Professional Documents
Culture Documents
FOR
MANAGEMENT AND OPERATION OF THE WI-FI, CELLULAR AND CABLE SERVICES
CONTROL NO. 130025
(13-082)
Issue Date: February 11, 2013
Pre-Proposal Conference:
DESCRIPTION: Proposals are being solicited from all interested and qualified Proposers desiring to
operate, manage and maintain three service areas of the Wi-Fi, Cellular, and Cable Service (WCCS).
These three services include; Wi-Fi Network and Services, Cellular DAS and Services; and Cabling
Services. The contract will be for a term of up to eleven (11) years.
This solicitation may be downloaded by visiting the Michigan Intergovernmental Trade Network (MITN)
website at www.mitn.info. A link to this website is available on the Wayne County Airport Authority
website www.metroairport.com (select Business Opportunities on the left side of the page). (Special
Note): Any Addenda issued by the Airport Authority may be viewed or downloaded from MITN.
Copies of this solicitation document and any issued addenda may also be obtained from the
procurement division. Please call (734) 247-7900 at least one (1) hour in advance to ensure the
documents will be available.
PAGE 2 OF 69
This solicitation may be downloaded by visiting the Michigan Intergovernmental Trade Network (MITN)
website at www.mitn.info. A link to this website is available on the Wayne County Airport Authority
website www.metroairport.com (select Business Opportunities on the left side of the page). (Special
Note): Any Addenda issued by the Airport Authority may be viewed or downloaded from MITN.
The Airport Authority is pleased to announce our online Vendor Self Service (VSS). To do business
with the Airport Authority and receive notification of future bidding opportunities, click or access the
following
web
link
to
register:
HTTPS://WCAA.MUNISSELFSERVICE.COM/VENDORS/DEFAULT.ASPX. Once registered, you may
view and access solicitations online. Vendors must respond in accordance with the instructions on the
solicitation document.
Copies of this solicitation document and any issued addenda may also be obtained from the
procurement division. Please call (734) 247-7900 at least one (1) hour in advance to ensure the
documents will be available.
PARKING ADVISORY -- ALLOW SUFFICIENT TIME FOR PARKING - Parking is available in the Blue
Deck Parking Structure. From the Blue Deck, pedestrians may access the L.C. Smith Building by using
the Pedestrian Bridge on the 3rd level at the south end of the Blue Deck.
PAGE 3 OF 69
TABLE OF CONTENTS
`
PAGE 4 OF 69
PAGE 5 OF 69
18) Holiday: the legal holidays observed by the Airport Authority. (New Years Day, Martin Luther King
Jr. Birthday, Friday before Easter, Memorial Day, Independence Day, Labor Day, Columbus Day,
Thanksgiving Day, Day after Thanksgiving, Christmas Eve, Christmas Day, New Years Eve)
19) IMAC: is an acronym for installs, moves, adds and changes for network cabling and wiring.
20) Intermediate Distribution Frames (IDFs): remote terminations points that serve as a distribution
point for cabling from the main distribution frame (MDF) to cabling connected to equipment within
the network.
21) Internet Service Provider (ISP): provider of Internet service connectivity to the subscribed and
possible future subscribing Tenants at the Airport.
22) Joint Venture: A partnership or other legal cooperative agreement between two or more persons
or entities.
23) Long-term Evolution (LTE): a standard for wireless communication of high-speed data used for
mobile phones and data terminals.
24) Main Distribution Frames (MDFs): main termination point where equipment is connected by
cables and distributed to the IDFs within the network.
25) McNamara Terminal: the southernmost terminal of the airline terminals located at DTW.
26) Minimum Concession Fee (MCF): the minimum annual fee the successful proposer is required to
pay the Airport Authority during the term of the agreement.
27) Network: Airport Authority data communications hardware devices, cables, and software that are
used to connect a group of devices working together in a system for the purpose of sharing
resources.
28) Neutral Host: acts an agent who manages a portfolio of DAS venues.
29) Non-Responsible Proposal: means a Proposer who has been deemed unqualified in any respect
to fully perform the required Construction or Services or to provide the required Goods, or who has
been deemed not to possess the integrity, experience or reliability necessary for good faith
performance, or who is in Default on any other contract with the Airport Authority or is in violation of
the Airport Authoritys Ethics Ordinance.
30) Non-Responsive Proposal: means a Proposal in reply to an RFP issued by the Airport Authority
that does not conform to all material requirements of the RFP.
31) North Terminal: the northernmost terminal of the airline terminals located at DTW.
32) Notice of Award: written notification from the Airport Authority to the successful Proposer that they
have been awarded the contract.
33) Notice to Proceed: written authorization from the Airport Authority to the successful Proposer to
proceed with the work defined in the contract.
34) Participating Carriers: the providers of Wireless Services who have entered into or at any time
hereafter enter into an agreement with the current Contractor or the Successful Proposer allowing
such provider access to the WCCS.
35) Partnership: an agreement under which two or more persons agree to carry on a business,
sharing in the profit or losses, but each liable for losses to the extent of his or her personal assets.
PAGE 6 OF 69
36) Payment Card Industry Data Security Standard (PCI-DSS): means a worldwide set of security
standards assembled by the Payment Card Industry Security Standards Council. The PCI-DSS
standards are technical and operational requirements created to help organizations that process
card payments mitigate credit card fraud, hacking and various other security vulnerabilities and
threats.
37) Payment Card Industry Security Standards Council (PCI-SSC): means an independent council,
originally formed by American Express, Discover Financial Services, JCB, MasterCard Worldwide
and Visa International on September. 7, 2006, with the goal of managing the ongoing evolution of
the Payment Card Industry Data Security Standard, https://www.pcisecuritystandards.org/.
38) Point of Interface (POI): the point where provided cabling is terminated within a tenants location.
39) Point of Sale Network: an optical fiber system at the Airport which is utilized to transmit business
transactions from concessionaires location to various third parties, the Airport Authority and those
needing this retail information.
40) Procurement Ordinance: the common name of the Wayne County Airport Authority Procurement
and Contracting Ordinance, which governs procurement and contracting at the Airport Authority.
41) Proposal Guarantee: means security provided by a Proposer to the Airport Authority with a
Proposal to guarantee that the Proposer will enter into a contract with the Airport Authority within the
time specified in the RFP, based upon the substantive terms and conditions contained in the form of
contract included I the RFP.
42) Responsible Proposer: means a Proposer who is qualified in all respects to fully perform the
required Construction or Services or to provide the required Goods, and who possesses the
integrity, experience and reliability necessary for good faith performance and who is not in Default
on any other contract with the Airport Authority and is not in violation of the Airport Authoritys Ethics
Ordinance.
43) Responsive Proposal: means a Proposal timely submitted by a Responsible Proposer in reply to,
and in conformity with all material requirements of a RFP issued by the Airport Authority.
44) SATV Network or Satellite TV Network: a system at the airport which may be utilized by satellite
television companies to transmit TV signals to the concessionaires, airlines, and for the use of the
traveling public.
45) Services: means the services as identified in the overview of Section 4.
46) Service Level Agreement or SLA: the service levels which represent the standard of performance
the successful proposer must meet or exceed to avoid penalties.
47) Services Authorization Form or SAF: a form that is used to describe optional services to be
provided by the Successful Proposer, and the not to exceed fee for such services, that must be
approved in writing by the Vice President of Technology Services.
48) Subcontractor: a Business holding a subcontract with a Contractor.
49) System: means all of the hardware, software and components that collectively exist throughout the
Airport premises to provide a technology solution.
50) Technology Services or TS: the Airport Authoritys Technology Services department
PAGE 7 OF 69
51) Trunk Radio Network: an antenna system at the Airport Terminals, McNamara Terminal parking
deck, international arrivals roadway, and the Westin Hotel that provides coverage for the Airport
Authoritys Fire and Safety 800 MHz two-way radios so that their personnel may communicate.
52) Uninterruptible Power Supply (UPS): a UPS device typically employs a battery to provide power
to the Equipment for a limited period of time following a power interruption.
53) WCCS: is an acronym for: Wi-Fi, Cellular and Cable Services, the name of this RFP.
54) Wi-Fi Network: the public and private wireless Internet service at the Airport.
55) Willow Run or YIP: Willow Run Airport
PAGE 8 OF 69
PAGE 9 OF 69
business name, address, telephone, fax and contact name. Proposals sent by telegraph,
facsimile, or other electronic means will not be considered.
b) All prices and notations must be typed or printed in ink. No erasures are permitted. Mistakes
may be crossed out and corrections must be initialed in ink by the person(s) signing the
Proposal Form.
c) All costs incurred in the preparation and presentation of the Proposal are the Proposers sole
responsibility; no pre-proposal costs will be reimbursed to any Proposer.
d) All documentation submitted with the Proposal will become the property of the Airport
Authority.
e) All Proposals must be firm for at least 180 days from the Proposal Deadline date of the RFP.
f) The Airport Authority has the right to request samples from Responsive and Responsible
Proposer(s). The requested samples must be provided within two (2) business days of the
request by the Airport Authority, or the Proposal will be considered nonresponsive.
6) PROPOSAL SIGNATURES: Proposals must include a Proposal Form that is signed in ink by an
authorized official of the Proposer. The executed Proposal Form represents a binding
commitment upon the Proposer to provide the goods and/or services offered to the Airport
Authority, if the Proposer is determined to be the most Responsive and Responsible Proposer.
