city and county of san francisco request for proposals for san...

50
City and County of San Francisco Request for Proposals for San Francisco International Airport Maintenance and Support of Baggage Handling Control Systems Contract No. 50126 Date issued: June 5, 2017 Pre-Proposal conference: 1 p.m., June 13, 2017 Proposal due: 2 p.m., June 27, 2017

Upload: others

Post on 28-Sep-2020

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: City and County of San Francisco Request for Proposals for San …mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49382.pdf · 2017. 6. 5. · City and County of San Francisco. Request for

City and County of San Francisco Request for Proposals for San Francisco International Airport Maintenance and Support of Baggage Handling Control Systems Contract No. 50126

Date issued: June 5, 2017 Pre-Proposal conference: 1 p.m., June 13, 2017 Proposal due: 2 p.m., June 27, 2017

Page 2: City and County of San Francisco Request for Proposals for San …mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49382.pdf · 2017. 6. 5. · City and County of San Francisco. Request for

AIR-590 (1-15) i June 5, 2017

Request for Proposals for Maintenance and Support of Baggage Handling Control Systems Table of Contents Page I. Introduction and Schedule .................................................................................... 1 II. Scope of Work ...................................................................................................... 2 III. Submission Requirements ..................................................................................... 14 IV. Evaluation and Selection Criteria ......................................................................... 18 V. Pre-Proposal Conference and Contract Award ..................................................... 21 VI. Terms and Conditions for Receipt of Proposals ................................................... 22 VII. City and Airport Contract Requirements .............................................................. 27 VIII. Protest Procedures ................................................................................................. 30 Appendices: A. Contract Monitoring Division (CMD) Attachment 2: Requirements for Architecture, Engineering

and Professional Services Contracts for contracts $55,000 and over B. First Source Hiring Agreement for contracts $50,000 and over C. Standard Forms: Listing and Internet addresses of Forms related to Taxpayer Identification

Number and Certification, to Business Tax Declaration, and to Chapters 12B and 12C, and 14B of the S.F. Administrative Code

D. Agreement for Professional Services (form AIR-600) – separate document E. Baggage Handling Systems Overview F. Baggage Handling Control Systems Hardware and Operating Systems Inventory G. Baggage Handling Control Systems Software Inventory H. System Hardware Preventative Maintenance Tasks Overview I. Monthly Fee Proposal Scenario J. State List with Anti-LGBT Laws

Page 3: City and County of San Francisco Request for Proposals for San …mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49382.pdf · 2017. 6. 5. · City and County of San Francisco. Request for

RFP for Maintenance and Support of Baggage Handling Control Systems

AIR-590 (1-15) 1 of 30 June 5, 2017

I. Introduction and Schedule A. General The City and County of San Francisco, operating through its Airport Commission (referred to as “Airport” or “City” in this document) is seeking a qualified firm (referred to as “Proposer”) for Maintenance and Support of Baggage Handling Control Systems at the San Francisco International Airport (SFO). The contract shall have an original term of three (3) years. In addition, the City shall have two (2) options to extend the term for a period of one (1) year each, which the City may exercise in its sole, absolute discretion. As used in this Request for Proposals (RFP), the term “Proposer” refers to any entity submitting a response to the RFP to be considered for selection. The term “The (the) Contractor” refers to the firm awarded the contract. B. Schedule The anticipated schedule for selecting a contractor is: Proposal Phase Date RFP is issued by the City June 5, 2017_______ Pre-Proposal conference June 13, 2017, 1:00PM Deadline for submission of written questions or requests for clarification June 16, 2017, 3:00PM Proposals due June 27, 2017, 2:00PM Oral interview with firms selected for further consideration (Optional) TBD______________

Page 4: City and County of San Francisco Request for Proposals for San …mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49382.pdf · 2017. 6. 5. · City and County of San Francisco. Request for

