Section 2 of this RFP.

TAB G. REFERENCES

The offeror shall provide a minimum of five references of State or local AFIS clients with at least three being metropolitan sites similar in size and operation to the proposed system configuration. Vendors shall include a brief narrative description of the project (discuss scope of the products and services provided to the customer). Additional references shall be provided for subcontractors listed within the offeror’s proposal. Offeror shall include references of up to three of its customers who are capable of documenting:

a) The offeror’s ability to manage projects of comparable size and complexity

b) The quality and breadth of services provided by the offer

c) Each client reference shall include the following information:

•Name of client organization

•Name, title and telephone number of Point of Contract for client organization

•Value, type an duration of contract(s) supporting client organization •The services provided, scope of the contract, geographic area being supported, performance objectives satisfied, and improvements made to client systems

•An explanation of why the offeror is no longer providing the services to the client organization, should that be the case.

a. Note: The State reserves the right to choose any customer references whether or not furnished by the vendor and to investigate past performance of the vendor (s) in respect to its successful performance of similar projects. Performance shall include, but not limited to compliance with specifications and contractual obligations, its completion or delivery of a product or service on schedule and its lawful payment of suppliers, subcontractors and employees.

TAB H. ASSUMPTIONS AND CONSTRAINTS

Offerors shall list any assumptions and constraints they may have regarding this project. Items must be clearly identified on Assumption and Constraints Form (See Attachment G). Additional space may be added if required.

TAB I. RESPONSE TO RFP REQUIREMENTS

Requirements have been developed to describe the desired solution, hardware, software, and vendor services. Vendors must address each of the requirements outlined in the Requirements Document in Attachment H of this RFP in a written response. Vendors are also encouraged to provide information concerning features and or specifications of their product not specifically mentioned in the requirements that would facilitate accomplishment of the State’s objectives. Any features or functionality beyond that required by the RFP that involves additional expense to the State must be clearly identified as an alternative proposal item.

68

Page 69: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

Responses to the requirements must demonstrate that the vendor has good working knowledge of the specific needs of the DPSCS. Vendors shall give an overview (not to exceed 1000 words and shall include no marketing), to the following sections:

• General AFIS

• Tenprint Processing

• Latent Processing

• Latent Palm Processing

• Transaction Controller Processing

• Fingerprint Archive Processing

• AFIS Hard Card Conversion

• Fast Identification

• Mugshot System

• System Management and Reporting

• Security

• Networking

• System Availability

• Disaster Recovery

• Project Management and Development

The vendor’s responses should clearly demonstrate their understanding of the objectives the State is trying to achieve in each of the above sections.

TAB J. PROPOSED SOLUTION

The vendor shall include a detailed equipment list with its proposal response. The list shall clearly identify the equipment (hardware, software, etc) on a per-site/location basis.

Given the purpose of this project and the State's goals as stated in this RFP, describe the solution your organization proposes to meet such goals. Describe the technical architecture you propose. Vendor’s proposal shall also provide the following:

• A high-level diagram and narrative of the proposed software component solution.

• A high-level diagram and narrative of the hardware configuration and site requirements.

• Provisions of all warranties and after warranty contract maintenance services. Include draft Maintenance Plan.

• Provide a draft benchmark plan to support the State provided Benchmark Requirements outlined in Section 5 of the RFP.

• Provide a draft training plan for all system training as outlined in Section 3.14 of this document.

69

Page 70: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

TAB K. IMPLEMENTATION PLAN

The vendor shall provide a project schedule in GANTT chart (MS Project 2000 or later) format that depicts the start and stop dates and logical relationships for all tasks and which shows major project events and phases. The project schedule shall include tasks, resources, task durations, task responsibilities, and phases. Any project tasks performed by a Subcontractor must be provided. The vendor shall include all tasks that are the responsibility of the State as part of the implementation process.

The vendor must provide a detailed system cutover plan explaining how the State will convert from their existing system to the new system and accomplish all related cutover activities with minimal interruption to public safety dispatching activities.

TAB L. ACCEPTANCE TEST PLANS

The vendor shall provide a draft outline of both the Unit Level and Integrated Test Plan as part of their proposal submission.

TAB M. KEY PERSONNEL AND RESUMES

At a minimum, resumes shall be provided for the key personnel, as outlined in Section 3.17 of the SOW. Include key personnel résumé’s for all subcontractors’ supporting this contract.

TAB N. FINANCIAL CAPABILITY AND INSURANCE

The offeror shall provide:

1) Evidence that the offeror has financial capability to provide the services.

2) Financial statements. Copies of the last two (2) year end financial statements or best available equivalent report. Independently audited financial statements are preferred.

3) A copy of the offeror’s current certificate of insurance, which, at a minimum, should contain the following:

Carrier (name and address)

Type of insurance

Amount of coverage

Period covered by the insurance

Exclusions

TAB O. ECONOMIC BENEFIT FACTORS

The offeror shall describe the benefits that shall accrue to the State of Maryland economy as a direct or indirect result of the offeror’s performance of the contract resulting from this RFP. All Economic Benefit Factors should be expressed in percentages or dollars per thousand. The offeror shall take into consideration the following elements (Do not include any detail of the financial proposals with this technical information):

• The estimated percentage of contract dollars to be recycled into Maryland’s economy in support of the contract, through the use of Maryland subcontractors, suppliers and joint venture partners. Offerors should be as specific as possible and provide a percentage breakdown of expenditures in this category.

70

Page 71: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

• The estimated number and type of jobs for Maryland residents resulting from this contract. Indicate job classifications, number of employees in each classification, and the aggregate Maryland payroll percentages to which the contractor has committed at both prime, and if applicable, subcontract levels.

• Tax revenues to be generated for Maryland and its political subdivisions as a result of this contract. Indicate tax category (sales tax, inventory taxes and estimated personal income taxes for new employees). Provide a forecast, in dollars per thousand, of the total tax revenues resulting from the contract.

• The estimated percentage of subcontract dollars committed to Maryland small businesses and MBEs.

In addition to the factors listed above, the offeror should explain any other economic benefit to the State of Maryland that would result from the offeror’s proposal.

TAB P. SUBCONTRACTORS

Offerors shall identify subcontractors, if any, and the role these subcontractors shall have in the performance of the contract. Subcontractor information shall consist of name, address, telephone number and experience. However, disclosure of MBE subcontractors at this point is optional.

TAB Q. MINORITY BUSINESS ENTERPRISE (MBE) UTILIZATION AND FAIR SOLICIATION AFFIDAVIT (Attachment D-1) and MBE PARTICIPATION SCHEDULE (Attachment D-2) Original signature with original of Technical Proposal only

TAB R. BID/PROPOSAL AFFIDAVIT (Attachment B) Original signature with original of Technical Proposal only

4.5 FINANCIAL PROPOSAL

In order to assist offerors in the preparation of their Financial Proposals and to comply with the requirements of this solicitation, financial proposal form instructions and proposed price sheets have been prepared. Offerors shall submit Price Proposal Forms (Attachment F) in accordance with the instructions as specified herein:

• The Maryland DPSCS requires that prices be provided for each major component or group, and that these prices are broken down to show detailed pricing of all equipment and software. Vendors shall prepare and include in their proposals a summary price table and a set of detailed price tables, as follows.

• Do not change or alter the provided forms.

• Nothing may be entered on the Price Proposal Forms that alters or proposes conditions. All pricing must be fully loaded and based on the listed requirements unless otherwise specified by the Maryland DPSCS.

• All Unit Prices must be clearly typed with dollars and cents, e.g., $24.15.

71

Page 72: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

• The Proposed Price Form is to be completed, signed and dated by an individual who is authorized to bind the vendor to all prices and discounts offered. Enter all information in the space at the extended price and compute a total.

• All financial proposals shall be provided separate from the technical proposals. One original and seven (7) hardcopies must be provided. Additionally, an electronic version must also be provided on CD or DVD.

BALANCE OF PAGE INTENTIONALLY LEFT BLANK

72

Page 73: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

SECTION 5. EVALUATION CRITERIA AND SELECTION PROCEDURE

5.1 EVALUATION CRITERIA

Evaluation of the proposals shall be performed by a committee organized for that purpose and shall be based on the criteria set forth below. The Contract resulting from this RFP shall be awarded to the offeror that is most advantageous to the State, considering price and the evaluation factors set forth herein. In making this determination, technical factors shall receive greater weight than price factors.

5.2 TECHNICAL CRITERIA

The criteria to be applied to each technical proposal are listed in descending order of importance:

1. Minimum Requirements (Tab F of Technical Proposal)

2. Response to RFP Requirements (Tab I of Technical Proposal)

3. Proposed Solution (Tab J of Technical Proposal)

4. Implementation Plan (Tab K of Technical Proposal)

5. Acceptance Test Plan (Tab L of Technical Proposal)

6. Benchmarking*

7. Offeror Experience and Capabilities (Tab F of the Technical Proposal)

8. Personnel Proposed (Tab M of the Technical Proposal)

9. References (Tab G of the Technical Proposal)

10. Economic Benefit Factors (Tab O of the Technical Proposal)

∗ Benchmarking – As part of the evaluation process, the State of Maryland will conduct benchmarking. The purpose of the benchmark phase of the evaluation process is to confirm the information provided within the vendor proposals based on the vendor COTS product, evaluate ease of use, and accuracy levels. No customization of software to meet the specific requirements outlined in this RFP will be required to the vendor’s COTS product for the purpose of these tests. It is anticipated that the benchmarks will occur in the months of April and/or May, 2006. The evaluation will be conducted over three days. It is preferred that these days be Tuesday, Wednesday, and Thursday.

Each vendor that is selected to benchmark their products will be evaluated from the same testing criteria. All vendors must submit a draft benchmarking plan that addresses the requirements listed in this section with their proposals. Upon review, the State will finalize and approve the submitted plans for benchmarking. Plan approvals will be provided to the selected vendors at least 10 days prior to the benchmark.

73

Page 74: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

State Responsibilities

Maryland will provide each vendor a database of approximately 300,000 tenprint records. These records will be compressed 15:1 with WSQ and in Maryland NIST format, consisting of all 14 images. The benchmark database records are a random sample, representative of the image quality found within the current State database. The database will be provided on DLT IV tapes sent out shortly after receipt of a vendor’s proposal. No later than 20 calendar days prior to any benchmark. This should give all vendors ample amount of time to load the data. The State may eliminate vendors prior to the benchmark based on technical merit of their proposals and oral presentations.

The Maryland State Evaluation Team will provide all test data to be used during the benchmark. All testing will be performed by vendor personnel and observed by the Evaluation Team. The Evaluation Team requests the vendors provide training staff or actual tenprint and latent examiners to perform the testing.

Vendor Responsibilities In preparation of the benchmark, each qualifying vendor must prepare a benchmark system and load the provided database. Any vendor not prepared on the scheduled date, will be eliminated from the selection process. The benchmark system shall be set up in a location within the selected facility that will have limited access. The only vendor personnel allowed in the benchmark testing area are the training staff necessary to support the testing process.