7) NO RFP RESPONSE (No-Bid Proposal): Proposers who receive this RFP but do not submit a
Proposal are asked to submit a notice stating the reason(s) for not responding.
8) WITHDRAWAL: Proposals may only be withdrawn by written notice prior to the date and time set
forth as the Proposal Deadline. No Proposal may be withdrawn after the deadline for submission.
9) REJECTION OF PROPOSALS: Proposals will be rejected for the following reasons:
a) Proposers failure to submit all required information of RFP.
b) Proposers failure to meet minimum qualifications of RFP.
c) Proposer is in arrears or in default to the Airport Authority on any contract, debt, or other
obligation.
d) Proposer is debarred by the Airport Authority or federal government (for federally funded
contracts) from consideration for a contract award.
e) Proposer has committed a violation of the Airport Authoritys Ethics Ordinance which resulted
in a termination of a contract or other material sanction within the two (2) years immediately
preceding the date of issuance of this document.
f) Proposer has a contract or other relationship with a client that is determined by the Airport
Authority to be a legal or business conflict that is unwaivable or that the Airport Authority, at its
sole discretion, is unwilling to waive.
g) In the event a Proposer, including its subsidiaries, affiliated companies and franchises,
submits more than one (1) Proposal, the Airport Authority, at its sole option, will have the right
to determine which Proposal will be considered, or reject all such multiple Proposals.
10) CANCELLATION OF RFP The Airport Authority reserves the right to cancel this solicitation, in
whole or in part, as well as reject any or all Proposals, or to accept or reject any Proposal in part,
and to waive any minor informality or irregularity in Proposals received if it is determined by the
Chief Executive Officer (CEO) or his designee that the best interest of the Airport Authority will be
served by so doing. If the solicitation is cancelled or all Proposals are rejected by the Airport
Authority, a notice will be posted on MITN.
PAGE 10 OF 69
11) CONTRACT AWARD AND CONTRACT EXECUTION: The Airport Authority reserves the right to
award by item, group of items, or total proposed items, and to award more than one contract at its
sole discretion, to the most Responsive and Responsible Proposer, or Proposers. The Airport
Authority may, at its sole discretion, elect to award one, more or all package areas, and determine
which specific components of each functional area will be assessed.
All contract award recommendations must be approved by either the Airport Authoritys CEO or
Board.
The Proposer(s) to whom the award is being recommended will be notified and provided the
Airport Authoritys contract for execution at the earliest possible date. If for any reason, the
awarded Proposer(s) does not execute a contract within the time specified by the Airport Authority,
then the Airport Authority may recommend award to the next most Responsive and Responsible
Proposer. A final Notice of Award, and if required, a Notice to Proceed, will be issued after
completion of a fully executed contract.
If a Proposer requires an agreement beyond any agreement (e.g. Form of Agreement) required by
the Airport Authority, or required as a part of this solicitation by the Airport Authority, the Airport
Authority reserves the right to reject execution of any additional agreements required by the
Proposer. In instances where the Airport Authority rejects execution of additional agreements that
are required by the Proposer, the Airport Authority reserves the right to deem the Proposal as
Nonresponsive, and to recommend award to the next most Responsive and Responsible
Proposer.
12) FREEDOM OF INFORMATION ACT (FOIA) REQUIREMENTS: Proposals are subject to
public disclosure after the Proposal Deadline in accordance with state law. For additional
information, contact the Airport Authoritys FOIA Coordinator at 734-247-7237.
13) PROTESTS: A protest must be filed in writing and within the timeframes outlined in Section 9 of
the Airport Authority Procurement and Contracting Ordinance. A copy of the Procurement
Ordinance is available from Procurement Division at the Airport Authority, and accessed at
http://www.metroairport.com/pdf/Wayne%20County%20Airport%20Authority%20Procurement
%20and%20Contracting%20Ordinance.pdf
14) SECURITY BADGES: Security badges are required for Successful Proposer and on-site support
staff; security badges are not required to submit proposals. To obtain information about the Security
Badging
process
contact
the
Credentials
Offices
at
(734)
942-3606,
e-mail
security.credentials@wcaa.us or follow the link:
http://www.metroairport.com/programs/AirportIDBadge/default.asp
15) WCAA ETHICS ORDINANCE: To view or download the WCAA Ethics Ordinance, access the
following weblink:
http://www.metroairport.com/pdf/Wayne%20County%20Airport%20Authority%20Ethics
%20Ordinance.pdf
PAGE 11 OF 69
The Successful Proposer or its subcontractor must have a minimum of five years of
experience in operations and maintenance of a Wi-Fi network and infrastructure, providing
service to a minimum of 30,000 customers per month in the past five years at commercial
airports or other large public venues; and
ii) The Successful Proposer or its subcontractor must have a minimum of five years of
experience managing and maintaining Wi-Fi Network hosted services in the business of
assessing, designing, and implementing each of the services described in Section 4.1.a;
and
iii) The Successful Proposer or its subcontractor must have a minimum of three years of
experience in selling advertising and on Wi-Fi networks; and
iv) The Successful Proposer or its subcontractor must have personnel on staff (that will be
assigned to the contract resulting from the RFP) with a minimum of five years experience in
operations and maintenance supporting a Wi-Fi network and infrastructure as described in
Section 4.1.a.
b) Package 2: Cellular DAS and Services:
i)
The Successful Proposer or its subcontractor must have a minimum of five years of
experience in operations and maintenance of Cellular DAS and services, providing service
in the past five years at commercial airports or other large public venues; and
ii) The Successful Proposer or its subcontractor must have a minimum of five years of
experience managing and maintaining DAS hosted services in the business of assessing,
designing, and implementing each of the services described in Section 4.1.b; and
iii) The Successful Proposer or its subcontractor must be a neutral host and provide a system
where multiple carriers can operate; and
iv) The Successful Proposer or its subcontractor must have personnel on staff (that will be
assigned to the contract resulting from the RFP) with a minimum of five years experience in
operations and maintenance supporting Cellular DAS and providing services as described in
Section 4.1.b.
c) Package 3: Cabling Services:
i)
The Successful Proposer or its subcontractor must have a minimum of five years of
experience in operations and maintenance of a cable infrastructure described in Section
4.e.i.1; and
ii) The Successful Proposer or its subcontractor must have a minimum of five years of
experience managing and maintaining cable services in the business of assessing,
designing, and implementing each of the services described in Section 4.e.i.2; and
iii) The Successful Proposer or its subcontractor must have trained and certified personnel on
staff (that will be assigned to the contract resulting from the RFP) with a minimum of five
years experience in operations and maintenance supporting the cable infrastructure, SATV
services beginning at the satellite dishes to the consumers receivers and providing cabling
and equipment services as described in Section 4.e.i.
PAGE 12 OF 69
2) PREFERRED QUALIFICATIONS: The Proposer may be evaluated for the Experience and/or
Qualification evaluation criteria, if they meet the minimum qualifications listed above and also have
the preferred qualifications, listed below:
a. For any and all of three service areas for which a proposal is submitted (Packages 1, 2, and 3),
ten (10) or more years experience.
b. Package 1 - Wi-Fi Network and Services experience in operations and maintenance providing
service to greater than 40,000 customers per month. Technical support staff with Cisco CCNP
Wireless certifications that will be assigned to the contract resulting from this RFP.
c. Package 3 - Cable Services, Trained and Certified technicians for Sumitomo Air Blown Fiber
(ABF) and Corning fiber who have experience installing, maintaining and certifying cable
systems utilizing the Fluke DTX 1800 with Single Mode and Multi Mode testing capabilities,
Optical Time Domain Reflectometer (OTDR) and Fusion Splicer that will be assigned to the
contract resulting from this RFP.
d. Package 3 - Blonder Tongue Certified SATV technical support staff that will be assigned to
service the contract resulting from this RFP.
3) PROPOSAL GUARANTEE: The Proposer is required to submit a refundable Proposal Guarantee
(cashiers check only) in the amount of $15,000.00, whether responding to one, two or three
packages, made payable to the Wayne County Airport Authority. The Proposer must submit the
Proposal Guarantee with the Proposal in response to this RFP. Failure to submit the Proposal
Guarantee in the specified form will result in the Proposer being deemed Nonresponsive and the
Proposal rejected without any further evaluation.
Note: Return of Proposal Guarantee: Proposal Guarantees will be returned to Proposers
immediately after the Airport Authority has deemed that a Proposer is either Nonresponsive
or Nonresponsible. Proposal Guarantees for all remaining Proposers will be held until a
contract is fully executed; or upon the request by the Proposer, but only after the expiration
of the Proposal.
PAGE 13 OF 69
b.
c.
Cable Infrastructure
i)
Cable Plant
ii) In building wiring for services for Airport Authority, DAS and Wi-Fi service providers and
tenants
iii)
Satellite TV reception and cable management
iv)
Tenant Cabling Services
PAGE 14 OF 69
2) GENERAL INFORMATION:
a. Overview
Detroit Metro Airport (DTW) is the 42 nd busiest passenger airport in the world with approximately
32 million passengers annually (equal to 3 times the population of Michigan) and 440,000
annual operations. DTW provides non-stop service to 150 domestic and international
destinations via 13 airlines and is one of the largest U.S. gateways to Asia. DTW activity
supports approximately 18,000 jobs at the airport and 71,000 jobs across the state, providing a
$7.6 billion economic impact to Michigan. DTW is owned and operated by the Wayne County
Airport Authority.