RFP for Maintenance and Support of Baggage Handling Control Systems

AIR-590 (1-15) 2 of 30 June 5, 2017

II. Scope of Work A. Description of Services The Scope of Work is to be used as a general guide and is not intended to be a complete list of all work necessary to complete this contract. This Scope of Work is for the maintenance and support of the Baggage Handling System (BHS) Controls at San Francisco International Airport, including:

• Sortation computer systems • Human Machine Interfaces (HMI) • BHS data collection and reporting systems • Systems monitoring and alerting systems • Baggage Reconciliation and tracking Systems (BRS) • Dedicated Ethernet networks to support the BHS and BRS • Programmable Logic Controls (PLC) • PLC software code auditing system • PLC Interfaces with Transportation Security Administration (TSA) explosives detection systems

(EDS) • Remote Start/Stop system for EDS CTX™ machines

Safety and security is the Airport’s highest priority. The Contractor must insure that all work and the conduct of all personnel, including subcontractors, likewise affords the highest priority to safety and security. The Contractor shall provide all services in accordance with procedures that meet or exceed applicable government standards and policies and industry best practices in project management, maintenance, engineering, cyber security and quality assurance. The standards and recommended practices include but are not limited to the current versions of:

• TSA Planning Guidelines and Design Standards for Checked Baggage Inspection Systems Version 5.0 or most current.

• Industrial Control Systems Cyber Emergency Response Team Recommended Practices: https://ics-cert.us-cert.gov/Recommended-Practices

• ISO Standards 27001 • Regulations Implementing the Support Anti-terrorism by Fostering Effective Technologies Act of

2002 (the SAFETY Act) https://www.safetyact.gov/ • TSA Sensitive Security Information (SSI): https://www.tsa.gov/for-industry/sensitive-security-

information • Catalog of Control Systems Security: Recommendations for Standards Developers www.us-

cert.gov The Contractor shall maintain all records generated in performance of this Scope of Work and transfer them electronically to the Airport in accordance with Airport approved plans and procedures developed by the Contractor; and a records transfer schedule as agreed to by the Airport and reviewed annually. This scope of work does not include the electrical and mechanical maintenance of the conveyors, drive systems, or other mechanical components of the BHS.

Page 5: City and County of San Francisco Request for Proposals for San …mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49382.pdf · 2017. 6. 5. · City and County of San Francisco. Request for

RFP for Maintenance and Support of Baggage Handling Control Systems

AIR-590 (1-15) 3 of 30 June 5, 2017

An overview of the Airport’s current Baggage Handling Control Systems is provided in Table 1 below. The column labeled “EDS Matrix size” refers to the Checked Baggage Inspection System (CBIS) where unscreened bags undergo a screening process to clear the bag for loading on an aircraft. The number of CTX™ machines is provided to indicate the approximate size and complexity of the CBIS.

Table 1

Terminal EDS Matrix Size Sortation International Terminal A-Side 6- CTX™ Brock Solutions #1 International Terminal G-Side 5- CTX™ Brock Solutions #1

Terminal 1 8- CTX™ Brock Solutions #3 T1 Center Only

Terminal 2 4- CTX™ Brock Solutions #2 Terminal 3 Boarding Area E 4- CTX™ Brock Solutions #1

Terminal 3 Boarding Area F 9- CTX™ Airline Maintained

The Contractor shall provide maintenance and support of Baggage Handling Control Systems at the locations indicated in Table 2 below. In Terminal 3 Boarding Area (BA) F, the sortation controller is airline-maintained and the scope is limited to the conveyor control system in the CBIS. Certain equipment is centralized at locations physically removed from the BHS however it is within the SFO terminal complex.