Provide a demonstration system for Mugphoto. This system shall be a COTS product of the sub-contractor proposed by each prime vendor. The demonstration system shall provide an overview of the features available that meet the requirements outlined in this RFP. No customization to meet our full requirements is necessary.

Provide a demonstration system for the Fingerprint Archive. The vendor shall provide a COTS product of the Fingerprint Archive system proposed to support this RFP. No customization to meet our full requirements is necessary.

Written procedures must be made available to all members of the State Evaluation Team. These procedures must describe the system Start up, all operational instructions for processing, tenprints, latents, latent palms, and administrative functions.

The vendor must provide a room large enough for the Maryland Evaluation Team to operate from. This room must support a minimum of seven personnel with network and printer capabilities.

Benchmark System The benchmark system must utilize the same COTS technology and hardware generation as proposed for the Maryland system. The system is not expected to be fully compliant with all of the functionality or perform to the throughput and response times as described in the Statement of Work (SOW). It is recommended to all vendors to size their system to ensure all tests can be completed within the allotted time periods. Any tests unable to be performed within the three day testing period will be marked as failed.

(When loading the provided database, it should be noted that no sequence checks or quality control shall be done during system load. It is possible that some of the data provided may have errors. These errors are not necessary to correct prior to the benchmark testing. Some duplicate

74

Page 75: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

records may exist within the provided data. If duplicates are identified, the State asks that these records not be loaded. It would be advantageous if the vendors could provide Maryland with a listing of the noted duplicate records found during system load.)

The system must be supported with at least two workstations. If the vendor feels that more workstations are required to perform all of the testing then additional workstations may be provided. Each workstation must have the ability to import both tenprint and latent images via flatbed scanner (1000ppi), CD and/or DVD. Printer capability must be available to print both on-screen display of search results, screen layouts, etc. (Prefer color printer)

Training on the configuration and operation of the benchmark system must be provided prior to beginning any tests. Training and operation support must be available throughout the benchmark tests to assist the State Evaluation Team.

Benchmark Testing The benchmark testing will be conducted within three business days, not to exceed nine hour days. The proposed agenda for events is listed below. Each vendor should respond with any recommended changes to this agenda in their provided Benchmark Plans. The required tests to be performed are also listed below in this section.

Proposed Agenda o Introductions – Facility Layout – No more than one hour

This will include the location of all equipment used in the benchmark testing.

o Audit all Hardware used in Benchmark

It is recommended that a listing be provided in advance to save time. This list must include at a minimum:

o Component Name

o Hardware Make/Model

o All software on component – including version number

o AFIS System orientation training for the Evaluation Team members.

o Evaluation Begins:

o System Startup

o Phase 1 Operational Tests

o Phase 2 Lights Out Performance Tests

o Phase 3 Mugphoto, Fast Identification, and Fingerprint Archive Overviews

Phase 1 – Operational Tests

The operational testing will relate to the ease of use of the system by both the tenprint and latent operators. Details of this test will be provided on the day of the testing. However the basic involvement of this phase will include:

o System startup

75

Page 76: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

o Administrative functions such as user access and permissions

o Scanning of images

o Searching the databases

o Quality Control process

o Printing of finger images/records

o Establishing search priorities

o Deletion of a tenprint record (audit log)

o Display and manipulate latent images with available tools

o Record retrieval

o Palm Print scanning and processing

o Transaction Logging

o Report generation

All appropriate tests will be performed for tenprint to tenprint, tenprint to unsolved latent, finger latent to tenprint, and palm latent to known palm.

Phase 2 – Lights Out Performance Tests

The performance tests are planned to measure the system performance in the areas of user interface, coding and matching within the AFIS system. The tests will be evaluated to determine system reliability, accuracy, and relative reliability, without manual intervention. This process will provide some solid information as to the ability of the vendor’s product to support our ‘lights out’ direction. During this phase, not changing or manipulation of the test data will be performed on the test records to assist in the ability to perform the identification. Specific test cases will be provided on the day of the testing. The primary tests that will be performed are:

o Tenprint to tenprint (approximately 100 test cases will be evaluated)

o Tenprint to Unsolved Latent (process will be reviewed only)

o Finger latent to Tenprint (approximately 35 test cases will be evaluated)

o Palm latent to known palm print database (process will be reviewed only)

Phase 3 –System Overview Evaluation (Fast Identification, Fingerprint Archive, Mugphoto Systems)

This final area of evaluation for the benchmark will be the overviews provided for Fast Identification, Fingerprint Archive, and Mugphoto systems. These systems will be demonstrated by the vendor. Full system operation will be performed by the State Evaluation Team to determine the ease of use, and visual displays relating to quality and layout. Specific evaluation criteria will be provided on the day of the testing.

At the completion of the benchmark evaluation, each vendor must return all provided data to the State Evaluation Team. All data loaded on the benchmark systems will be wiped clean and confirmed at the end of testing.

76

Page 77: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

5.3 FINANCIAL CRITERIA

All qualified offerors shall be ranked from the lowest to the highest price based on their total price proposed.

5.4 RECIPROCAL PREFERENCE

Although Maryland law does not authorize procuring agencies to favor resident offerors in awarding procurement contracts, many other States do grant their resident businesses preferences over Maryland contractors. Therefore, as described in COMAR 21.05.01.04, a resident business preference shall be given if: a responsible offeror whose headquarters, principal base of operations, or principal site that shall primarily provide the services required under this RFP is in another State submits the most advantageous offer; the other State gives a preference to its residents through law, policy, or practice; and, the preference does not conflict with a Federal law or grant affecting the procurement contract. The preference shall be identical to the preference that the other State, through law, policy or practice gives to its residents.

5.5 SELECTION PROCEDURE

The contract will be awarded in accordance with the competitive sealed proposals process under Code of Maryland Regulations 21.05.03. The competitive proposals method is based on discussions and revision of the proposals during these discussions.

Accordingly, the State may hold discussions with all offerors judged reasonably susceptible of being selected for award, or potentially so. However, the State also reserves the right to make an award without holding discussions. In either case of holding discussions or not doing so, the State may determine an offeror to be not responsible and/or an offeror’s proposal to be not reasonably susceptible of being selected for award, at any time after the initial closing date for receipt of proposals and the review of those proposals. If the State finds an offeror to be not responsibly susceptible of being selected for award, an offeror’s financial proposal will be returned unopened.

5.6 AWARD DETERMINATION

Upon completion of all discussions and negotiations and reference checks, the Procurement Officer will recommend contract award to the responsible offeror(s) whose proposal is determined to be the most advantageous to the State considering technical evaluation factors and price factors as set forth in this RFP. In making the most advantageous offeror determination, technical factors will be given greater weight than price factors.

77

Page 78: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

ATTACHMENT A CONTRACT

THIS CONTRACT is made this 1st day of July, 2006 by and between and the STATE OF MARYLAND, acting through the MARYLAND DEPARTMENT OF PUBLIC SAFETY AND CORRECTIONAL SERVICES, INFORMATION TECHNOLOGY & COMMUNICATIONS DIVISION.

IN CONSIDERATION of the premises and the covenants herein contained, the parties agree as follows:

1. Definitions

Except as provided otherwise in this Contract, terms used in this Contract and the RFP shall have the meanings provided in the RFP. In this Contract, the following words have the meanings indicated:

1.1 “Contractor” means ___________________________ whose principal business address is ______________ and whose principal office in Maryland is ________________.

1.2 “Department” means the Maryland Department of Public Safety and Correctional Services.

1.3 “Procurement Officer” means ___________________________.

1.4 “RFP” means the Invitation for Proposals DPSCS IT&CD 2005-06 dated Tuesday, February 28, 2006.

1.5 “State” means the State of Maryland.

2. Scope of Work

2.1 The Contractor shall provide the services described in the Contractor’s proposal and the RFP. These services shall be provided in accordance with this Contract and the following exhibits, which are attached and incorporated herein by reference. If there is any conflict between this Contract and the Exhibits, the terms of the Contract shall govern. If there is any conflict among the Exhibits, the following order of precedence shall determine the prevailing provision:

Exhibit A - The RFP

Exhibit B – The Contractor’s Technical Proposal dated

Exhibit C- The Contractor’s Financial Proposal dated

Exhibit D- Contract Affidavit

2.2 The Procurement Officer may, at any time, by written order, make changes in the work within the general scope of the Contract. No other order, statement or conduct of the Procurement Officer or any other person shall be treated as a change or entitle the Contractor to an equitable adjustment under this section. Except as otherwise provided in this Contract, if any change under this section causes an increase or decrease in the Contractor’s price of, or the time

78

Page 79: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

required for, the performance of any part of the work, whether or not changed by the order, an equitable adjustment in the Contract price shall be made and the Contract modified in writing accordingly. The Contractor shall assert in writing its right to an adjustment under this section within thirty (30) days of receipt of written change order and shall include a written statement setting forth the nature and price of such claim. No claim by the Contractor shall be allowed if asserted after final payment under this Contract. Failure to agree to an adjustment under this section shall be a dispute under the Disputes clause. Nothing in this section shall excuse the Contractor from proceeding with the Contract as changed.

3. Time for Performance.

Unless terminated earlier as provided in this Contract, the Contractor shall provide the services for the period beginning on July 1, 2006 and ending on June 30, 2011.

4. Consideration and Payment

4.1 The Contractor shall be paid no more than the following:

NOTE: THE COMPENSATION AMOUNT SHALL BE DERIVED FROM THE CONTRACTOR’S PROPOSAL.

4.2 Payments to the Contractor pursuant to this Contract shall be made no later than 30 days after the State’s receipt of a proper invoice from the Contractor. Electronic Funds transfer will be used by the State to pay Contractor for this Contract and any other State payments due Contractor unless the State Comptroller’s Office grants Contractor an exemption.

4.2 Each invoice shall reflect the Contractor’s federal tax identification number, which is ___________________. Charges for late payment of invoices, other than as prescribed by Title 15, Subtitle 1, of the State Finance and Procurement Article, Annotated Code of Maryland, as from time to time amended, are prohibited.

4.3 Each invoice shall contain the Contract Number DPSCS IT&CD 2006-17 and Blanket Purchase Order Number (BPO #) noted on it, to:

Department of Public Safety and Correctional Services Information Technology and Communications Division Attention: Accounts Payable P.O. Box 5743

Pikesville, MD 21282-5743

4.4 Invoices may only be submitted monthly for services rendered during the previous month. Services and payments will be made based upon the deliverables achieved.

4.5 In addition to any other available remedies if, in the opinion of the Procurement Officer, the Contractor fails to perform in a satisfactory and timely manner, the Procurement Officer may refuse or limit approval of any invoice for payment, and may cause payments to the Contractor to be reduced or withheld until such time as the Contractor meets performance standards as established by the Procurement Officer pursuant to this Contract.

5. Personnel

79

Page 80: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

Contractor agrees that all personnel identified in its proposal, or personnel of equal qualifications, shall be assigned to perform the terms of this contract.