Through this RFP and the resultant contract, it is the Airport Authoritys intention to meet the
following goals:
i) To provide customer service for the traveling public and the tenant airport community.
ii) To provide flexibility to continuously meet the growing and changing needs and demands
of the traveling public and the tenant airport community in areas such as:
(1)
Download speeds
(2)
Fee Structures
(3)
Technology improvements
iii) To increase the presence of DAS services for additional cellular carriers.
b. Contract Management
The Technology Services Department will be responsible for the management of the contract
and will ensure industry best practices are being applied to Services delivery. Technology
Services staff will manage the contract to the service levels defined in this RFP.
c. Current Services Profile
Currently, the Airport Authority has contracted out the services identified in this RFP. The
current contract is on a month-to-month basis, due to expire October 4, 2013. With respect to
such Services, various third party providers and tenants retain ownership of their equipment up
to the agreed point of interface (POI). The Airport Authority owns all passive equipment and
networking infrastructure elements, including communications cabling, antennas, splitters, etc.
that is maintained by the current Contractor.
i)
Wi-Fi services
The current contract provides for the operation and maintenance of a network of access
points at DTW in support of Wi-Fi services provided at the McNamara Terminal, the North
Terminal, and the Administration Building (Smith Terminal). The following services are
provided:
(1) Complimentary Access: Customers at DTW are provided complimentary wireless
internet services via the Wi-Fi Network for a limited amount of time (not less than thirty
(30) minutes after customer views an advertisement).
(2) Paid Access: Customers at DTW are offered the option of purchasing wireless internet
services via the Wi-Fi Network when they require a greater amount of time and faster
speeds.
(3) Customer Landing Portal: A website is provided, maintained and operated as part of an
initial landing web page presented to customers using Complimentary Access or Paid
Access (Landing Portal). The Landing Portal provides links and access to internet
websites approved by the Airport Authority. Customers access to the Landing Portal is
not subject to the time restrictions imposed on Complimentary Access.
PAGE 15 OF 69
(4) Employee Access: Airport Authority personnel at the Airports McNamara and North
Terminals, as well as the Smith Building are provided free, unlimited complimentary
wireless internet services via the Wi-Fi Network at the speed offered for paid access,
without viewing any advertisements or sponsorship ads.
Facts regarding the Wi-Fi service are as follows:
Approximately 40,000 users access the Wi-Fi network each month.
See Attachment 1 (Paid and complimentary Wi-Fi usage statistics)
Head-end controller and fiber switches provide communication to Special Services
Rooms (SSRs) over current single-mode fiber. Fiber is used for interconnects to access
points throughout the terminal areas (e.g. baggage claim, ticketing, gate concourses,
international arrival) and the Westin-Detroit hotel.
Access points available include:
o
ii)
See Attachment 5 (Wi-Fi Infrastructure Equipment List) for additional detail of the Wi-Fi
infrastructure equipment.
Cellular Services
The cellular services operate over the carriers dedicated fiber that was installed in the
Cable Plant. There are approximately one hundred ninety (190) antenna locations for each
carrier.
(1) Cellular Services: The carrier access agreements with AT&T and Verizon expire
respectively on Jan.1, 2016 and Dec. 3, 2015. In the event a contract resulting from this
RFP is not awarded to the current Contractor, the carrier access agreement is
assignable to the current Contractors successor. Obligations with the carriers may be
summarized as follows:
The engineering of the cell phone antenna solution around the distribution
capabilities of the CWAS and per the specifications provided by the carrier.
Implementation and management of the carrier-approved solution.
Ongoing maintenance to and enhancement of the solution as needed.
Management of the construction design and permit approval process.
(2) 800 MHz Repeater Services: The current Contractor is responsible to distribute 800 MHz
trunked radio system signals to certain areas of the McNamara Terminal complex where
PAGE 16 OF 69
the normal broadcast signal is too weak to meet public safety first responders needs.
Such areas include, but are not limited to, the parking garage, lower level Westin-Detroit
Hotel, McNamara Terminal international arrivals and customs, etc.
Services also include Break/Fix, preventative maintenance and as needed support.
The radio frequency signal is captured by roof-top antenna, interfaced to the CWAS, and
then extended to over one hundred broadcast antennas throughout the areas listed
above. See Attachment 4 (800 MHz Trunk Radio Network Infrastructure).
(3) 700 MHz Services: The 700 MHz 4G service installation/implementation for Verizon was
completed in March, 2011; the ATT&T LTE service is scheduled for implementation by
February, 2013. The Successful Proposer shall maintain and manage signal services in
the 700 MHz Band to allow for quality LTE/4G services.
(4) Maintenance and Management of the environment controls: The cellular carriers Base
Station equipment is housed in a space located on the 7th floor of the McNamara Parking
Deck. This space is also the storage facility that houses spare parts for the support of
the Wi-Fi and Carrier DAS Systems. This space has connectivity to the main system
room where the MDF for the cable plant is located. This space also has the
environmental control units, including the HVAC system and Fire Suppression system
(FM200). Preventative maintenance services and support are provided for each
environmental control system.
iii) Cable Services
(1) Cable Plant: The Cable Plant was installed in the DTW McNamara and North Terminals
during terminal construction and consists of a number of special services rooms (SSRs)
between which tubes were installed to accommodate air-blown fiber. The Airport
Authority populated some of these tubes with a mix of multi-mode and single-mode fiber
to provide connectivity within the terminals for concessions, Wi-Fi, and DAS purposes
and the Airport Authority business needs.
The Cable Plant is utilized as a distribution system and is extended between the
McNamara and North Terminals using single mode fiber to provide the network
connectivity to all networks in support of the services they provide as well as tenant
related services. The maintenance and support of the extension of the Cable plant
between the two terminals is the responsibility of the Airport Authority and not the
responsibility of the Contractor providing the services outlined in this RFP. The North
Terminal has a footprint of approximately 450,000 sq. ft. and the McNamara Terminal is
over 2.4 million sq. ft. Fiber or cat 5 or 6 cable is then used for tributary drops between
the SSRs and the service location.
The McNamara Terminal has a second Cable Plant that provides cabling services to the
Airlines and tenants located in this terminal. This second Cable Plant is separate from
the Cable Plant that provides connectivity for the services outlined in this RFP. The
Contractor is not responsible for the maintenance and support of this second Cable
Plant.
This Cable Plant section located in the North Terminal that provides connectivity in
support of the Wi-Fi, DAS and Cabling Services is maintained and supported by a third
party Contractor. This Cable Plant section is not the responsibility of the Contractor for
the maintenance and support of services outlined in this RFP.
PAGE 17 OF 69
(2) SATV Services: The Contractor manages the satellite television (SATV) services
throughout the McNamara Terminal and North Terminal buildings.
The current
Contractor is responsible for the entire maintenance of the SATV Service (from satellite
dish to the consumer).
Responsibilities include:
o
o
Operate and maintain the head end distribution system which is fed by three (3)
separate 1-meter satellite dishes on the rooftop of the McNamara Terminal.
Quarterly preventative maintenance inspections
Break/fix remediation
Three satellite dishes are installed atop the McNamara Terminal and are pointed to
satellites at the following locations:
o 61.5 degrees west
o 110 degrees west
o
SATV signals are distributed throughout the terminal complexes using fiber optic
laser transmitters and receivers to distribute the Dish Network Service to predetermined Tennant Interface Panels (TIPs) throughout the McNamara and North
Terminals. Coax tributary wiring is then used off of 8-port taps to deliver the signal to
the end point devices.
There are approximately fifty-eight (58) receivers in the North Terminal and two
hundred (200) receivers in the McNamara Terminal.
(4) Tenant Communications Services: Private, high-speed internet (ISP) and local area
network (LAN) services are being provided to Airport Authority tenants at the McNamara
and North terminals. These services are provided either wirelessly or are hard-wired,
and are utilized for point of sale and other business functions as determined by the
tenant.
Some tenants have multiple locations throughout the terminals being serviced; of
these 20 are utilizing ISP services.
The tenant point of interface (POI) usually is a switch provided by the current Contractor.
ISP services are throttled to reflect the tenants service level requirement. The current
Contractor assists customer tenants in identifying and repairing minor communications
wiring issues with PCs, telephones, etc.
PAGE 18 OF 69
PAGE 19 OF 69
3) Scope of Work:
The successful Proposer (Contractor) will be required to provide all labor, material, tools,
equipment, supplies, etc. for the purpose of meeting the requirements as outlined in this RFP.
a) Overview
One, two, three, or no contracts may be awarded for this RFP contingent upon the best overall
comprehensive proposal(s), service level commitments, customer service, solution fit for the
Airport Authority, and total cost of ownership. The Contractor shall transition and be responsible
for one or more of the following package areas, each of which will be awarded:
i)
Wi-Fi Services, WLAN and Wi-Fi Network, Landing Portal, and Tenant Wi-fi Internet
ii) Cellular Distributed Antenna System (DAS), Commercial License Bands (700 MHz, 850 MHz
and 1900 MHz), 800 MHz repeater services, Carrier management, and environment controls
maintenance
iii) Cable infrastructure, Cable Plant, and SATV services, and wiring services for tenants
b) General Management and Administration for all three package areas
The Contractor shall be responsible for, but not limited to the following:
i)
ii) Maintain a database of all contracts and services as they relate to services provided.
iii)
Maintain an inventory of all equipment on-site, including date of install, warranty periods,
serial numbers, location of equipment, etc. The inventory shall be available online for DTW
staff use at all times.
iv) All agreements between the Contractor and cellular carriers, tenants, and the Airport
Authority must follow agreed upon WCAA contract standards; any exceptions must have
prior Airport Authority approval. All such agreements are to be located in an agreed upon,
shared electronic repository and are available to the Airport Authority.
v) The Contractor will, on an ongoing basis, assist in the development and maintenance of TS
policies, standards, guidelines and procedures, including standard operating procedures
(SOPs), and will conduct all work under this Contract per:
o
o
o
o
Airport Authority-approved SOPs. The SOPs will be employed at all sites where services
are provided.