Table 2

System Terminal 1 Terminal 2 Terminal 3 BA-E

Terminal 3 BA-F

International Terminal

Sortation Controller

YES (T1 Center Only)

YES YES NO YES

HMI YES YES YES CBIS only YES

Reports YES YES YES CBIS only YES

Networks YES YES YES CBIS only YES

CTX Remote Start/Stop YES YES YES YES

YES

TSA-BHS Interfaces YES YES YES YES YES PLC

programming YES YES YES CBIS only

CBIS Only*

PLC Audit YES YES YES CBIS only YES

BRS Not yet active YES Not yet active Not yet active YES

Page 6: City and County of San Francisco Request for Proposals for San …mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49382.pdf · 2017. 6. 5. · City and County of San Francisco. Request for

RFP for Maintenance and Support of Baggage Handling Control Systems

AIR-590 (1-15) 4 of 30 June 5, 2017

An overview of the Maintenance and Support Services tasks, task frequency, reporting and invoicing criteria is provided in Table 3 below. Specific requirements are found in Section B following.

Table 3

System/Equipment/Service Task Frequency Report Invoice Sort Controllers /Upper

Level Controls Server/ hardware maintenance OG M ST/RT Software support OG M ST/RT/3P

Human-Machine Interface (HMI)

Server / hardware maintenance OG M ST/RT Software support OG M ST/RT/3P

Data/Reports Server maintenance OG M ST/RT Software support OG M ST/RT/3P User support OG D/M ST/RT/3P

Monitoring and Alert Server / hardware maintenance OG M ST/RT/3P Software support OG M ST/RT/3P

BRS Server / hardware maintenance OG M ST/RT/3P Software support OG M ST/RT/3P User support OG D/M ST/RT/3P

Network

Hardware maintenance OG M ST/RT Hardware Support – CISCO SmartNet ™

OG M CS

Software support OG M ST/RT

BHS PLC and PLC Audit

Field support of O&M providers OG D/M ST/RT PLC hardware maintenance & support

OG M ST/RT

Software support (configuration mgmt.)

OG M ST/RT

BHS-TSA Interface

PLC and upper level support OG M ST/RT/3P Field support/coordination with TSA

OG D/M ST/RT

CBRA HMI/printer support OG D/M ST/RT

Remote Start/Stop

PLC hardware maintenance and support

OG M ST/RT

Software support OG M ST/RT SIMPLEX ™ support (until phase-out) AS M CS

Configuration Management System

System update and maintenance OG M ST/RT Software control (license and version)

OG M ST/RT

License procurement – contractor proprietary software (incl. in software support)

AS M MS

License procurement – third party software.

AS M P&M

License installation – contractor proprietary and third party software.

AS M ST/RT

Page 7: City and County of San Francisco Request for Proposals for San …mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49382.pdf · 2017. 6. 5. · City and County of San Francisco. Request for

RFP for Maintenance and Support of Baggage Handling Control Systems

AIR-590 (1-15) 5 of 30 June 5, 2017

Version upgrade installation (incl. in software support unless provided by third party)

AS M ST/RT/3P

Version upgrade procurement – Contractor proprietary software (include in software support).

AS M MS

Version upgrade procurement – third party software AS M P&M

Patch Management System

System update and maintenance OG M ST/RT Patch monitoring and evaluation OG M ST/RT Patch installation and field test OG M ST/RT

Parts and Materials Inventory management OG M ST/RT Parts and Materials procurement AS M P&M

Rigging Support Requested by SFO as needed AS M CS Inspections Requested by SFO as needed AS M ST Training Requested by SFO as needed AS M ST/RT

As Needed Support

System modifications or repairs required due to changing operating conditions, regulatory requirements, performance deficiencies or equipment failures.

AS M Task Specific

Key to Table 3 frequency categories: OG – On Going. Prior of approval of SFO may be required depending on Invoice Category. AS – As Needed. Prior approval of SFO required. Key to Table 3 reporting categories: D – include documentation in On-Site Technician’s daily report. M – include documentation in monthly report. Key to Table 3 invoice categories: ST – On Site Support work performed by and included in monthly fee for the On-Site Technician. RT – Level 2 Support work performed by and included in the monthly fee for the Remote Technician(s). 3P – work performed by third party due to proprietary nature of software or limitations of contractor’s skills or expertise. Invoiced as Third Party Services with prior approval of SFO. CS – contracted services e.g. service contracts, rigging and other as needed services. Invoiced as contracted services with prior approval of SFO. MS – software version upgrades and/or licenses for contractor provided software. Included in the Monthly Support fee. P&M – Parts and materials, including costs for license and software version upgrades for third party software. Invoiced as Parts and Materials with prior approval of SFO. Notes to Table 3: Multiple Invoice categories associated with a task (i.e. ST/RT/3P) indicate that the contractor has discretion in how to accomplish the task. This choice will be reflected in the completion of the Monthly Fee Proposal (Appendix I) as there may be cost implications.