6. Confidentiality

Subject to the Maryland Public Information Act and any other applicable laws, all confidential or proprietary information and documentation relating to either party (including without limitation, any information or data stored within the Contractor’s computer systems) shall be held in absolute confidence by the other party. Each party shall, however, be permitted to disclose relevant confidential information to its officers, agents and employees to the extent that such disclosure is necessary for the performance of their duties under this Contract, provided the data may be collected, used, disclosed, stored and disseminated only as provided by and consistent with the law. The provisions of this section shall not apply to information that (a) is lawfully in the public domain; (b) has been independently developed by the other party without violation of this Contract; (c) was already in the possession of such party, (d) was supplied to such party by a third party lawfully in possession thereof and legally permitted to further disclose the information or (e) which such party is required to disclose by law.

7. Loss of Data

In the event of loss of any State data or records where such loss is due to the intentional act or omission or negligence of the contractor or any of its subcontractors or agents, the Contractor shall be responsible for recreating such lost data in the manner and on the schedule set by the Procurement Officer.

8. Insurance Requirements

The Contractor shall maintain general liability insurance with a minimum of $300,000 of occurrence and $500,000 aggregate coverage. The State of Maryland shall be named as an additional named insured on all liability policies (Workers' Compensation accepted) and certificates of insurance evidencing this coverage shall be provided prior to the commencement of the contract.

9. Non-Hiring of Employees

No official or employee of the Sate of Maryland, as defined under State Government Article, 15-102, Annotated Code of Maryland, whose duties as such official or employee include matters relating to or affecting the subject matter of this contract, shall during the pendency and term of this contract and while serving as an official or employee of the State become or be an employee of the contractor or any entity that is a subcontractor on this contract.

10. Disputes

This Contract shall be subject to the provisions of Title 15, Subtitle 2, of the State Finance and Procurement Article of the Annotated Code of Maryland, as from time to time amended, and COMAR 21.10 (Administrative and Civil Remedies). Pending resolution of a claim, the Contractor shall proceed diligently with the performance of the Contract in accordance with the Procurement Officer’s decision. Unless a lesser period is provided by applicable statute,

80

Page 81: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

regulation, or the Contract, the Contractor shall file a written notice of claim with the Procurement Officer within 30 days after the basis for the claim is known or should have been known, whichever is earlier. Contemporaneously with or within 30 days of the filing of a notice of claim, but no later than the date of final payment under the Contract, the Contractor shall submit to the Procurement Officer its written claim containing the information specified in COMAR 21.10.04.02.

11. Maryland Law

This Contract shall be construed, interpreted, and enforced according to the laws of the State of Maryland.

12. Nondiscrimination in Employment

The Contractor agrees: (a) not to discriminate in any manner against an employee or applicant for employment because of race, color, religion, creed, age, sex, marital status, national origin, ancestry, or physical or mental handicap unrelated in nature and extent so as reasonably to preclude the performance of such employment; (b) to include a provision similar to that contained in subsection (a), above, in any underlying subcontract except a subcontract for standard commercial supplies or raw materials; and (c) to post and to cause subcontractors to post in conspicuous places available to employees and applicants for employment, notices setting forth the substance of this clause.

13. Contingent Fee Prohibition

The contractor, architect, or engineer (as applicable) warrants that it has not employed or retained any person, partnership, corporation, or other entity, other than a bona fide employee or agent working for the contractor, architect, or engineer, to solicit or secure this agreement, and that it has not paid or agreed to pay any person, partnership, corporation, or other entity, other than a bona fide employee or agent, any fee or any other consideration contingent on the making of this agreement.

14. Nonavailability of Funding

If the General Assembly fails to appropriate funds or if funds are not otherwise made available for continued performance for any fiscal period of this Contract succeeding the first fiscal period, this Contract shall be canceled automatically as of the beginning of the fiscal year for which funds were not appropriated or otherwise made available; provided, however, that this shall not affect either the State’s rights or the Contractor’s rights under any termination clause in this Contract. The effect of termination of the Contract hereunder shall be to discharge both the Contractor and the State from future performance of the Contract, but not from their rights and obligations existing at the time of termination. The Contractor shall be reimbursed for the reasonable value of any nonrecurring expenses incurred but not amortized in the price of the Contract. The State shall notify the Contractor as soon as it has knowledge that funds may not be available for the continuation of this Contract for each succeeding fiscal period beyond the first.

15. Termination for Default

81

Page 82: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

If the Contractor fails to fulfill its obligations under this Contract properly and on time, or otherwise violates any provision of the Contract, the State may terminate the Contract by written notice to the Contractor. The notice shall specify the acts or omissions relied upon as cause for termination. All finished or unfinished work provided by the Contractor shall, at the State’s option, become the State’s property. The State of Maryland shall pay the Contractor fair and equitable compensation for satisfactory performance prior to receipt of notice of termination, less the amount of damages caused by the Contractor’s breach. If the damages are more than the compensation payable to the Contractor, the Contractor shall remain liable after termination and the State can affirmatively collect damages. Termination hereunder, including the termination of the rights and obligations of the parties, shall be governed by the provisions of COMAR 21.07.01.11B.

16. Termination for Convenience

The performance of work under this Contract may be terminated by the State in accordance with this clause in whole, or from time to time in part, whenever the State shall determine that such termination is in the best interest of the State. The State shall pay all reasonable expenses associated with this Contract that the Contractor has incurred up to the date of termination, and all reasonable expenses associated with termination of the Contract; provided, however, the Contractor shall not be reimbursed for any anticipatory profits that have not been earned up to the date of termination. Termination hereunder, including the determination of the rights and obligations of the parties, shall be governed by the provisions of COMAR 21.07.01.12 (A)(2).

17. Delays and Extensions of Time

The Contractor agrees to perform this agreement continuously and diligently. No charges or claims for damages shall be made by the Contractor for any delays or hindrances, regardless of cause, in the performance of services under this Contract. Time extensions shall be granted only for excusable delays that arise from unforeseeable causes beyond the control and without the fault or negligence of the Contractor, including but not restricted to acts of God, acts of the public enemy, acts of the State in either its sovereign or contractual capacity, acts of another contractor in the performance of a contract with the State, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, or delays of subcontractors or suppliers arising from unforeseeable causes beyond the control and without the fault or negligence of either the Contractor or the subcontractors or suppliers.

The State may, at its discretion, deduct liquidated damages from payment to the vendor, not to exceed $1,000,000.00 under the condition listed below:

Condition:

Vendor must complete all phases listed in the agreed upon schedule by the specified completion dates, which includes complete system testing to the DPSCS satisfaction, and be approved for production by DPSCS.

Damage:

The Vendor Inc. shall pay damages to the State in the amount of $1,000 for each day or part thereof that goes beyond the completion date for each phase.

82

Page 83: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

Damages cannot be applied if the delays are a result of something beyond the vendor’s control.

18. Suspension of Work

The Procurement Officer unilaterally may order the Contractor in writing to suspend, delay, or interrupt all or any part of its performance for such period of time as the Procurement Officer may determine to be appropriate for the convenience of the State.

19. Pre-Existing Regulations

In accordance with the provisions of Section 11-206 of the State Finance and Procurement Article, Annotated Code of Maryland, as from time to time amended, the regulations set forth in Title 21 of the Code of Maryland Regulations (COMAR 21) in effect on the date of execution of this Contract are applicable to this Contract.

20. Financial Disclosure

The Contractor shall comply with the provisions of Section 13-221 of the State Finance and Procurement Article of the Annotated Code of Maryland, as from time to time amended, which requires that every business that enters into contracts, leases, or other agreements with the State of Maryland or its agencies during a calendar year under which the business is to receive in the aggregate, $100,000 or more, shall within 30 days of the time when the aggregate value of these contracts, leases or other agreements reaches $100,000, file with the Secretary of the State of Maryland certain specified information to include disclosure of beneficial ownership of the business.

21. Political Contribution Disclosure

The Contractor shall comply with the provisions of Election Law Article, Sections 14-101 through 14-108 of the Annotated Code of Maryland, which require that every person that enters into contracts, leases, or other agreements with the State of Maryland, a county or an incorporated municipality or their agencies, during a calendar year under which the person receives in the aggregate, $100,000 or more, shall, file with the State Board of Elections a statement disclosing contributions in excess of $500 made during the reporting period to a candidate for elective office in any primary or general election. The statement shall be filed with the State Board of Elections: (1) before a purchase or execution of a lease or contract by the State, a county, an incorporated municipality, or their agencies, and shall cover the preceding two calendar years; and (2) if the contribution is made after the execution of a lease or contract, then twice a year, throughout the contract term, on: (a) February 5, to cover the 6-month period ending January 31; and (b) August 5, to cover the 6-month period ending July 31.

22. Retention of Records.

The Contractor shall retain and maintain all records and documents in any way relating to this Contract for three years after final payment by the State of Maryland under this Contract or any applicable statute of limitations, whichever is longer, and shall make them available for inspection and audit by authorized representatives of the State, including the Procurement

83

Page 84: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

Officer or the Procurement Officer’s designee, at all reasonable times. All records related in any way to the Contract are to be retained for the entire time provided under this section.

23. Compliance with Laws.

The Contractor hereby represents and warrants that:

A. It is qualified to do business in the State of Maryland and that it shall take such action as, from time to time hereafter, may be necessary to remain so qualified;

B. It is not in arrears with respect to the payment of any monies due and owing the State of Maryland, or any department or unit thereof, including but not limited to the payment of taxes and employee benefits, and that it shall not become so in arrears during the term of this Contract;

C. It shall comply with all federal, State and local laws, regulations, and ordinances applicable to its activities and obligations under this Contract; and,

D. It shall obtain, at its expense, all licenses, permits, insurance, and governmental approvals, if any, necessary to the performance of its obligations under this Contract.

24. Price Certification

By submitting price information, the Contractor certifies to the best of its knowledge that the information submitted is accurate, complete, and current as of the date of its proposal or offer.

The price under this Contract and any change order or modification hereunder, including profit or fee, shall be adjusted to exclude any significant price increases occurring because the Contractor furnished price information which, as of the date of its proposal or offer, was inaccurate, incomplete, or not current.

25. Subcontracting; Assignment

The Contractor may not subcontract any portion of the services provided under this Contract without obtaining the prior written approval of the State of Maryland, nor may the Contractor assign this Contract or any of its rights or obligations hereunder, without the prior written approval of the State. Any such subcontract or assignment shall include the terms of sections 13, and 15 through 28 of this Contract and any other terms and conditions that the State deems necessary to protect its interests. The State shall not be responsible for the fulfillment of the Contractor’s obligations to its subcontractors.

26. Indemnification

26.1 The Contractor shall indemnify the State against liability for any claims, damages, loss, expenses, suits, or actions of any character arising from or relating to the performance of the Contractor or its subcontractors under this Contract.