Airport Authority-approved policies, standards and guidelines
Change control processes and procedures approved by the Airport Authority
Generally accepted information technology auditing guidelines
vi) Maintain all licenses and permits required for legal operation and attain permits from the
DTW for all work done ensuring adherence to DTW standards for cabling and connectivity.
vii) Work with Technology Services to develop the reports needed to fulfill monthly service level
reporting requirements to assure compliance with Attachment I- Service Level Agreement.
c)
PAGE 20 OF 69
In the event of a security issue, as identified by the Airport Authority, the Airport Authority
reserves the right to have the Contractor temporarily suspend all Wi-Fi operations.
Refer to Attachment 5 (Wi-Fi Infrastructure Equipment List) for equipment to be included in this
contract. While this list is the Airport Authoritys best effort at providing a comprehensive
equipment list, proposer should not rely on this list to be all inclusive. The Contractor will be
responsible for completing a full system equipment inventory at the start of the contract. The
equipment inventory will be kept up to date by the Contractor and located in an agreed upon,
shared electronic repository that is available to the Airport Authority.
All transitions must be complete and the Contractor must be prepared to commence
service(s) no later than September 16, 2013.
i)
Maintenance:
The Contractor is responsible for all maintenance and necessary upgrades and expansions
in the operation of the System and for maintenance of Operating Sites and system
equipment and furnishing. The Contractor is responsible for the associated costs.
The Contractor will manage all equipment warranties, payments and certifications for all
system Contractors and subcontractors.
All scheduled maintenance must occur between 11:00 PM and 5:00 AM and must be
approved through use of the Technology Services change control request process.
(2)
(3)
Roaming Access
Customers at the DTW Airport are offered the option to access wireless internet services
via the Wi-Fi Network using their own hot spot subscription.
(4)
PAGE 21 OF 69
Employee Access
The Contractor shall provide Airport Authority Personnel, who have been approved by
the Airport Authoritys Technology Services Department, with no-cost, advertisementfree, unlimited wireless Internet services and access to the Airport Authoritys local area
network via the Wi-Fi Network. The Contractor shall use commercially reasonable efforts
to provide network speeds of not less than three (3) megabits per second (3 Mbps)
(Employee Access). Except for reasonable security controls approved by the Airport
Authority, the Contractor shall not restrict Airport Authority Personnels access to such
Employee Access.
Customer Downloads:
The Wi-Fi network will maintain the capacity for users to access downloadable content. The
Contractor shall be responsible for ensuring activity on the Wi-Fi network complies with all
appropriate laws and responding promptly to any complaints or demands by copyright
owners.
ii)
PCI Compliance:
At all times during the term of this contract the Contractor shall comply with all current and
future Payment Card Industry Data Security Standards (PCI-SSC), Card Association rules,
policies, and regulations; and all applicable laws, regulation, ordinances, rules and orders of
governmental authorities having jurisdiction over the Airport Authority. The Contractor shall
be solely and exclusively responsible for maintaining the security of all cardholder data that
is processed, transmitted or stored.
iii)
Frequency Clearinghouse:
The Contractor manages the frequencies supported by the system for the Airport and will
maintain a clearinghouse and trouble-shooting function to insure that all projects utilizing the
unlicensed radio frequency (RF) spectrum, will be properly coordinated to minimize or
eliminate the possibility of RF interference.
iv)
v)
PAGE 22 OF 69
Support Services:
(1) User Support: The Contractor will act as the sole interface between the System and the
users of the system for any and all issues related to the Systems equipment.
(2) Life Cycle Management: The Contractor is responsible for managing the life cycle of all
equipment and be able to keep up with growing demand from customers at required
service levels.
(3) User Support Services: The Contractor shall provide support services necessary to
meet the requirements of this RFP and adhere to the Service Levels (See Section 3.2.).
The Contractor shall have support available 24 hours a day, every day of the year when
necessary and requested by the Airport Authority.
All user complaints shall be logged and monthly summary reports shall be provided to
the Airport Authority.
(4) Web Site Support: The Contractor will provide and maintain a web site for customer
support.
(5) Services Support: All active elements of the System will contain state of the art
technology which will allow for immediate electronic notification of equipment failure or
performance degradation.
The Contractor shall maintain support services twenty-four (24) hours a day, every day
of the year, to service and maintain the Wi-Fi WLAN systems and services which must
be completely operational and meet all service level requirements.
Advertising:
(1) The Contractor shall be granted the exclusive right to sell advertising space on the
Landing Portal, in accordance to the advertising standards of the Airport Authority.
(2) The Contractor shall be responsible for identifying and recruiting potential advertisers
and selling Wi-Fi network advertising opportunities.
(3) The Contractor shall offer advertising discount rates to local governments and
community promotions as approved and recommended by the Airport Authority.
(4) All advertising material displayed via the Wi-Fi network shall conform to the Airport
Authoritys advertising standards.
(5) Pop-up advertising is prohibited.
(6) Advertisements for beverage products competing with beverage products produced,
marketed, or distributed by PepsiCo Inc. or PBG Michigan, LLC shall not be displayed
on any type of advertising at the Airport.
(7) The Airport Authority reserves the right to require the Contractor to remove any
advertisement deemed outside the standards. The Airport Authoritys determination is
final.
PAGE 23 OF 69
(8) The Contractor shall have no rights to any other advertising venues in the terminals or
other Airport Authority buildings or Internet sites.
viii)
ix)
Cost Responsibility:
The Contractor will operate and maintain the System at no cost to the Airport Authority.
The Contractor shall be responsible for all costs associated with providing, installing,
implementing, operating and maintaining the Wi-Fi Network including but not limited to,
network equipment, computers, and Internet subscription services, and for refreshing the
Wi-Fi Network equipment as necessary throughout the term of the contract to meet requisite
service levels and equipment life cycles.
At the end of the contract, either at expiration of term or termination, the Airport Authority
shall own the network equipment . During the term of the contract, the Contractor will
present the Airport Authority with all equipment costs expended toward this engagement.
x)
Reports:
The Contractor shall provide reports to the Airport Authority regarding system and service
performances. The Contractor shall have the means to gather information needed to
provide the following reports. The reports will be due to the Airport Authority on a mutually
agreed upon date near the beginning of each week or month.
(1) Weekly System Performance Report: The report will include detailed information on the
Wi-Fi WLAN for any and all equipment alarms, as well as summary reports showing
mean time between failures, system performance analysis and mean time to repair.
(2) Monthly Service Level Compliance Report:
The report will include detailed
measurement information on performance to each service level.
(3) Monthly Paid Usage Reports: The report will include statistical data on the availability
and use of paid Wi-Fi access for the month (to include roaming vs. paid breakdown).
(4) Monthly Complimentary Usage Report: The report will include statistical data on the
availability and use of complimentary Wi-Fi access for the month.
(5) Weekly Incident Report: The report will include information on reported customer issues
and the number and type of issues opened and closed, as well as a description of the
resolution and time to resolve.
(6) Monthly Data Analytics Report: The report should include traveler survey information
and an analysis of the data to improve customer satisfaction. A specific format will be
provided for this report.
PAGE 24 OF 69
(7) Quarterly Financial Statement: The Statement will show all gross revenues during the
prior quarter of operation, including all credit transactions, if any, and which will reconcile
with the monthly paid usage reports. The Statement will also show any capital or
equipment expenditures made by the Contractor. The certification of the statement must
be made by an official of the firm who is responsible for the Proposers financial records.
The format of this report must be compatible to the Airport Authoritys Revenue
Management System (RMS).
During the term of the agreement and at the time of any cancellation, at its sole
expense, the Contractor must submit to the Airport Authority an audited statement of the
total gross revenue derived from the System operation during the preceding calendar
year. The statement must be prepared by an independent certified public accountant.
xi) Documentation:
The Contractor shall provide documentation to the Airport Authority that includes information
on the equipment and devices that make up the Wi-Fi WLAN environment.
The networks shall be fully documented in a format and on media that is acceptable to the
Airport Authority. All network documentations shall be maintained to reflect current
equipment inventories, topologies and equipment configurations.
The documentation shall be maintained by the Contractor and provided to the Airport
Authority on changes and upon request. The documentation is the property of the Airport
Authority.
d) Cellular Distributed Antenna System (DAS) and Services - Package #2
The Airport Authority is interested in providing high quality cellular phone services to its traveling
customers in order to enhance the customers airport experience. The Contractor shall inherit,
operate, maintain, and manage a cellular distributed antenna system (DAS) and the services
that the DAS provides, as listed below.
All transitions must be complete and the Contractor must be prepared to commence
service(s) no later than September 16, 2013.
The Contractor shall manage, pursue and maintain Carrier Access Agreements with Wireless
Telecommunication Carriers. Currently there are Agreements with AT&T Wireless Services, Inc.
and Verizon Wireless, LLC. Through this proposed contract, the Airport Authority plans to
expand these services to include additional wireless carriers and enter into Agreements for
service with them.