Page 8: City and County of San Francisco Request for Proposals for San …mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49382.pdf · 2017. 6. 5. · City and County of San Francisco. Request for

RFP for Maintenance and Support of Baggage Handling Control Systems

AIR-590 (1-15) 6 of 30 June 5, 2017

Tasks with “As Needed” frequencies are at the Airport’s discretion. Prior to starting work on these tasks the Contactor will prepare a detailed proposal including needs analysis, work description, parts and materials required list and cost estimate for the Airport’s approval. Work may proceed only with the Airport’s written approval and no invoices will be paid for work not previously approved. B. Maintenance and Support Services Maintenance and support services include the work described in Table 2 and Table 3 as listed unless specifically excluded. The Baggage Handling Control Systems undergo changes due to construction, modernization, and changes in resource allocation from time to time; however, the number of devices does not change significantly. Specific inventories:

• Appendix E provides an overview of all BHS. • Appendix F provides the current hardware inventory of computer, network, and upper level

controls equipment for the BHS. • Appendix G lists the current software inventory.

B.1 Sortation Control and Baggage Reconciliation and Tracking Systems The Airport currently uses Brock Solutions BHS sortation control systems, data collection, storage and reporting systems and BRS systems. Systems are modified or added to from time to time and when this occurs suppliers other than Brock Solutions may be used. The maintenance and support of the Brock Solutions and/or other supplier’s proprietary systems shall be sole-sourced to Brock Solutions and/or other suppliers as required due to their proprietary nature. The cost for this work sole-sourced to Brock Solutions, if applicable, is to be included in the Fee Proposal (see Appendix I) as a Third Party Service. The Brock Solutions sortation control systems are currently used at the following locations:

• International Terminal Boarding Areas A and G • Terminal 2 Boarding Area D • Terminal 3 Boarding Area E • Terminal 1 Center. Other Terminal 1 systems may be included to support operations during

future terminal development projects.

The Brock Solutions BRS is currently used in the International Terminal and is available for use in Terminal 2. Use may be expanded to other locations at any time however the span of deployment does not significantly affect the maintenance and support required. The Contractor shall also maintain and support all interfaces to external systems required for the operations of the BHS controls and BRS including but not limited to: Baggage Messaging System, Flight Information System, and reporting systems. Currently the Airport uses ARINC BagLink ™ message brokers for BHS related messaging. Support of the BagLink ™ devices is not included in the Scope of Work however, coordination with ARINC or a successor provider is required to ensure continuous connectivity with the BHS and BRS.

Page 9: City and County of San Francisco Request for Proposals for San …mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49382.pdf · 2017. 6. 5. · City and County of San Francisco. Request for

RFP for Maintenance and Support of Baggage Handling Control Systems

AIR-590 (1-15) 7 of 30 June 5, 2017

B.2 Human Machine Interfaces The Contractor shall maintain and support all Airport-owned Human Machine Interface (HMI) monitoring and reporting systems (hardware and software), including servers, workstations, displays and software management. The servers are currently located in the International Terminal central BHS control room and the Terminal 2 BHS control room. HMI displays are located in the BHS and CBIS areas.