26.2 The State of Maryland has no obligation to provide legal counsel or defense to the Contractor or its subcontractors in the event that a suit, claim or action of any character is brought by any person not party to this Contract against the Contractor or its subcontractors as a result of or relating to the Contractor’s obligations under this Contract.

84

Page 85: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

26.3 The State has no obligation for the payment of any judgments or the settlement of any claims against the Contractor or its subcontractors as a result of or relating to the Contractor’s obligations under this Contract.

26.4 The Contractor shall immediately notify the Procurement Officer of any claim or suit made or filed against the Contractor or its subcontractors regarding any matter resulting from or relating to the Contractor’s obligations under the Contract, and shall cooperate, assist, and consult with the State in the defense or investigation of any claim, suit, or action made or filed against the State as a result of or relating to the Contractor’s performance under this Contract.

27. Security

27.1 Any person who is an employee or agent of the Contractor or subcontractor and who enters the premises of a facility under the jurisdiction of the Department may be searched, fingerprinted (for the purpose of a criminal history background check), photographed and required to wear an identification card issued by the Department. Further, the Contractor, its employees and agents and subcontractor’s employees and agents shall not violate Article 27, Section 138 of the Annotated Code of Maryland and such other security regulations of the Department about which they may be informed from time to time. The failure of any of the Contractor’s or subcontractor’s employees or agents comply with any provision of this Section 27 of this contract is sufficient grounds for this Department to immediately terminate this contract for default.

27.2 The Contractor shall comply with the MD Information Technology Security Policy and Standards (Reference www.dbm.maryland.gov).

28. Administrative

28.1 Contract Manager. The work to be accomplished under this Contract shall be performed under the direction of the Contract Manager, Roger Behrens (as noted in Section 1.3).

28.2 Notices. All notices hereunder shall be in writing and either delivered personally or sent by certified or registered mail, postage prepaid as follows:

If to the State:

Joselyn M Hopkins, Procurement Officer Information Technology & Communications Division Department of Public Safety and Correctional Services 6776 Reisterstown Road, Suite 209 Baltimore, MD 21215

If to the Contractor: (To be completed)

85

Page 86: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

IN WITNESS THEREOF, the parties have executed this Contract as of the date hereinabove set forth.

CONTRACTOR

___________________________ By: Date

Witness:_______________________

MARYLAND DEPARTMENT OF PUBLIC SAFETY AND CORRECTIONAL SERVICES

__________________________ __________________________ By: Date

Witness:_______________________

Approved for form and legal sufficiency this _________ day of _________________, 2006.

_________________________ Assistant Attorney General

86

Page 87: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

ATTACHMENT B BID/PROPOSAL AFFIDAVIT

A. AUTHORIZED REPRESENTATIVE

I HEREBY AFFIRM THAT:

I am the [title] ____________________________________________________

and the duly authorized representative of [business] _________________________

___________________________________________________________________

and that I possess the legal authority to make this Affidavit on behalf of myself and the business for which I am acting.

B. AFFIRMATION REGARDING BRIBERY CONVICTIONS

I FURTHER AFFIRM THAT:

Neither I, nor to the best of my knowledge, information, and belief, the above business (as is defined in Section 16-101(b) of the State Finance and Procurement Article of the Annotated Code of Maryland), or any of its officers, directors, partners, or any of its employees directly involved in obtaining or performing contracts with public bodies (as is defined in Section 16-101(f) of the State Finance and Procurement Article of the Annotated Code of Maryland), has been convicted of, or has had probation before judgment imposed pursuant to Criminal Procedure Article, 6-220 of the Annotated Code of Maryland, or has pleaded nolo contendere to a charge of bribery, attempted bribery, or conspiracy to bribe in violation of Maryland law, or of the law of any other State or federal law, except as follows [indicate the reasons why the affirmation cannot be given and list any conviction, plea, or imposition of probation before judgment with the date, court, official or administrative body, the sentence or disposition, the name(s) of person(s) involved, and their current positions and responsibilities with the business]:

______________________________________________________________________

______________________________________________________________________

______________________________________________________________________

______________________________________________________________________

______________________________________________________________________

87

Page 88: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

C. AFFIRMATION REGARDING OTHER CONVICTIONS

I FURTHER AFFIRM THAT:

Neither I, nor to the best of my knowledge, information, and belief, the above business, or any of its officers, directors, partners, or any of its employees directly involved in obtaining or performing contracts with public bodies, has:

(a) been convicted under State or federal statute of a criminal offense incident to obtaining, attempting to obtain, or performing a public or private contract, fraud, embezzlement, theft, forgery, falsification or destruction of records, or receiving stolen property;

(b) been convicted of any criminal violation of a State or Federal antitrust statute;

(c) been convicted under the provisions of Title 18 of the United States Code for violation of the Racketeer Influenced and Corrupt Organization Act, 18 U.S.C. §§1961, et seq., or the Mail Fraud Act, 18 U.S.C. §§1341, et seq., for acts arising out of the submission of proposals or proposals for a public or private contract;

(d) been convicted of a violation of the State Minority Business Enterprise Law, Section 14-308 of the State Finance and Procurement Article of the Annotated Code of Maryland;

(e) been convicted of conspiracy to commit any act or omission that would constitute grounds for conviction or liability under any law or statute described in subsection (a), (b), (c), or (d) above;

(f) been found civilly liable under a State or Federal antitrust statute for acts or omissions in connection with the submission of proposals or proposals for a public or private contract;

(g) admitted in writing or under oath, during the course of an official investigation or other proceeding, acts or omissions that would constitute grounds for conviction or liability under any law or statute described above, except as follows [indicate reasons why the affirmation cannot be given, and list any conviction, plea, or imposition of probation before judgment with the date, court, official or administrative body, the sentence or disposition, the name(s) of the person(s) involved and their current positions and responsibilities with the business, and the status of any debarment]:

__________________________________________________________________________

__________________________________________________________________________

D. AFFIRMATION REGARDING DEBARMENT

I FURTHER AFFIRM THAT:

Neither I, nor to the best of my knowledge, information, and belief, the above business, or any of its officers, directors, partners, or any of its employees directly involved in obtaining or performing contracts with public bodies, has ever been suspended or debarred (including being issued a limited denial of participation) by any public entity, except as follows [list each

88

Page 89: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

debarment or suspension providing the dates of the suspension or debarment, the name of the public entity and the status of the proceedings, the name(s) of the person(s) involved and their current positions and responsibilities with the business, the grounds for the debarment or suspension, and the details of each person's involvement in any activity that formed the grounds for the debarment or suspension]:

______________________________________________________________________

______________________________________________________________________

______________________________________________________________________

______________________________________________________________________.

E. AFFIRMATION REGARDING DEBARMENT OF RELATED ENTITIES

I FURTHER AFFIRM THAT:

1. The business was not established and it does not operate in a manner designed to evade the application of or defeat the purpose of debarment pursuant to Sections 16-101, et seq., of the State Finance and Procurement Article of the Annotated Code of Maryland; and

2. The business is not a successor, assignee, subsidiary, or affiliate of a suspended or debarred business, except as follows [indicate the reason(s) why the affirmations cannot be given without qualification]:

__________________________________________________________________________

__________________________________________________________________________

__________________________________________________________________________

__________________________________________________________________________.

F. SUB-CONTRACT AFFIRMATION

I FURTHER AFFIRM THAT:

Neither I, nor to the best of my knowledge, information, and belief, the above business, has knowingly entered into a contract with a public body under which a person debarred or suspended under Title 16 of the State Finance and Procurement Article of the Annotated Code of Maryland shall provide, directly or indirectly, supplies, services, architectural services, construction related services, leases of real property, or construction.

G. AFFIRMATION REGARDING COLLUSION

I FURTHER AFFIRM THAT:

Neither I, nor to the best of my knowledge, information, and belief, the above business has:

89

Page 90: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

1. Agreed, conspired, connived, or colluded to produce a deceptive show of competition in the compilation of the accompanying proposal or offer that is being submitted;

2. In any manner, directly or indirectly, entered into any agreement of any kind to fix the bid price or price proposal of the Contractor or subcontractor or of any competitor, or otherwise taken any action in restraint of free competitive bidding in connection with the contract for which the accompanying proposal or offer is submitted.

H. FINANCIAL DISCLOSURE AFFIRMATION

I FURTHER AFFIRM THAT:

I am aware of, and the above business shall comply with, the provisions of Section 13-221 of the State Finance and Procurement Article of the Annotated Code of Maryland, which require that every business that enters into contracts, leases, or other agreements with the State of Maryland or its agencies during a calendar year under which the business is to receive in the aggregate $100,000 or more shall, within 30 days of the time when the aggregate value of the contracts, leases, or other agreements reaches $100,000, file with the Secretary of State of Maryland certain specified information to include disclosure of beneficial ownership of the business.

I. POLITICAL CONTRIBUTION DISCLOSURE AFFIRMATION

I FURTHER AFFIRM THAT:

I am aware of, and the above business shall comply with, Election Law Article, 14-101 through 14-108 of the Annotated Code of Maryland, which requires that every person that enters into contracts, leases or other agreements with the State of Maryland, including its agencies or a political subdivision of the State, during a calendar year in which the person receives in the aggregate $100,000 or more shall file with the State Administrative Board of Election Laws a statement disclosing contributions in excess of $500 made during the reporting period to a candidate for elective office in any primary or general election.

J. DRUG AND ALCOHOL FREE WORKPLACE

(Applicable to all contracts unless the contract is for a law enforcement agency and the agency head or the agency head's designee has determined that application of COMAR 21.11.08 and this certification would be inappropriate in connection with the law enforcement agency's undercover operations.)

I CERTIFY THAT:

1. Terms defined in COMAR 21.11.08 shall have the same meaning when used in this certification.

2. By submission of its proposal or offer, the business, if other than an individual, certifies and agrees that, with respect to its employees to be employed under a contract resulting from this solicitation, the business shall:

(a) Maintain a workplace free of drug and alcohol abuse during the term of the contract;

90

Page 91: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

(b) Publish a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of drugs, and the abuse of drugs or alcohol is prohibited in the business' workplace and specifying the actions that shall be taken against employees for violation of these prohibitions;

(c) Prohibit its employees from working under the influence of drugs or alcohol;

(d) Not hire or assign to work on the contract anyone whom the business knows, or in the exercise of due diligence should know, currently abuses drugs or alcohol and is not actively engaged in a bona fide drug or alcohol abuse assistance or rehabilitation program;

(e) Promptly inform the appropriate law enforcement agency of every drug-related crime that occurs in its workplace if the business has observed the violation or otherwise has reliable information that a violation has occurred;

(f) Establish drug and alcohol abuse awareness programs to inform its employees about:

(i) The dangers of drug and alcohol abuse in the workplace;

(ii) The business' policy of maintaining a drug and alcohol free workplace;

(iii) Any available drug and alcohol counseling, rehabilitation, and employee assistance programs; and

(iv) The penalties that may be imposed upon employees who abuse drugs and alcohol in the workplace;

(g) Provide all employees engaged in the performance of the contract with a copy of the statement required by § 2(b), above;

(h) Notify its employees in the statement required by § 2(b), above, that as a condition of continued employment on the contract, the employee shall:

(i) Abide by the terms of the statement; and

(ii) Notify the employer of any criminal drug or alcohol abuse conviction for an offense occurring in the workplace not later than 5 days after a conviction;

(i) Notify the Procurement Officer within 10 days after receiving notice under § 2(h)(ii), above, or otherwise receiving actual notice of a conviction;

(j) Within 30 days after receiving notice under § 2(h)(ii), above, or otherwise receiving actual notice of a conviction, impose either of the following sanctions or remedial measures on any employee who is convicted of a drug or alcohol abuse offense occurring in the workplace:

(i) Take appropriate personnel action against an employee, up to and including termination; or

(ii) Require an employee to satisfactorily participate in a bona fide drug or alcohol abuse assistance or rehabilitation program; and

91

Page 92: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

(k) Make a good faith effort to maintain a drug and alcohol free workplace through implementation of § 2(a) - (j), above.