As it is the Airport Authoritys goal to add additional carriers, the Contractor will plan, design,
build and then maintain this solution in a manner that meets the Airport Authoritys permit
requirements and the telephone companys engineering requirements. The Contractor must
follow all applicable Airport Authority standard operating procedures and must obtain the
necessary Airport Authority construction permits for necessary infrastructure work.
In the event of a security event, as identified by the Airport Authority, the Airport Authority
reserves the right to have the Contractor temporarily suspend all cellular operations.
The service operates over the carriers dedicated fiber that was installed in the Cable Plant.
There are approximately one hundred ninety (190) antenna locations for each carrier.
The Contractor must manage and support the commercial license bands (700 MHz, 850 MHz,
1900 MHz), that are available for traveler and Airport Authority use.
PAGE 25 OF 69
The Contractor must manage and maintain the facilities and equipment supporting areas for
DAS solutions; to include, HVAC and Fire Suppression Systems (FM200).
i)
The management of the cell phone antenna solution around the distribution
capabilities of the Cellular DAS and per specifications provided by the carrier.
Maintenance:
The Contractor is responsible for all maintenance necessary in the operation of the System
and for maintenance of Operating Sites and System equipment and furnishing. The
Contractor is responsible for the associated costs.
The Contractor shall manage all equipment warranties, payments and certifications for all
System Contractors and subcontractors.
All scheduled maintenance must occur between 11pm and 5am and must be approved by
the Airport Authority.
The Contractor shall maintain support services twenty-four (24) hours a day, every day of
the year, to service and maintain the Cellular DAS systems and services which must be
completely operational and meet all service level requirements.
iii)
PAGE 26 OF 69
User Support:
The Contractor shall act as the sole interface between the Services and any user of the
Services for any and all issues related to the Services equipment.
The Contractor shall provide support services necessary to meet the requirements of this
RFP and adhere to the Service Levels (See Section 3.2.). The Contractor shall have support
available 24 hours a day, every day of the year when necessary and requested by the
Airport Authority.
All user complaints shall be logged and monthly summary reports shall be provided to the
Airport Authority.
iv)
Revenue Generation:
The Contractor will be granted the right to generate revenue through Carrier Agreements
Preventative maintenance
Break/fix services
At the end of the contract, either at expiration of term or termination, the Airport Authority
shall own the equipment. During the term of the contract, the Contractor will present the
Airport Authority with all equipment costs expended toward this engagement.
vii) Reports:
The Contractor shall provide reports to the Airport Authority regarding system and service
performances. The Contractor shall have the means to gather information needed to
provide the following reports. The reports will be due to the Airport Authority on a mutually
agreed upon date near the beginning of each week or month.
(1) Weekly System Performance Report: The report will include detailed information for the
Cellular DAS and for any and all equipment alarms, as well as summary reports showing
mean time between failures, system performance analysis and mean time to repair.
(2) Monthly Service Level Compliance Report:
The report will include detailed
measurement information on performance to each service level.
PAGE 27 OF 69
(3) Weekly Incident Report: The report will include information on reported customer issues
and the number and type of issues opened and closed, as well as a description of the
resolution and time to resolve.
(4) Quarterly Financial Statement: The Statement will show all gross revenues during the
prior quarter of operation, including all credit transactions, if any, and which will reconcile
with the monthly paid usage reports. The Statement will also show any capital or
equipment expenditures made by the Contractor. The certification of the statement must
be made by an official of the firm who is responsible for the Proposers financial records.
The format of this report must be compatible to the Airport Authoritys Revenue
Management System (RMS).
During the term of the agreement and at the time of any cancellation, at its sole
expense, the Contractor must submit to the Airport Authority an audited statement of the
total gross revenue derived from the System operation during the preceding calendar
year. The statement must be prepared by an independent certified public accountant.
viii) Documentation:
The Contractor shall provide documentation to the Airport Authority that includes
information on the equipment and devices that make up the Cellular DAS network
environment.
The networks shall be fully documented in a format and on media that is acceptable to
the Airport Authority. All network documentations shall be maintained to reflect current
equipment inventories, topologies and equipment configurations.
The documentation shall be maintained by the Contractor and provided to the Airport
Authority on changes and upon request. The documentation is the property of the
Airport Authority.
e) Cabling Services Package #3
The Airport Authority is interested in providing high quality cable infrastructure that is capable of
meeting the business needs of the Airport Authority and its tenants.
This scope of work for this contract will include:
The cable plant located in the McNamara Terminal, McNamara Parking Deck, Westin Hotel,
and the Smith Building that support the Wi-Fi services, Cellular DAS services, 800 MHz
repeater services, SATV services, and cabling services.
This scope of work for this contract will not include:
The cable plant in the McNamara Terminal that supports the Airlines.
The cable plant in the North Terminal
The fiber extension between the North and McNamara Terminals.
All transitions must be complete and the Contractor must be prepared to commence
service(s) no later than September 16, 2013.
i)
PAGE 28 OF 69
(1) Cable Infrastructure: The Contractor will assume responsibility of existing available fiber,
copper and coax cabling throughout the buildings.
The Contractor shall be responsible for all intra-terminal wiring originating from the Main
Distribution Frames (MDFs) to the Intermediate Distribution Frames (IDFs), MDF to
Tenants equipment Point of Interface (POI) for Wi-Fi, DAS, SATV and local LAN service.
Responsibilities also include preventative maintenance and break/fix maintenance.
In addition to maintenance, Contractor will be responsible for new customer connections
and additions to the infrastructure for which Airport Authority or Tenant will be charged
per an established rate card.
(2) Cabling Services: The Contractor shall provide wiring and cabling to support the needs
of the Tenants, the Airport Authority and the Wi-Fi and DAS providers. Wiring and
cabling services are to be provided for Phones, Local Area Networks (LAN), and Satellite
TV (SATV).
Phones: The Contractor will be responsible for the coordination of all phone service
requests and will provide telephone jacks and connect with the equipment
on the back end. As part of the contract, Contractor will provide an initial
installation rate for Tenants.
LANs:
The Contractor will be responsible for the coordination of all LAN service
requests and will provide network jacks to provide connectivity for private
network services. As part of the contract, Contractor will provide an initial
installation rate for Tenants.
Satellite TV (SATV):
The Contractor shall be responsible for the
coordination of the SATV services beginning at the roof top satellite dishes
to the customers receiver, including equipment failures.
Satellite TV (SATV) service is utilized by Food & Beverage concessions as
well as many airlines and airport vendor tenants.
The primary
responsibilities include installation, SATV network upgrades, and operating
and maintaining the head end distribution system which is fed by (3)
separate 1-meter satellite dishes on the rooftop of the main Delta Sky Club
at the McNamara Terminal.
The maintenance requires quarterly
preventative maintenance inspections and any necessary break/fix.
This network utilizes fiber optic laser transmitters & receivers to distribute
the Dish Network Service to pre-determined Tenant Interface Panels
throughout the McNamara and North Terminals. From these points the
tenants pay to extend the service to their monitor locations, install and
setup programming on the dish network receiver. There are approximately
258 Dish Network Receivers currently active on this network at DTW. See
Attachment 7 (SATV Coverage Overview).
PAGE 29 OF 69
ii) Maintenance:
The Contractor is responsible for all maintenance necessary in the operation of the
infrastructure cabling and equipment. The Contractor is responsible for the associated
costs.
The Contractor shall manage all equipment warranties, payments and certifications for all
System Contractors and subcontractors.
All scheduled maintenance must occur between 11pm and 5am and must be approved by
the Airport Authority.
iii) User Support:
The Contractor shall act as the sole interface between the Services and any user of the
Services for any and all issues related to the Services equipment.
The Contractor shall provide support services necessary to meet the requirements of this
RFP and adhere to the Service Levels (See Section 3.2.). The Contractor shall have support
available 24 hours a day, every day of the year when necessary and requested by the
Airport Authority.
The Contractor shall have a Help Desk available 24 hours a day, every day of the year for
calls from the Airport Authority, Tenants and Wi-Fi/DAS providers with response and
resolution times within the established Service Levels. All user complaints shall be logged
and summary reports shall be provided to the Airport Authority monthly or upon request.
iv) Revenue Generation:
The Contractor will be granted the right to generate revenue from the fees generated for
cabling services to Airport tenants or the Airport Authority.
v)
vi)
On-site Support
PAGE 30 OF 69
(2) A Fee Structure for Cabling Services based on a proposal for a fixed price and/or hourly
rate for requests for installs, moves, adds and changes (IMAC) of network cable or
wiring.
No hourly or fixed price work will be performed until the Tenant or Airport Authority have
given purchase authorization to proceed.
vii) Reports:
The Contractor shall provide reports to the Airport Authority regarding cabling activities. The
Contractor shall have the means to compile the information needed to provide the following
reports. The reports will be due to the Airport Authority on a mutually agreed upon date near
the beginning of each week.
(1) Weekly Incident Report:
The report will include information on reported customer issues and the number and type
of issues opened and closed, as well as a description of the resolution and time to
resolve.
(2) Monthly Service Level Compliance Report:
The report will include detailed
measurement information on performance to each service.
(3) Quarterly Preventative Maintenance Report: The report will include preventative
maintenance that was performed on SATV, cabling and equipment included in Package
3.
(4) Weekly IMAC Report:
The report will include a list of all installs, moves, adds and changes that were requested
and implemented.
(5) Quarterly Financial Statement: The Statement will show all gross revenues during the
prior quarter of operation, including all credit transactions, if any, and which will reconcile
with the monthly paid usage reports. The Statement will also show any capital or
equipment expenditures made by the Contractor. The certification of the statement must
be made by an official of the firm who is responsible for the Proposers financial records.
The format of this report must be compatible to the Airport Authoritys Revenue
Management System (RMS).
During the term of the agreement and at the time of any cancellation, at its sole
expense, the Contractor must submit to the Airport Authority an audited statement of the
total gross revenue derived from the System operation during the preceding calendar
year. The statement must be prepared by an independent certified public accountant.
vii)
Documentation:
The Contractor shall provide documentation to the Airport Authority that includes information
on the equipment and devices that make up the Cable Infrastructure environment.
The networks shall be fully documented in a format and on media that is acceptable to the
Airport Authority. All network documentations shall be maintained to reflect current
equipment inventories, topologies and equipment configurations.
The documentation shall be maintained by the Contractor and provided to the Airport
Authority on changes and upon request. The documentation is the property of the Airport
Authority.
PAGE 31 OF 69
4) Contractors Responsibilities: The Contractor will be responsible for the following tasks including,
but not limited to:
a)
b)
Providing the equipment necessary to monitor and support systems identified in Section
4.3.
c)
Provide office space, office equipment, including computer, cell phone, etc. that is
required to provide support services.
d)
Many parts of this proposal will be operated behind airport security. Employees of the
Contractor need to pass background checks and be issued airport badges for operating at the
airport.
a)
b)
PAGE 32 OF 69
In addition, the Evaluation Committee also may consider the past performance of the Proposer on
other contracts with the Airport Authority or other entities. The Airport Authority reserves the right to
make such additional investigations as it deems necessary and may require the submission of
additional information.
2) SHORTLISTING: The Airport Authority may shortlist the Proposers based upon responses to the
above items. If necessary, the Airport Authority anticipates that interviews will be conducted during
the week beginning March 25, 2013. The Airport Authority will notify each Proposer on the shortlist,
if such presentation is required. These presentations will provide an opportunity for the Proposers
to respond to questions posed by the Evaluation Committee, introduce their proposed project
manager and key personnel, and clarify their proposals through exhibition and discussion. The
Airport Authority will not reimburse oral presentation or any other costs of any Proposer.
3) AIRPORT
CONCESSION
DISADVANTAGED
BUSINESS
ENTERPRISE
(ACDBE)
PARTICIPATION: Proposers are advised that this Management Services Agreement falls within the
scope of 49 CFR Part 23, Airport Concession Disadvantaged Business Enterprise (ACDBE). The
Airport Authoritys goal for this contract is six percent (6%). See Section 9, Attachment H of this RFP
for more specific information on the Airport Authoritys ACDBE program and submittal requirements
for this solicitation.
Questions concerning the ACDBE program and its requirements can be directed to the Business
Diversity Coordinator, Peter Hathaway at Peter.Hathaway@wcaa.us or by calling 734-247-7028.
4) GENERAL SUBMITTAL REQUIREMENTS:
a) NUMBER OF COPIES: One original, plus ten (10) copies (eleven [11] total ) of the entire
Proposal must be submitted. The original must be marked as an original. Each copy must be
identical to the original. In addition, an electronic PDF media file, with an identical copy of the
original response, must be provided.
b) In addition to submitting physical copies of the required materials as set forth above, you may
be requested to submit the Airport Authority a word-searchable portable document format (PDF)
that permits the materials to be saved, viewed, printed and retransmitted by electronic means.
The PDF submission must maintain the original documents graphical and textual integrity.
c) PROPOSAL FORMAT AND CONTENT: Each proposal should be prepared simply and
economically. Proposals shall be in the same order as listed in this Section and tabbed as
follows to ensure the Evaluation Committee is able to easily locate the information that is
requested in this solicitation.
PAGE 33 OF 69
Tab 1 Forms:
The Proposer must fully complete and include the following forms (See Section 7 of this RFP),
or the proposal will be deemed nonresponsive and rejected without any further evaluation.
i) A signature binding the offer (i.e. Proposal Form); and
ii) Price Form, fully completed; and
iii) A Proposal Guarantee (cashiers check only) in the amount of $15,000.00 made payable to
the Wayne County Airport Authority.
Failure to include the following forms, fully completed, may result in your proposal being
deemed nonresponsive and rejected without any further evaluation (See Section 2 of the RFP):
i)
Verification of Minimum Qualifications Form (or provide the required information to show the
Proposer meets each of the Minimum Qualifications as listed in this solicitation document);
and
ii) Business Information Questionnaire
iii) Financial Statement Waiver Request Form (if applicable)
iv) ACDBE and Non-ACDBE Information Form(s)
The Proposal must include information about each Subcontractor that will be utilized in the
contract. Subcontractor can only be added or removed after submittal of the Response with
the prior written approval of the Airport Authority thorough its Chief Executive Officer.
(1)
(2)
Evidence that the Respondent will meet the ACDBE goal as defined in the Federal
Regulations.
Submit an ACDBE participation plan describing in detail the work and responsibilities that
the ACDBE(s) will perform.
Tab 2 Project Approach and Work or Operating Plan
Project Approach and Work or Operating Plan will be evaluated as follows:
Common to all Packages:
Transition Plan
Maintenance Plan
Provide an Executive Summary of the important features of the proposal, highlighting the
uniqueness and strengths of your proposal and demonstrate how your proposal meets
and/or exceeds the goals and objectives of this RFP.
ii) Provide a statement of understanding of this project. Describe how the Proposer and its
team will approach the project.
iii) Provide a plan, preferably in Gantt format, for a full implementation or transition by
September.16, 2013, including lead time and start-up activities required once a Notice to
Proceed has been issued.
PAGE 34 OF 69
iv) Submit a detailed work plan of services you are proposing to accomplish the Scope of Work
(SOW) as described in this RFP and any problems that are anticipated. Identify for each of
the services noted in the SOW whether the service is:
(1) Fully available: All requirements are met.
(2) Partially available: Not all requirements are met. Identify requirements that are not met
and explain any alternatives that are proposed
(3) Not available.
v) Briefly address the Proposers management methods and systems proposed for this
contract.
vi) Submit a description of Proposers quality assurance program.
vii) Describe methodologies, equipment, software, and staffing for providing maintenance and
support, and plans for meeting service levels. Include average past incident response
times.
viii) Detail the methodology and processes that Proposer will utilize to upgrade the system
capabilities and provide Life Cycle Management. Identify the financial commitments you
project to meet these requirements and the type of amortization to be used for equipment
depreciation.
ix) Describe how your company will adapt to the changes in customer usage and increased
demand throughout the term of this contract.
x) Explain your companys ability to fill additional service requests on short notice.
xi) Describe how Proposer will conduct problem resolution between parties if contract is
awarded to multiple Proposers. How will you provide a frequency clearinghouse function
and a trouble-shooting role?
xii) Detail the Proposers level of service for ongoing support, whether on-site or remote,
including, but not limited to, your access to help desk services.
xiii) What system redundancies will you provide?
xiv)Identify office space needs for support staff and where it should be located.
xv) Comment on the Service Levels and associated penalties.
them? If not, propose alternatives.
xvi)Describe the minimum expectations the proposer has of the Airport Authoritys level of
participation
in order to meet requirements and provide services in a timely manner and with quality
results.
xvii) What would it mean to you to have a longer or shorter contract term? Explain the benefits
both financially and as relates to customer service.
Address the following items pertinent only to Package #1:
i)
Detail your companys marketing plan for recruiting advertisements for Wi-Fi services.
ii) Describe your business plan to provide value-added services to both complimentary and
paid Wi-Fi access (examples include movie rentals, directions, mobile apps)
iii) What is your rate structure for advertisers on the Landing Page?
iv) What discount will you offer to local governments and community promotions?
PAGE 35 OF 69
v) What is your companys philosophy on roaming and who do you have contracts with for
roaming services?
vi) What rates do you charge paid customers to utilize the Wi-Fi Network?
vii) During the contract term, if the Airport Authority wants to convert from hybrid to free access
for the traveling public, describe what the impact, including financial, would be for this
Contract.
Address the following item pertinent only to Package #2:
i)
ii)
Identify the support services you will provide for tenants and the Airport Authority.
iii)
Tab 3 Experience and Qualifications: Experience and Qualifications will be evaluated as:
Package #1: Wi-Fi Network and Services
i)
Submit information that substantiates the Proposer meet each and all of the minimum
qualifications pertinent to the respective proposed Package(s) of this RFP. Complete the
Verification of Minimum Qualifications Form or provide the required information for each
minimum qualification listed. A reference contact or document that can verify that the
Proposer has met the minimum qualifications is also required for each minimum qualification
listed in this RFP.
ii) Describe how the Proposer meets or exceeds the preferred qualifications listed in this RFP.
iii) Describe the experience the Proposer has providing similar services, including the number
of years in providing similar services.
iv) Provide at least three (3) references for similar projects, including name of establishment,
full address, dates of service, contact name and contact telephone number for reference
checks. These references are in addition to references required on the Verification of
Minimum Qualifications Form.