3. If the business is an individual, the individual shall certify and agree as set forth in § 4, below, that the individual shall not engage in the unlawful manufacture, distribution, dispensing, possession, or use of drugs or the abuse of drugs or alcohol in the performance of the contract.

4. I acknowledge and agree that:

(a) The award of the contract is conditional upon compliance with COMAR 21.11.08 and this certification;

(b) The violation of the provisions of COMAR 21.11.08 or this certification shall be cause to suspend payments under, or terminate the contract for default under, COMAR 21.07.01.11 or 21.07.03.15, as applicable; and

(c) The violation of the provisions of COMAR 21.11.08 or this certification in connection with the contract may, in the exercise of the discretion of the Board of Public Works, result in suspension and debarment of the business under COMAR 21.08.06.

K. CERTIFICATION OF CORPORATION REGISTRATION AND TAX PAYMENT

I FURTHER AFFIRM THAT:

1. The business named above is a (domestic ____) (foreign ____) corporation registered in accordance with the Corporations and Associations Article, Annotated Code of Maryland, and that it is in good standing and has filed all of its annual reports, together with filing fees, with the Maryland State Department of Assessments and Taxation, and that the name and address of its resident agent filed with the State Department of Assessments and Taxation is:

Name: ____________________________________________________________

Address: _____________________________________________________________

_____________________________________________________________

[If not applicable, so state].

2. Except as validly contested, the business has paid, or has arranged for payment of, all taxes due the State of Maryland and has filed all required returns and reports with the Comptroller of the Treasury, the State Department of Assessments and Taxation, and the Department of Labor, Licensing and Regulation, as applicable, and shall have paid all withholding taxes due the State of Maryland prior to final settlement.

L. CONTINGENT FEES

I FURTHER AFFIRM THAT:

The Contractor warrants that it has not employed or retained any person, partnership, corporation, or other entity, other than a bona fide employee, bona fide agent, bona fide salesperson, or commercial selling agency working for the contractor to solicit or secure this agreement, and that it has not paid or agreed to pay any person, partnership, corporation, or other

92

Page 93: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

entity, other than a bona fide employee, bona fide salesperson or commercial selling agency, any fee or other consideration contingent on the making of this agreement.

M. ACKNOWLEDGEMENT

I ACKNOWLEDGE THAT this Affidavit is to be furnished to the Procurement Officer and may be distributed to units of (1) the State of Maryland; (2) counties or other subdivisions of the State of Maryland; (3) other States; and (4) the Federal government. I further acknowledge that this Affidavit is subject to applicable laws of the United States and the State of Maryland, both criminal and civil, and that nothing in this Affidavit or any contract resulting from the submission of this proposal or proposal shall be construed to supersede, amend, modify, or waive, on behalf of the State of Maryland or any unit of the State of Maryland having jurisdiction, the exercise of any statutory right or remedy conferred by the Constitution and the laws of Maryland with respect to any misrepresentation made or any violation of the obligations, terms, and covenants undertaken by the above business with respect to (1) this Affidavit, (2) the contract, and (3) other Affidavits comprising part of the contract.

I DO SOLEMNLY DECLARE AND AFFIRM UNDER THE PENALTIES OF PERJURY THAT THE CONTENTS OF THIS AFFIDAVIT ARE TRUE AND CORRECT TO THE BEST OF MY KNOWLEDGE, INFORMATION, AND BELIEF.

Date: _________________ By: ___________________________________

(Authorized Representative and Affiant)

BPAFF 7/1/99

93

Page 94: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

ATTACHMENT C CONTRACT AFFIDAVIT

COMAR 21.07.01.25

A. AUTHORIZED REPRESENTATIVE I HEREBY AFFIRM THAT: I am the _____________________________________________________________________________

(title) and the duly authorized representative of __________________________________________________________

(business) and that I possess the legal authority to make this Affidavit on behalf of myself and the business for which I am acting.

B. CERTIFICATION OF CORPORATION REGISTRATION AND TAX PAYMENT I FURTHER AFFIRM THAT: (1) The business named above is a (domestic_________) (foreign_________) corporation registered in

accordance with Corporations and Associations Article, Annotated Code of Maryland, and that it is in good standing and has filed all of its annual reports, together with filing fees, with the Maryland State Department of Assessments and Taxation, and that the name and address of its resident agent filed with the State Department of Assessment and Taxation is: Name:_______________________________________________________________________________________

Address:_____________________________________________________________________________________

____________________________________________________________________________________________

(2) Except as validly contested, the business has paid, or has arranged for payment of, all taxes due the State of Maryland and has filed all required returns and reports with Comptroller of the Treasury, the State Department of Assessments and Taxation, and the Department of Labor, Licensing and Regulation, as applicable, and shall have paid all withholding taxes due the State of Maryland prior to final settlement.

C. CERTAIN AFFIRMATIONS VALID

I FURTHER AFFIRM THAT: To the best of my knowledge, information, and belief, each of the affirmations, certifications, or

acknowledgments contained in that certain Proposal/Proposal Affidavit dated_____________________, 200____, and executed by me for the purposed of obtaining the contract to which this Exhibit is attached remains true and correct in all respects as if made as of the date of this Contract Affidavit and as if fully set forth herein.

I DO SOLEMNLY DECLARE AND AFFIRM UNDER THE PENALTIES OF PERJURY THAT THE CONTENTS OF THIS AFFIDAVIT ARE TRUE AND CORRECT TO THE BEST OF MY KNOWLEDGE, INFORMATION, AND BELIEF. DATE:________________BY:_____________________________________________________________

Signature

94

Page 95: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

95

ATTACHMENT D MINORITY PARTICIPATION FORMS

STATE OF MARYLAND DEPARTMENT OF PUBLIC SAFETY AND CORRECTIONAL SERVICES

MINORITY BUSINESS ENTERPRISE PARTICIPATION

PURPOSE

Contractor structure its procedures for the performance of the work required in this contract to attempt to achieve a twenty-five (25) percent minority business enterprise (MBE) subcontracting goal stated in the Request for Proposals. MBE performance shall be in accordance with this Attachment, as authorized by the Code of Maryland Regulations (COMAR) 21.11.03. The Contractor agrees to exercise all good faith efforts to carry out the requirements set forth in this Attachment.

MBE GOALS AND SUBGOALS

An MBE subcontract participation goal of 25 percent of the total contract dollar amount has been established for this procurement. By submitting a response to this solicitation, the bidder or offeror agrees that this dollar amount of the contract will be performed by certified minority business enterprises

OR

An overall subcontract participation goal of ___ percent of the total contract dollar amount has been established for this procurement. This dollar amount includes:

A sub-goal of ___ percent of the total contract dollar amount to be allocated to certified minority business enterprises classified as women-owned businesses.

A sub-goal of ____ percent of the total contract dollar amount to be allocated to certified minority business enterprises classified as African American-owned businesses.

♦ A prime contractor- including an MBE prime contractor- must accomplish an amount of work not less than the MBE subcontract goal with certified MBE subcontractors.

♦ A prime contractor comprising a joint venture that includes MBE partner(s) must accomplish the MBE subcontract goal with certified MBE subcontractors.

SOLICITATION AND CONTRACT FORMATION

♦ A bidder or offeror must include with its bid or offer:

(1) A completed Certified MBE Utilization and Fair Solicitation Affidavit (Attachment D-1) whereby the bidder or offeror acknowledges the certified MBE participation goal or requests a waiver, commits to make a good faith effort to achieve the goal, and affirms that MBE subcontractors were treated fairly in the solicitation process.

(2) A completed MBE Participation Schedule (Attachment D-2) whereby the bidder or offeror responds to the expected degree of Minority Business Enterprise participation as stated in the solicitation, by identifying the specific commitment of certified Minority Business Enterprises at the time of submission. The bidder or offeror shall specify the price and/or percentage of contract value associated with each MBE subcontractor identified on the MBE Participation Schedule.

If a bidder or offeror fails to submit Attachment D-1 and Attachment D-2 at the time of submittal of the bid or offer as required, the Procurement Officer shall deem the bid non-responsive or shall determine that the offeror is not reasonably susceptible of being selected for award.

Page 96: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

96

♦ Within 10 working days from notification that it is the apparent awardee or from the date of the actual award, whichever is earlier, the apparent awardee must provide the following documentation to the Procurement Officer.

(1) Outreach Efforts Compliance Statement (Attachment D-3)

(2) Subcontractor Project Participation Statement (Attachment D-4)

(3) If the apparent awardee has requested a waiver (in whole or in part) of the overall MBE goal or of any subgoal as part of the previously submitted Attachment D-1, it must submit documentation supporting the waiver request that complies with COMAR 21.11.03.11.

(4) Any other documentation required by the Procurement Officer to ascertain bidder or offeror responsibility in connection with the certified MBE participation goal.

If the apparent awardee fails to return each completed documentation within the required time, the Procurement Officer may determine that the apparent awardee is not responsible and therefore not eligible for contract award. If the contract has not already been awarded, the award is voidable.

CONTRACT ADMINISTRATION REQUIREMENTS

The Contractor shall:

1. Submit monthly to the Department a report listing any unpaid invoices, over 30 days old, received from any certified MBE subcontractor, the amount of each invoice and the reason payment has not been made. (Attachment D-5)

2. Include in its agreements with its certified MBE subcontractors a requirement that those subcontractors submit monthly to the Department a report that identifies the prime contract and lists all payments received from Contractor in the preceding 30 days, as well as any outstanding invoices, and the amount of those invoices. (Attachment D-6)

3. Maintain such records as are necessary to confirm compliance with its MBE participation obligations. These records shall indicate the identity of certified minority and non-minority subcontractors employed on the contract, the type of work performed by each, and the actual dollar value of work performed. Subcontract agreements documenting the work performed by all MBE participants must be retained by the Contractor and furnished to the Procurement Officer on request.