PAGE 36 OF 69
v) Describe the experience, certifications and qualifications of key personnel, any on-site
support staff, and the Project Manager that will be assigned to this project. Include detailed
resumes for each key personnel, on-site support staff, and Project Manager.
vi) State your total dollar volume of business for each year for the past three (3) years.
vii) State whether any contracts to which the Proposer was a party has ever been terminated
early. If so, identify which ones and provide details.
viii) State whether Proposer is a party in a legal claim or lawsuit with any client as a result of
Proposers operation of a public service. If so, describe the issues.
ix) State whether Proposer, or any entity in which Proposer has had an ownership interest, ever
had a bond or surety canceled or forfeited. If yes, state the name of bonding company, date
and amount of bond and reason for such cancellation or forfeiture.
x) State whether Proposer, or any entity in which Proposer has had an ownership interest, ever
been declared bankrupt. If yes, state date, court jurisdiction, amount of liabilities and
assets, type (i.e. Chapters 7, 11, 12, etc.), and resolution or current status.
xi) Proposers must submit a Certificate of Good Standing from the State in which their business
is domiciled or certify on its Business Information Questionnaire that it is not required to
obtain such a certificate or otherwise register with that state. If the Proposer is domiciled
outside of Michigan, the Proposer will also be required to submit a Certificate of Good
Standing from the State of Michigan or certify on its Business Information Questionnaire that
it is not required to obtain such a certificate or otherwise register with the State of Michigan.
How to obtain information regarding obtaining a Certificate of Good Standing from the State
of Michigan may be found at http://www.michigan.gov/sos/0,1607,7-127-14635-33117-F,00.html.
Tab 4 Cost Calculations:
i)
PAGE 37 OF 69
Tab 5 Disclosures:
i)
Disclose any potential Conflicts of Interest as described in the General Instructions (see
Section 1 of this RFP).
ii) Proposers must also disclose the business relationships with any affiliates such as
manufacturers, suppliers, etc., which may have an advantage on future business opportunities
due to the firms relationship with the successful Proposer.
Tab 6 Financial Statements:
A copy of Proposers latest audited, reviewed, or compiled financial statements (balance sheet,
income statement, statement of cash flows, footnotes) prepared by an independent certified
public accountant. The footnotes (sometimes referred to as Notes to the Financial Statements)
are an integral part of the financial statements and must be included with your submission. If
your company is not required by federal, state and local law, financial institutions, or company
management to have audited, reviewed, or compiled financial statements prepared by an
independent certified public accountant, you may submit an internally generated balance sheet
and income statement instead. If you are providing internally generated financial statements,
you are to complete the Financial Statement Waiver Request and submit the completed form
with your Proposal.
Tab 7 Exceptions:
Proposer shall clearly identify any proposed deviations from the language in the RFP (including
its Form of Agreement). Each exception must be clearly defined and referenced to the proper
paragraph in this RFP or its Form of Agreement. The exception shall include, at a minimum, the
Proposer's proposed substitute language and opinion as to why the suggested substitution will
provide equivalent or better service and performance. If no exceptions are noted in the
Proposer's Proposal, the Airport Authority will assume complete conformance with this
specification and the successful Proposer will be required to perform accordingly. Proposals not
meeting all requirements may be rejected.
Proposals taking exception to material
terms/conditions in the Form of Agreement (e.g. indemnification, subrogation, insurance,
ownership of documents, governmental requirements) will not be considered. The Airport
Authority reserves the right to accept or to allow the Proposer to withdraw any or all exceptions.
PAGE 38 OF 69
PAGE 39 OF 69
All Contractors driving personal automobiles and not in the performance of this contract while
on Airport Authority premises must comply with the Michigan No Fault Law by providing
residual liability insurance. Limits of liability for bodily injury and property damage shall be
Three Hundred Thousand Dollars ($300,000.00) per occurrence.
c) Workers Compensation Insurance, as required by the State of Michigan or the state in which a
particular employee is employed or participation in any self-insured workers disability
compensation program approved by the State of Michigan or the state in which a particular
employee is employed; and Employers Liability Insurance with all limits in the amounts not less
than Five Hundred Thousand Dollars ($500,000.00).
The Wayne County Airport Authority and the County of Wayne must be included as additional
insured on both the General Liability and Automobile Liability Policies and must provide 30 days
advance notice of cancellation to Airport Authority. This must be shown on the Certificate of
Insurance. Copies of endorsements must be submitted with certificate.
To the extent that the successful Proposer may be self insured, and upon execution of the
agreement, the successful Proposer shall submit an affidavit confirming its self insured retention for
the required limits of liability, and as applicable, Certificates of Insurance for any excess insurance
coverages. The Airport Authority reserves the right to request additional documentation or
information from the successful Proposer to confirm that all insurance requirements are met to the
satisfaction of the Airport Authority.
8) OTHER REQUIRED INSURANCE:
a) Network Security Errors and Omissions Insurance which includes privacy breach coverage for
the named insured and third parties and third party crime coverage with a minimum limit of not
less that One Million Dollars ($1,000,000.00). Coverage shall be primary and non-contributory.
9) WARRANTY: All hardware and software used in providing goods and/or services requested in this
RFP will be guaranteed by the Contractor against functional, design, and workmanship defects. In
the event defects become evident within the warranty period, the Contractor will furnish
replacement hardware/software procedures, and labor as necessary, at no cost to the Airport
Authority. The Airport Authority expects the warranty period to be the term of this contract from the
date of the Airport Authoritys Certificate of Acceptance.
10) PROPERTY OF THE AIRPORT AUTHORITY: All item(s) (including drafts, photos, work papers,
prototype and the like), produced by Contractor(s) during the service of any resulting contract(s) will
become the property of the Airport Authority.
11) PROJECT ACCEPTANCE: Acceptance is predicated on all Scope of Work objectives or any other
specifically identified criteria being completed to the Airport Authoritys satisfaction.
12) PERFORMANCE REVIEW: The Airport Authority will conduct regular contract performance reviews
to ensure Contractors consistently meet all aspects of performance.
13) PERFORMANCE GUARANTEE: The successful Proposer must, upon the Airport Authoritys
execution of any agreement and prior to commencing performance, furnish to the Airport Authority
an irrevocable and unconditional Letter of Credit or Cash deposit in the amount of One Hundred
Twenty Five Thousand Dollars ($125,000.00) or 25% of projected revenue whichever is higher for
Package 1 and Package 2. The successful Proposer must, upon the Airport Authoritys execution of
any agreement and prior to commencing performance, furnish to the Airport Authority an irrevocable
and unconditional Letter of Credit or Cash deposit in the amount of Seventy Five Thousand Dollars
($75,000.00) for Package 3. The surety issuing the Performance Bonds must be authorized to
conduct business in the State of Michigan.
PAGE 40 OF 69
14) LIQUIDATED DAMAGES: The successful Proposer will establish the timeline milestone dates for a
successful transition not later than September.16, 2013. Proposers are advised that failure to meet
the milestone dates will be subject to liquidated damages as indicated in the Form of Agreement for
this RFP (See Section 2.6 of the Form of Agreement). Assessment of liquidated damages is
cumulative. Failure to meet the substantial completion milestone date for a phase does not modify
or extend any other milestone date.
15) CHANGES TO KEY PERSONNEL AND SUBCONTRACTORS: It is essential that the Contractor
provides adequate experienced personnel and subcontractors, capable of and devoted to the
successful accomplishment of work to be performed under this contract. The Contractor must agree
to assign specific individuals to the key positions.
a) Contractor agrees that once assigned to work under this contract, key personnel and
subcontractors shall not be removed or replaced without written notice to the Airport Authority.
b) If key personnel and subcontractors are not available for work under this contract for a
continuous period exceeding thirty (30) calendar days, or are expected to devote substantially
less effort to the work than initially anticipated, the Contractor shall immediately notify the Airport
Authority, and shall, subject to the concurrence of the Airport Authority, replace such personnel
with personnel of substantially equal ability and qualifications.
16) CONFLICTS OF INTEREST:
The Airport Authority reserves the right to reject a Proposal if the Proposer has a contract or other
relationship with a client that is determined by the Airport Authority to be a legal or business conflict
that is unwaivable or that the Airport Authority, at its sole discretion, is unwilling to waive.
17) RUNWAY INCURSIONS: The Federal Aviation Administration (FAA) defines a Runway Incursion as
Any occurrence at an airport involving an aircraft, vehicle, person, or object on the ground that
creates a collision hazard or results in a loss of separation with an aircraft taking off, intending to
take off, landing or intending to land.
Entering the Movement Area (i.e. runways, taxiways, etc.) without authorization from the FAA Air
Traffic Control Tower and the Wayne County Airport Authority will result in the suspension of an
assigned ID Badge and/or ramp driving privileges and could subject the Contractor or the
Contractors key personnel to permanent revocation of their airfield driving privileges
Furthermore, runway incursions may result in federal fines and/or termination of this contract.
PAGE 41 OF 69
PROPOSAL FORM....................................................................................................................42
VERIFICATION OF MINIMUM QUALIFICATIONS FORM.........................................................44
PRICE FORM.............................................................................................................................48
BUSINESS INFORMATION QUESTIONNAIRE........................................................................52
FINANCIAL STATEMENT WAIVER REQUEST FORM.............................................................54
PAGE 42 OF 69
PROPOSAL FORM
Failure to submit a signature binding the offer with your Proposal shall result in your Proposal
being deemed nonresponsive and rejected without any further evaluation.
PAGE 43 OF 69
I certify, under penalty of perjury, that I have the legal authorization to bind the firm hereunder:
For clarification of this offer, contact:
Company Name
Name:
Address (NO P.O. BOX ALLOWED)
Phone:
City
State
Zip
Fax:
PAGE 44 OF 69
The Successful Proposer or its subcontractor must have a minimum of five (5) years
experience in operations and maintenance of a Wi-Fi network and infrastructure, providing
service to a minimum of 30,000 customers per month in the past five years at commercial
airports or other large public venues.
The Successful Proposer or its subcontractor must have a minimum of five (5) years
experience managing and maintaining Wi-Fi network hosted services in the business of
assessing, designing, and implementing each of the services described in Section 4.1.a.
(3)
PAGE 45 OF 69
The Successful Proposer or its subcontractor must have a minimum of three (3) years
experience in selling advertising and downloadable content on Wi-Fi networks.
The Successful Proposer or its subcontractor must have personnel on staff (that will be
assigned to the contract resulting from the RFP) with a minimum of five (5) years experience
in operations and maintenance supporting a Wi-Fi network and infrastructure as described
in Section 4.1.a.
The Successful Proposer or its subcontractor must have a minimum of five (5) years
experience in operations and maintenance of Cellular DAS and services, providing service
in the past five years at commercial airports or other large public venues.
(2)
PAGE 46 OF 69
The Successful Proposer or its subcontractor must have a minimum of five (5) years
experience managing and maintaining DAS hosted services in the business of assessing,
designing, and implementing each of the services described in Section 4.1.b.
The Successful Proposer or its subcontractor must be a neutral host and provide a
system where multiple carriers can operate.
The Successful Proposer or its subcontractor must have personnel on staff (that will be
assigned to the contract resulting from the RFP) with a minimum of five (5) years experience
in operations and maintenance supporting Cellular DAS and providing services as described
in Section 4.1.b.
iii)
PAGE 47 OF 69
PAGE 48 OF 69
PRICE FORM
Failure to complete this form and submit with your Proposal shall result in your Proposal being
deemed nonresponsive and rejected without any further evaluation.
PRICING: The proposed price shall be all inclusive which means that all related items, including labor,
travel, deliverables, tools, materials, equipment, supplies, expenses, etc. shall be factored into the unit
prices. Travel, including airfare, hotel, meals, and any other related accommodations are the Contractors
responsibility and will not be reimbursed or paid for by the Airport Authority.
Proposer shall include all cost proposals based on whether they are awarded one, two, or three of the
Packages.
For Package 1 - Wi-Fi Network and Services:
In consideration of the rights and privileges granted by the Airport Authority to the Contractor, on a
monthly basis, Contractor will pay to Airport Authority the greater of a Minimum Concession Fee (MCF),
or a designated percentage of all Gross Annual Sales, or a combination of both.
Financial Projections and Proposed Rent:
A. Proposed MCF amount for each year for a total amount over 5 years
a. Year 1: __________
b. Year 2: __________
c. Year 3: __________
d. Year 4: __________
e. Year 5: __________
f.
a. Year 1:
__________________
_______________________
b. Year 2:
__________________
_______________________
c. Year 3:
__________________
_______________________
d. Year 4:
__________________
_______________________
e. Year 5:
__________________
_______________________
_______________________
f.
PAGE 49 OF 69
PAGE 50 OF 69
a. Year 1:
__________________
________________________
b. Year 2:
__________________
________________________
c. Year 3:
__________________
________________________
d. Year 4:
__________________
________________________
e. Year 5:
__________________
________________________
________________________
f.
D. Assumptions
E. Capital Investment for expansion, upgrades, end of life maintenance
a. Year 1: __________
b. Year 2: __________
c. Year 3: __________
d. Year 4: __________
e. Year 5: __________
f.
Location moves
Connection to SATV
Connection between tenant and network switch
Installation of a network switch and then connection to tenant
Installation of a phone jack
Wireless connectivity
Hourly Rates
Other
PAGE 51 OF 69
D. In consideration of the rights and privileges granted by the Airport Authority to the Contractor, on
a monthly basis, Contractor will pay to Airport Authority the greater of a Minimum Concession
Fee (MCF), or a designated percentage of all Gross Annual Sales from fees collected for IMAC
cabling services, or a combination of both.
Financial Projections and Proposed Rent:
A. Proposed MCF amount for each year for a total amount over 5 years
a. Year 1: __________
b. Year 2: __________
c. Year 3: __________
d. Year 4: __________
e. Year 5: __________
f.
a. Year 1:
__________________
_________________________
b. Year 2:
__________________
_________________________
c. Year 3:
__________________
_________________________
d. Year 4:
__________________
_________________________
e. Year 5:
__________________
_________________________
_________________________
f.
D. Assumptions
Proposer shall include all cost proposals based on whether they are awarded one, two, or three
of the Packages.
PAGE 52 OF 69
( )
LLC ( )
Joint Venture ( )
State of Incorporation/Registration
Date of Incorporation/Registration
Partnership
Individual
( )
No ( )
Title
PAGE 53 OF 69
Address
I hereby certify that the foregoing business information is true, correct and complete:
(Name of Company)
By
(Signature)
Date
(Title)
By
(Signature)
(Title)
Date
PAGE 54 OF 69
(Name of Company)
By
(Authorized Signature)
Date
(Printed Name)
(Title)
Notary Signature:
My Commission Expires:
Affix Seal
_____________________________________________
__________________________________________
PAGE 55 OF 69
(If you receive this document electronically, the Form of Agreement is a separate document.)
PAGE 56 OF 69
PAGE 57 OF 69
PAGE 59 OF 69
PAGE 60 OF 69
PAGE 61 OF 69
PAGE 62 OF 69
All advertising, advertising copy, advertising materials and manners of commercial presentation
(Advertisements) for advertising displays, sponsorship programs or the like, used at the
Detroit Metropolitan Wayne County Airport (Airport) will be subject to the approval of the
Wayne County Airport Authority (Airport Authority) Chief Executive Officer or his/her designee.
II. Any Advertisements used or placed near the Transportation Security Administration (TSA)
Security Screening Checkpoints cannot relate to any equipment, supplies, or services
associated with the checkpoints.
III. The mix of travelers must be considered when developing appropriate advertising content.
Advertisements must be:
a. Unobtrusive, so as to not interfere with core business functions of the Airport or its
stakeholders.
b. Non-offensive, non-controversial. Advertising that is considered lewd, profane, and political
or religious in nature will not be accepted by the Airport Authority.
IV. Any Advertisement that fails to comply with these Guidelines shall be promptly removed or
replaced if so directed by the Airport Authoritys Chief Executive Officer or his/her designee.
V. Advertisements shall be of quality materials which take into consideration the facilitys purpose,
design and aesthetics.
VI. These Guidelines may be amended from time to time at the sole discretion of the Airport
Authority.
(If you receive this document electronically, the ACDBE Program Overview and Required Forms are a
separate document.)
Package # 1: Wi-Fi
Contractor must
provide a monthly
report showing
service availability
rates. The SLA is
99.9% averaged over
the month.
Guaranteed response
time in the event of a
service issue or
outage shall be 2
hours. Response
time is defined as
answering the call,
determining the issue
and setting up
remediation efforts.
Contractor shall
provide a monthly
report showing actual
response times.
Penalty Amount
If average is below 99%,
penalty is $500/hr until
remedied.
If average is between
99%-99.9%, Contractor
will provide a
remediation plan and will
be given one month to
correct. If improvement
not made, Contractor will
pay penalty of $500/hr
until remedied.
If average is more than 2
hours greater than 90%
of the time, a penalty of
$500 hr/per incident will
be assessed.
Package
Reference
Package # 1: Wi-Fi
Package # 1: Wi-Fi
PAGE 66 OF 69
Package # 1: Wi-Fi
Network bandwidth
utilization must not
exceed the 60%
threshold.
Package # 1: Wi-Fi
Infrastructure
documentation must
be updated within
three (3) days of a
change.
Penalty Amount
Contractor shall
provide a monthly
report showing actual
remediation times.
Package
Reference
Package # 1: Wi-Fi
Package # 1: Wi-Fi
PAGE 67 OF 69
Package # 2:
Cellular DAS
Service availability
rate must be 99.9%.
Package # 2:
Cellular DAS
Guaranteed response
time in the event of a
service issue or
outage shall be 2
hours. Response
time is defined as
answering the call,
determining the issue
and setting up
remediation efforts.
Penalty Amount
Date of submittal
Contractor submits a
report with all
changes made.
Authority will match
against change
management
approvals.
Contractor must
provide a monthly
report showing
service availability
rates. The SLA is
99.9% averaged over
the month.
Penalty is $500/per
change made outside
change management
process.
Contractor shall
provide a monthly
report showing actual
response times.
Package
Reference
Package # 2:
Cellular DAS
Package # 2:
Cellular DAS
Package # 2:
Cellular DAS
Package # 2:
Cellular DAS
Package # 3:
Cabling Services
PAGE 68 OF 69
Penalty Amount
Contractor shall
provide a monthly
report showing actual
remediation times.
Bandwidth utilization
will be verified by
router utilization
reports as a monthly
average.
Random checks
Date of submittal
Contractor shall
provide a monthly
report showing actual
response times.
Package
Reference
Package # 3:
Cabling Services
Package # 3:
Cabling Services
Package # 3:
Cabling Services
Package # 3:
Cabling Services
Package # 3:
Cabling Services
Package # 3:
Cabling Services
PAGE 69 OF 69
Penalty Amount
Contractor shall
provide a monthly
report showing actual
remediation times.
Contractor shall
include the quarterly
preventative
maintenance in their
monthly reports.
Contractor shall
provide a monthly
report showing actual
response times.
Contractor shall
provide a monthly
report showing actual
activity times.
Random checks
Date of submittal