4. Consent to provide such documentation as reasonably requested and to provide right-of-entry at reasonable times for purposes of the State’s representatives verifying compliance with the MBE participation obligations. Contractor shall retain all records concerning MBE participation and make them available for Department inspection for a period of three years after final completion of the contract.

5. At the option of the procurement agency, upon completion of the contract and before final payment and/or release of retainage, submit a final report in affidavit form and under penalty of perjury, of all payments made to, or withheld from MBE subcontractors.

Attachments D-1 Certified MBE Utilization and Fair Solicitation Affidavit (shall be submitted with bid or offer).

D-2 Outreach Efforts Compliance (shall be submitted with bid or offer).

D-3 MBE Participation Schedule (shall be submitted by contract awardee within 10 working days of notification of apparent award).

D-4 Subcontractor Project Participation Statement (shall be submitted by contract awardee within 10 working days of notification of apparent award).

D-5 Prime Contractor Unpaid MBE Invoice Report (submitted monthly after contract commences).

D-6 Subcontractor Payment Report (submitted monthly after contract commences).

Page 97: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

97

ATTACHMENT D-1

CERTIFIED MBE UTILIZATION AND FAIR SOLICITATION AFFIDAVIT *****EFFECTIVE OCTOBER 1, 2004*****

This document shall be included with the submittal of the bid or offer. If the bidder or offeror fails to submit this form with the bid or offer, the procurement officer shall deem the bid non-responsible or shall determine that the offer is not reasonably susceptible of being selected for award. In conjunction with the offer submitted in responses to Solicitation No.-DPSCS IT&CD 2006-04, I affirm the following:

1. I acknowledge the overall certified Minority Business Enterprise (MBE) participation goal of 25 percent and, if specified in the solicitation subgoals of ____ percent for MBEs classified as African American-owned and ____ percent for MBEs classified as women-owned. I have made a good faith effort to achieve this goal.

OR

After having made a good faith effort to achieve the MBE participation goal, I conclude I am unable to achieve it. Instead, I intend to achieve an MBE goal of _____% and request a waiver of the remainder of the goal. If I submit the apparent low bid or am selected as the apparent awardee (competitive sealed proposal), I will submit written waiver documentation that complies with COMAR 21.11.03.11 within 10 business days of receiving notification that our firm is the apparent low bidder of the apparent awardee.

2. I acknowledge that the MBE subcontractors/suppliers listed in the MBE Participation Schedule will be used to accomplish the percentage of MBE participation that I intend to achieve.

3. I have identified the specific commitment of certified Minority Business Enterprises by completing and submitting an MBE Participation Schedule with the bid or proposal.

4. I understand that if I am notified that I am the apparent awardee, I must submit the following documentation within 10 working days of receiving notice of potential award or from the date of conditional award (per COMAR 21.11.03.10), whichever is earlier:

(a) Outreach Efforts Compliance Statement (Attachment D-3)

(b) Subcontractor Project Participation Statement (Attachment D-4)

(c) MBE Waiver Documentation per COMAR 21.11.03.11 (if applicable)

(d) Any other documentation required by the Procurement Officer to ascertain bidder or offeror responsibility in connection with the certified MBE participation goal.

I acknowledge that if I fail to return each completed document within the required time, the Procurement Officer may determine that I am not responsible and therefore not eligible for contract award. If the contract has not already been awarded, the award is voidable.

5. In the solicitation of subcontract or offers, MBE subcontractors were provided not less than the same information and amount of time to respond as were non-MBE subcontractors.

Page 98: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

98

I solemnly affirm under the penalties of perjury that the contents of this paper are true to the best of my knowledge, information, and belief.

_________________________ ___________________________________ Bidder/Offeror Name Signature of Affiant

__________________________ __________________________________ Address Printed Name, Title and Phone Number

__________________________________ Date

SUBMIT THIS AFFIDAVIT WITH PROPOSAL

Page 99: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

99

ATTACHMENT D-2

MBE PARTICIPATION SCHEDULE *****EFFECTIVE OCTOBER 1, 2004*****

This document shall be included with the submittal of the bid or offer. If the bidder or offeror fails to submit this form with the bid or offer, the procurement officer shall deem the bid non-responsive or shall determine that the offer is not reasonably susceptible of being selected for award.

Prime Contractor (Firm Name, Address, Phone)

Project Description

Project Number

List Information for Each Certified MBE Subcontractor on this Project Minority Firm Name MBE Certification Number Works to be Performed Percentage of Total Contract Minority Firm Name MBE Certification Number Works to be Performed Percentage of Total Contract Minority Firm Name MBE Certification Number Works to be Performed Percentage of Total Contract

USE ATTACHMENT D-2 CONTINUATION PAGE AS NEEDED SUMMARY

TOTAL MBE PARTICIPATION: ___________ %

TOTAL AFRICAN-AMERICAN MBE PARTICIPATION: ___________%

TOTAL WOMEN-OWNED MBE PARTICIPATION: ___________%

Document Prepared By (Please print or type):

Name: ____________________________________________________

Title: ______________________________________________________

Page 100: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

100

ATTACHMENT D-2 CONT.

List Information for Each Certified MBE Subcontractor on this Project Minority Firm Name MBE Certification Number Works to be Performed Percentage of Total Contract Minority Firm Name MBE Certification Number Works to be Performed Percentage of Total Contract Minority Firm Name MBE Certification Number Works to be Performed Percentage of Total Contract Minority Firm Name MBE Certification Number Works to be Performed Percentage of Total Contract Minority Firm Name MBE Certification Number Works to be Performed Percentage of Total Contract Minority Firm Name MBE Certification Number Works to be Performed Percentage of Total Contract Minority Firm Name MBE Certification Number Works to be Performed Percentage of Total Contract

Page 101: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

101

ATTACHMENT D-3

OUTREACH EFFORTS COMPLIANCE STATEMENT In conjunction with the proposal or offer submitted in response to Solicitation No. 2006-04, I state the following:

1. Bid/Offeror identified opportunities to subcontract in these specific work categories.

2. Attached to this form are copies of written solicitation (with instructions) used to solicit certified MBEs for these subcontract opportunities. (Item #2 on this form is optional for the initial solicitation phase.)

3. Bid/Offeror made the following attempts to contact personally the solicited MBEs.

4. Bid/Offeror assisted MBEs to fulfill or to seek waiver of bonding requirements. (DESCRIBE EFFORTS)

_____ This project does not involve bonding requirements.

5. Bid/Offeror _____ DID _____DID NOT attend the pre-proposal conference.

_____ No pre-proposal conference was held.

___________________________________ ___________________________________ Bid/Offeror Name Signature of Affiant

___________________________________ ______________________________ Address Name, Title

__________________________________ Date

Page 102: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

102

ATTACHMENT D-4

SUBCONTRACTOR PROJECT PARTICIPATION STATEMENT

SUBMIT ONE FORM FOR EACH CERTIFIED MBE LISTED IN THE MBE PARTICIPATION SCHEDULE.

Provided that _________________________________________ is awarded the State contract in (Prime Contractor Name)

conjunction with Solicitation No. DPSCS IT&CD 2006-04, it and __________________________________,

MDOT Certification No. _________________________, intend to enter into a contract by which Subcontractor

______________________________________________________________________________

______________________________________________________________________________

______________________________________________________________________________

(Describe Work)

_____ No bonds are required of Subcontractor.

_____ The following amount and type of bonds are required of Subcontractor.

___________________________________ ___________________________________ Prime Contractor Signature Subcontractor Signature

By: _______________________________ By: _____________________________ Name, Title and Phone Number Name, Title and Phone Number

___________________________________ ______________________________ Date Date

Page 103: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

103

ATTACHMENT D-5

MARYLAND DEPARTMENT OF PUBLIC SAFETY AND CORRECTIONAL SERVICES INFORMATION TECHNOLOGY & COMMUNICATIONS DIVISION

MINORITY BUSINESS ENTERPRISE PARTICIPATION

PRIME CONTRACTOR UNPAID MBE INVOICE REPORT

To be Completed Monthly by Prime Contractor

Report: Month/Year __________________________ Report due by the 15th of following month.

ADPICS Document Numbers Blanket Purchase Order Number _________________________ Purchase Order Number _________________________ MBE Subcontract Amount _________________________ Contract Begin Date _________________________ Contract End Date _________________________

Prime Contractor ________________________________________ Address ________________________________________________ City ___________________________________________________ Phone __________________________________________________

Contact Person ________________________________________ State ____________________ Zip _______________________ Fax __________________________________________________

Subcontractor ____________________________________________ Address _________________________________________________ City ____________________________________________________ Phone ___________________________________________________

Contact Person _________________________________________ State ____________________ Zip ________________________ Fax ___________________________________________________

Subcontractor Services Provided _________________________________________________________________________________________ List any unpaid invoices over 30 days old received from this vendor and reason for non-payment. 1. 2. 3. Total Amount Unpaid $_________________________ ** If more than one MBE subcontractor is used for this contract, please use separate forms & include the blanket purchase order number. Signature Date ______________________________________ (Prime Contractor) Return one (1) copy of this form to each of the following addresses: Vivian Ferebee, MBE Officer Joselyn Hopkins MD Department of Public Safety & Correctional Services Department of Public Safety & Correctional Services Office of Minority Affairs Information Technology & Communications Division 6776 Reisterstown Road, Suite 305 6776 Reisterstown Road, Suite 209 Baltimore, MD 21215 Baltimore, MD 21215

Page 104: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

104

ATTACHMENT D-6

MARYLAND DEPARTMENT OF PUBLIC SAFETY AND CORRECTIONAL SERVICES MINORITY BUSINESS ENTERPRISE PARTICIPATION

SUBCONTRACTOR PAYMENT REPORT

To be Completed Monthly by MBE Subcontractor

Report: Month/Year __________________________ Report due by the 15th of following month.

ADPICS Document Numbers Blanket Purchase Order Number _________________________ Purchase Order Number _________________________ MBE Subcontract Amount _________________________ Contract Begin Date _________________________ Contract End Date _________________________

MBE Subcontractor Name ______________________________________________________________________________________________ MDOT Certification # _________________________________________________________________________________________________ Contact Person _______________________________________________________________________________________________________ Address _____________________________________________________________________________________________________________ City _______________________________________________________ State ______________________________ Zip ______________ Phone ______________________________________________________ Fax ___________________________________________________ Subcontractor Services Provided _________________________________________________________________________________________ List all payments received from Prime Contractor in the preceding 30 days. 1. 2. 3. TOTAL DOLLARS PAID $_________________________________ Prime Contractor Name ______________________________________

List dates and amounts of any outstanding invoices. 1. 2. 3. TOTAL DOLLARS UNPAID $______________________________ Contact Person ____________________________________________

Signature Date ______________________________________ (Subcontractor) Return one (1) copy of this form to each of the following addresses: Vivian Ferebee, MBE Officer Joselyn Hopkins MD Department of Public Safety & Correctional Services Department of Public Safety & Correctional Services Office of Minority Affairs Information Technology & Communications Division 6776 Reisterstown Road, Suite 305 6776 Reisterstown Road, Suite 209 Baltimore, MD 21215 Baltimore, MD 21215

Page 105: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

105

ATTACHMENT E – PRE-PROPOSAL CONFERENCE RESPONSE FORM

Project No. DPSCS IT&CD 2006-04

PRE-PROPOSAL CONFERENCE RESPONSE FORM

A pre-proposal conference shall be held at 1:30 PM on Tuesday, March 7, 2006 at the Department of Public Safety, Conference Room 200, 6776 Reisterstown Road, Baltimore, MD 21215. Please return this form by 4:00 PM, Monday, March 6, 2006, advising whether or not you plan to attend. For directions to the meeting site, you may contact the Procurement Officer at (410) 585-3116.

Return this form to:

Department of Public Safety and Correctional Services Information Technology & Communications Division Joselyn Hopkins Procurement Unit 6776 Reisterstown Road, Suite 209 Baltimore, MD 21215 Fax # 410 358-8671

Please indicate:

_____ Yes, the following representatives shall be in attendance:

1. _____________________________________________

2. _____________________________________________

3. _____________________________________________

_____ No, we shall not be in attendance.

__________________________________ ________________________ Signature Title

__________________________________ _________________________ Name of Company Date

Page 106: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

106

ATTACHMENT F- PRICE PROPOSAL FORMS

Table F-1: Price Summary

Price Element Total Proposed Price

Total Maintenance Pricing

Total Price of Ownership

System Planning and Design (Table F-2)

$ N/A $

AFIS System (Table F-3)

$ $ $

Transaction Controller (Table F-4)

$ N/A $

Fingerprint Archive System (Table F-5)

$ $ $

Inked Card/Electronic Conversions (Table F-6)

$ N/A $

Fast Identification (Table F-7) $ $ $ Mugphoto System (Table F-8) $ $ $ Total System Price $ $ $

All pricing in Table F – 1 should be brought forward from the tables below. The Total Price of Ownership is the Total Proposed Price plus the Maintenance Pricing.

Page 107: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

107

Table F-2: System Planning and Design Detailed Pricing (See Section 3.9)

Major Phase/Deliverable Price Associated Phase I – Planning Phase (Table 3.9 a.) $

Deliverable 1 - Project Management Plan $ Deliverable 2 - System Engineering Management Plan

$

Deliverable 3 - Quality Assurance Plan $ Deliverable 4 - Sub-Contract Management Plan (If applicable)

$

Deliverable 5 - Risk Management Plan $ Phase II – Requirements Review (Table 3.9 b.) $

Deliverable 1 – Review and update Requirements Traceability Matrix (all components)

$

Phase III – Design (Table 3.9 c.) $ Deliverable 1 – Transaction Controller Design Document

$

Deliverable 2 – AFIS Specification Document $ Deliverable 3 – Fingerprint Archive Specification Document

$

Deliverable 4 - Fast Identification Specification Document

$

Deliverable 5 - Mugphoto System Specification Document

$

Deliverable 6 - Interface Control Document (all Systems)

$

Deliverable 7 - MAFIS Security Plan $ Deliverable 8 - Data Migration Plan $ Deliverable 9 - Card Conversion Plan $

Total Price – System Planning and Design $

Note: The System Planning and Design table shall include all expenses associated up through the design of all proposed components.

Page 108: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

108

Table F-3: AFIS System (See Section 3.9)

Major Phase/Deliverable Price Associated Phase I – Development (See Section 3.9 d) $

Deliverable 1 - Implementation Plan (See Section 3.9 – d. – 1 (AFIS Only)

$

Deliverable 2 - Core AFIS System Hardware Price: $_______________ Software Price: $_______________ (See Section 3.9 – d. - 2)

$

Deliverable 3 – AFIS Subsystem Test Plan (See Section 3.9 – d. – 9 (AFIS Only))

$

Deliverable 4 - AFIS Training Plan (See Section 3.9 – d. - 11)

$

Deliverable 5 - AFIS Operators Guide (See Section 3.9 – d. - 16)

$

Deliverable 6 - AFIS Maintenance Guide/Systems Admin Guide (See Section 3.9 – d. - 22)

$

Deliverable 7 – Factory Acceptance (See Section 3.9 – d. - 15)

$

Phase II – Testing Phase (See Section 3.9 e) $ Deliverable 1 –Test System Installation (See Section 3.9 – e – 1 (AFIS only))

$

Deliverable 2 - Unit Testing (See Section 3.9 – e – 2 (AFIS only))

$

Deliverable 3 - System Testing (See Section 3.9 – e – 3 (AFIS only))

$

Deliverable 4 - Testing Analysis Report (See Section 3.9 – e – 4 (AFIS only))

$

Phase III – Implementation (See Section 3.9 f) $ Deliverable 1 – Production Hardware Installed (See Section 3.9 – f – 1 (AFIS only))

$

Deliverable 2 – Production Software Installed (See Section 3.9 – f – 2 (AFIS only))

$

Deliverable 3 – User Acceptance Testing (See Section 3.9 – f – 3 (AFIS only))

$

Deliverable 4 – User Training (See Section 3.9 – f – 4 (AFIS only))

$

Deliverable 5 – System Administrator Training (See Section 3.9 – f – 5 (AFIS only))

$

Deliverable 6 – Lessons Learned (See Section 3.9 – f – 6 (AFIS Only))

$

Page 109: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

109

Phase IV – Warranty Management, System Support and Maintenance (See Section 3.9 g)

$

Deliverable 1 – Warranty Period $ Deliverable 2 – System Support and Maintenance - Year 4 (See Section 3.9 – g – 3 (AFIS Only))

Warranty Management: $_____________ Hardware Price Year 4: $_____________ Software Price Year 4: $_____________

$

Deliverable 3 – System Support and Maintenance - Year 5 (See Section 3.9 – g – 3 (AFIS Only))

Warranty Management: $_____________ Hardware Price Year 5: $_____________ Software Price Year 5: $_____________

$

Total Price – AFIS System $ System Support and Maintenance Optional Years System Support and Maintenance Price Option Year 6

Warranty Management: $_______________ Hardware Price: $_______________ Software Price: $_______________

$

System Support and Maintenance Price Option Year 7 Warranty Management: $_______________ Hardware Price: $_______________ Software Price: $_______________

$

System Support and Maintenance Price Option Year 8 Warranty Management: $_______________ Hardware Price: $_______________ Software Price: $_______________

$

System Support and Maintenance Price Option Year 9 Warranty Management: $_______________ Hardware Price: $_______________ Software Price: $_______________

$

System Support and Maintenance Price Option Year 10 Warranty Management: $_______________ Hardware Price: $_______________ Software Price: $_______________

$

Total Price – AFIS System Support and Maintenance Options

$

Page 110: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

110

Table F-4: Transaction Controller (See Section 3.9)

Major Phase/Deliverable Price Associated Phase I – Development (See Section 3.9 d) $

Deliverable 1 - Implementation Plan (See Section 3.9 – d – 1 (TC Only))

$

Deliverable 2 – Transaction Controller System Hardware Price: $_______________ Software Price: $_______________ (See Section 3.9 – d – 6)

$

Deliverable 3 – Transaction Controller Subsystem Test Plan (See Section 3.9 – d – 9 (TC Only))

$

Deliverable 4 – Complete System Integration Test Plan (See Section 3.9 – d – 10)

$

Deliverable 4 – Transaction Controller Training Plan (See Section 3.9 – d – 6)

$

Deliverable 5 – Transaction Controller Operations Guide (See Section 3.9 – d – 17)

$

Deliverable 6 - Transaction Controller Maintenance Guide/Systems Admin Guide (See Section 3.9 – d – 23)

$

Phase II – Testing Phase (See Section 3.9 e) $ Deliverable 1 –Test System Installation (See Section 3.9 – e – 1 (TC Only))

$

Deliverable 2 - Unit Testing (See Section 3.9 – e – 2 (TC Only))

$

Deliverable 3 - System Testing (See Section 3.9 – e – 3 (TC Only))

$

Deliverable 4 - Testing Analysis Report (See Section 3.9 – e – 4 (TC Only))

$

Phase III – Implementation (See Section 3.9 f) $ Deliverable 1 – Production Hardware Installed (See Section 3.9 – f – 1 (TC Only))

$

Deliverable 2 – Production Software Installed (See Section 3.9 – f – 2 (TC Only))

$

Deliverable 3 – User Acceptance Testing (See Section 3.9 – f – 3 (TC Only))

$

Deliverable 4 – User Training (See Section 3.9 – f – 4 (TC Only))

$

Deliverable 5 – System Administrator Training (See Section 3.9 – f – 5 (TC Only))

$

Deliverable 6 – Lessons Learned (See Section 3.9 – f – 6 (TC Only))

$

Phase IV – Warranty Management, System Support and Maintenance (See Section 3.9 g)

$

Deliverable 1 – Warranty Period $ Total Price – Transaction Controller System $

Total Price – Transaction Controller Maintenance $N/A

Page 111: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

111

Table F-5: Fingerprint Archive System (See Section 3.9) Major Phase/Deliverable Price Associated Phase I – Development (See Section 3.9 d) $

Deliverable 1 - Implementation Plan (See Section 3.9 – d – 1 (Arc Only))

$

Deliverable 2 – Fingerprint Archive System Hardware Price: $_______________ Software Price: $_______________ (See Section 3.9 – d – 3 (Arc Only))

$

Deliverable 3 – Archive Subsystem Test Plan (See Section 3.9 – d – 9 (Arc Only))

$

Deliverable 4 – Archive Training Plan (See Section 3.9 – d – 12 (Arc Only))

$

Deliverable 5 – Archive Operators Guide (See Section 3.9 – d – 18 (Arc Only))

$

Deliverable 6 – Archive Maintenance Guide/Systems Admin Guide (See Section 3.9 – d – 24 (Arc Only))

$

Phase II – Testing Phase (See Section 3.9 e) $ Deliverable 1 –Test System Installation (See Section 3.9 – e – 1 (Arc Only))

$

Deliverable 2 - Unit Testing (See Section 3.9 – e – 2 (Arc Only))

$

Deliverable 3 - System Testing (See Section 3.9 – e – 3 (Arc Only))

$

Deliverable 4 - Testing Analysis Report (See Section 3.9 – e – 4 (Arc Only))

$

Phase III – Implementation (See Section 3.9 f) $ Deliverable 1 – Production Hardware Installed (See Section 3.9 – f – 1 (Arc Only))

$

Deliverable 2 – Production Software Installed (See Section 3.9 – f – 2 (Arc Only))

$

Deliverable 3 – User Acceptance Testing (See Section 3.9 – f – 3 (Arc Only))

$

Deliverable 4 – User Training (See Section 3.9 – f – 4 (Arc Only))

$

Deliverable 5 – System Administrator Training (See Section 3.9 – f – 5 (Arc Only))

$

Deliverable 6 – Lessons Learned (See Section 3.9 – f – 6 (Arc Only))

$

Page 112: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

112

Phase IV – Warranty Management, System Support and Maintenance (See Section 3.9 g)

$

Deliverable 1 – Warranty Period $ Deliverable 2 – System Support and Maintenance - Year 4 (See Section 3.9 – g – 3 (ARC Only))

Warranty Management: $_____________ Hardware Price Year 4: $_____________ Software Price Year 4: $_____________

$

Deliverable 3 – System Support and Maintenance - Year 5 (See Section 3.9 – g – 3 (ARC Only))

Warranty Management: $_____________ Hardware Price Year 5: $_____________ Software Price Year 5: $_____________

$

Total Price – Fingerprint Archive System $ System Support and Maintenance Optional Years System Support and Maintenance Price Option Year 6

Warranty Management: $_______________ Hardware Price: $_______________ Software Price: $_______________

$

System Support and Maintenance Price Option Year 7 Warranty Management: $_______________ Hardware Price: $_______________ Software Price: $_______________

$

System Support and Maintenance Price Option Year 8 Warranty Management: $_______________ Hardware Price: $_______________ Software Price: $_______________

$

System Support and Maintenance Price Option Year 9 Warranty Management: $_______________ Hardware Price: $_______________ Software Price: $_______________

$

System Support and Maintenance Price Option Year 10 Warranty Management: $_______________ Hardware Price: $_______________ Software Price: $_______________

$

Total Price – Fingerprint Archive System Support and Maintenance Options

$

Page 113: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

113

Table F-6: Inked Card/Electronic Conversion (See Section 3.9) Major Phase/Deliverable Price Associated Phase I – Electronic Conversion(See Sect. 3.9 d) $

Deliverable 1 – Complete Electronic Data Conversion Price Per Record: $_______________ (See Section 3.9 – d - 8)

$

Phase II – Inked Card Conversion Price Per Card $_______ (See Section 3.9 – d - 7)

$

Deliverable 1 – 1,000,000 Cards Completed $ Deliverable 2 – 2,000,000 Cards Completed $ Deliverable 3 – 3,000,000 Cards Completed $ Deliverable 4 – 4,000,000 Cards Completed $ Deliverable 5 – Card Conversion Complete $

Total Price – Inked Card/Electronic Conversion $ Please note price per card if different quantities are requested by the State. Total Inked Cards Converted: 3,000,000 $____________ 4,000,000 $____________ 5,000,000 $____________

Page 114: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

114

Table F-7: Fast Identification System (See Section 3.9)

Major Phase/Deliverable Price Associated Phase I – Development (See Section 3.9 d) $

Deliverable 1 - Implementation Plan (See Section 3.9 – d – 1 (Fast ID Only))

$

Deliverable 2 – Fast Ident System (backend only) (See Section 3.9 – d – 4 (Fast ID Only)) Hardware Price: $_______________ Software Price: $_______________

$

Deliverable 3 – Hand Held Mobile Devices 8ea (See Section 3.9 – d – 4 (Fast ID Only))

$

Deliverable 4 – Desktop Workstation 4 ea (See Section 3.9 – d – 4 (Fast ID Only))

$

Deliverable 5 – Fast ID Subsystem Test Plan (See Section 3.9 – d – 9 (Fast ID Only))

Deliverable 6 - Fast Identification Training Plan (See Section 3.9 – d – 13 (Fast ID Only))

Deliverable 7 – Fast Identification Operators Guide (See Section 3.9 – d – 20 (Fast ID Only))

$

Deliverable 8 - Fast Identification Maintenance Guide/Systems Admin Guide (See Section 3.9 – d – 25 (Fast ID Only))

$

Phase II – Testing Phase (See Section 3.9 e) $ Deliverable 1 –Test System Installation (See Section 3.9 – e – 1 (Fast ID Only))

$

Deliverable 2 - Unit Testing (See Section 3.9 – e – 2 (Fast ID Only))

$

Deliverable 3 - System Testing (See Section 3.9 – e – 3 (Fast ID Only))

$

Deliverable 4 - Testing Analysis Report (See Section 3.9 – e – 4 (Fast ID Only))

$

Phase III – Implementation (See Section 3.9 f) $ Deliverable 1 – Production Hardware Installed (See Section 3.9 – f – 1 Fast ID Only))

$

Deliverable 2 – Production Software Installed (See Section 3.9 – f – 2 Fast ID Only))

$

Deliverable 3 – User Acceptance Testing (See Section 3.9 – f – 3 Fast ID Only))

$

Deliverable 4 – User Training (See Section 3.9 – f – 4 Fast ID Only))

$

Deliverable 5 – System Administrator Training (See Section 3.9 – f – 5 Fast ID Only))

$

Deliverable 6 – Lessons Learned (See Section 3.9 – f – 6 (Fast ID Only))

$

Page 115: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

115

Phase IV – Warranty Management, System Support and Maintenance (See Section 3.9 g)

$

Deliverable 1 – Warranty Period $ Deliverable 2 – System Support and Maintenance - Year 4 (See Section 3.9 – g – 3 (Fast ID Only))

Warranty Management: $_____________ Hardware Price Year 4: $_____________ Software Price Year 4: $_____________

$

Deliverable 3 – System Support and Maintenance - Year 5 (See Section 3.9 – g – 3 (Fast ID Only))

Warranty Management: $_____________ Hardware Price Year 5: $_____________ Software Price Year 5: $_____________

$

Total Price – Fast Identification System $ System Support and Maintenance Optional Years System Support and Maintenance Price Option Year 6

Warranty Management: $_______________ Hardware Price: $_______________ Software Price: $_______________

$

System Support and Maintenance Price Option Year 7 Warranty Management: $_______________ Hardware Price: $_______________ Software Price: $_______________

$

System Support and Maintenance Price Option Year 8 Warranty Management: $_______________ Hardware Price: $_______________ Software Price: $_______________

$

System Support and Maintenance Price Option Year 9 Warranty Management: $_______________ Hardware Price: $_______________ Software Price: $_______________

$

System Support and Maintenance Price Option Year 10 Warranty Management: $_______________ Hardware Price: $_______________ Software Price: $_______________

$

Total Price – Fast Identification System Support and Maintenance Options

$

Page 116: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

116

Table F-8: Mugphoto System (See Section 3.9)

Major Phase/Deliverable Price Associated Phase I – Development (See Section 3.9 d) $

Deliverable 1 - Implementation Plan (See Section 3.9 – d – 1 (Mugphoto Only))

$

Deliverable 2 – Mugphoto System Hardware Price: $_______________ Software Price: $_______________ (See Section 3.9 – d – 5 (Mugphoto Only))

$

Deliverable 3 – Mugphoto Subsystem Test Plan (See Section 3.9 – d – 9 (Mugphoto Only))

$

Deliverable 3 - Mugphoto Training Plan (See Section 3.9 – d – 14 (Mugphoto Only))

$

Deliverable 4 – Mugphoto Operators Guide (See Section 3.9 – d – 21 (Mugphoto Only))

$

Deliverable 5 - Mugphoto Maintenance Guide/Systems Admin Guide (See Section 3.9 – d – 26 (Mugphoto Only))

$

Phase II – Testing Phase (See Section 3.9 e) $ Deliverable 1 –Test System Installation (See Section 3.9 – e – 1 (Mugphoto Only))

$

Deliverable 2 - Unit Testing (See Section 3.9 – e – 2 (Mugphoto Only))

$

Deliverable 3 - System Testing (See Section 3.9 – e – 3 (Mugphoto Only))

$

Deliverable 4 - Testing Analysis Report (See Section 3.9 – e – 4 (Mugphoto Only))

$

Phase III – Implementation (See Section 3.9 f) $ Deliverable 1 – Production Hardware Installed (See Section 3.9 – f – 1 (Mugphoto Only))

$

Deliverable 2 – Production Software Installed (See Section 3.9 – f – 2 (Mugphoto Only))

$

Deliverable 3 – User Acceptance Testing (See Section 3.9 – f – 3 (Mugphoto Only))

$

Deliverable 4 – User Training (See Section 3.9 – f – 4 (Mugphoto Only))

$

Deliverable 5 – System Administrator Training (See Section 3.9 – f – 5 (Mugphoto Only))

$

Deliverable 1 – Lessons Learned (See Section 3.9 – f – 6 (Mugphoto Only))

$

Page 117: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

117

Phase IV – Warranty Management, System Support and Maintenance (See Section 3.9 g)

$

Deliverable 1 – Warranty Period $ Deliverable 2 – System Support and Maintenance - Year 4 (See Section 3.9 – g – 3 (Mugphoto Only))

Warranty Management: $_____________ Hardware Price Year 4: $_____________ Software Price Year 4: $_____________

$

Deliverable 3 – System Support and Maintenance - Year 5 (See Section 3.9 – g – 3 (Mugphoto Only))

Warranty Management: $_____________ Hardware Price Year 5: $_____________ Software Price Year 5: $_____________

$

Total Price – Mugphoto System $ System Support and Maintenance Optional Years System Support and Maintenance Price Option Year 6

Warranty Management: $_______________ Hardware Price: $_______________ Software Price: $_______________

$

System Support and Maintenance Price Option Year 7 Warranty Management: $_______________ Hardware Price: $_______________ Software Price: $_______________

$

System Support and Maintenance Price Option Year 8 Warranty Management: $_______________ Hardware Price: $_______________ Software Price: $_______________

$

System Support and Maintenance Price Option Year 9 Warranty Management: $_______________ Hardware Price: $_______________ Software Price: $_______________

$

System Support and Maintenance Price Option Year 10 Warranty Management: $_______________ Hardware Price: $_______________ Software Price: $_______________

$

Total Price – Mugphoto System Support and Maintenance Options

$

Page 118: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

118

Table F-9: Future Purchase Pricing

Component/Service Price Associated System/Subsystem

AFIS Workstation (Full Function) $ FBI Certified Card Printer $ FBI Certified Color Printer $ Fingerprint Archive Workstation Licenses 25 ea $ Fingerprint Archive Workstation Licenses 50 ea $ Mugphoto Investigation Licenses 25 ea $ Mugphoto Investigation Licenses 50 ea $ Mugphoto Facial Recognition Package $ Fast Identification Desktop Unit $ Fast Identification Handheld Unit (please provide bulk purchasing rates/quantities) 25 units 50 units 100 units 200 units

Please note price per card if different quantities are requested by the State. Total Inked Cards Converted: 3,000,000 $____________ 4,000,000 $____________ 5,000,000 $____________

Page 119: Request for Proposals (RFP) · Prospective offerors who have received this document from the Department of Public Safety’s web site or eMarylandMarketplace.com, or who have received

119

ATTACHMENT G- ASSUMPTIONS AND CONSTRAINTS

ASSUMPTIONS AND CONSTRAINTS

Vendors shall list any assumptions and constraints they may have regarding this project. Items must be clearly identified in the following table. Please correlate all assumptions and constraints to an associated requirement section number and/or requirement number. Additional space may be added if required.

Assumptions

Constraints