The Contractor shall maintain and support all BHS related HMI display devices, including the Manual Encode workstations, interfaces to Baggage Input Consoles (BIC) and HMI’s providing baggage status information for TSA baggage inspection/reconciliation areas. B.3 Programmable Logic Controls The Contractor shall support Airport and airline maintenance staff in the diagnosis and repair of field-connected devices to the Programmable Logic Controls (PLCs) (e.g., motor control panels, photo eyes, tracking encoders). The Contractor shall interface directly with BHS maintainers in this effort. The Contractor shall provide as needed analysis and modification of PLC Logic code. The Contractor shall maintain up-to-date PLC source code backups and documentation. The Contractor shall also maintain and operate a Configuration Management System to insure that all PLC programs are maintained as approved by TSA and effective change control is in place and in accordance with TSA regulations. Currently MDT™ software is used to monitor the PLC configuration(s). B.4 BHS Networks The Contractor shall maintain the dedicated BHS network hardware and software (including firewalls) and support all control devices connected to the BHS network as required for continuous operation of the Baggage Handling Tracking and Control Systems, including the BRS, and BHS and BRS reporting systems. The wireless network(s) used by the BRS hand scanners is provided and maintained by the Airport and is excluded from this Scope. Coordination with the Airport to ensure connectivity with the BRS and hand scanners is required. B.5 TSA System Interfaces

1. The Contractor shall maintain and support the Remote Start/Stop System which is interfaced with all EDS machines (CTX™) at SFO, and the International Terminal Central Control Consoles. Currently this system is transitioning from a Simplex based system to a PLC based system.

2. The Contractor shall maintain and support the CTX™ machine interfaces to all EDS Matrix BHS PLC Controls.

3. The Contractor shall maintain and support the interface to the TSA Checked Baggage Resolution Area (CBRA) DYMO™ or successor printer equipment located in the International Terminal, Terminal 1 and Terminal 3.

Page 10: City and County of San Francisco Request for Proposals for San …mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49382.pdf · 2017. 6. 5. · City and County of San Francisco. Request for

RFP for Maintenance and Support of Baggage Handling Control Systems

AIR-590 (1-15) 8 of 30 June 5, 2017

B.6 Exclusions

1. Maintenance of TSA-owned and operated EDS screening equipment, such as CTX™ machines, multiplexing, and remote on-screen resolution equipment is excluded.

2. TSA Checked Baggage Resolution Area (CBRA) DYMO™ printer equipment in Terminal 1 C,

International Terminal G mezzanine CBRA and Terminal 2 is excluded.

3. Maintenance of the Airport’s Closed Circuit Television System (CCTV) equipment is excluded.

4. Electrical and mechanical maintenance of the conveyors, drive systems, other devices or sensors is excluded.

5. Maintenance and support of the ARINC BagLink ™ or successor message brokers is excluded.

6. Maintenance and support of the Airport’s wireless network(s) is excluded.

B.7. Backup and Disaster Recovery The Contractor shall maintain all required backups, software, and documented procedures to perform disaster recovery of the Baggage Handling Control Systems (sortation system, BRS, HMI, PLCs, networks) from new replacement hardware. Where practical, these procedures shall be tested to demonstrate the completeness and success of these procedures. All backup and recovery procedures shall be reviewed with and approved by the Airport on an annual basis. B.8. Systems Documentation The Contractor shall provide and maintain a comprehensive electronic library of Airport-wide Baggage Handling Systems reference documents sourced through the Airport and its contractors. This electronic library is provided as a reference for, and shall be accessible by, users and maintainers of the BHS. The Contractor shall provide secure off-site hosting for the library in a manner approved by the Airport. Cloud hosting by an Airport approved provider may be used. The library shall include, but not be limited to, as-built documents for the motor control panels (MCP), Networks, BHS mechanical, electrical and controls drawings, component specifications and user/maintenance manuals. If existing reference documents are insufficient or unavailable, the Airport may request that documents be sourced or prepared by the Contractor as an additional (as needed) engineering service. The Contractor shall maintain up-to-date source code for the sortation controls, BRS, PLCs, and HMI systems, including back up files. All source code and up to date back up files are to be stored on and off site. The electronic library is the preferred off-site storage location. Proprietary code of suppliers other than the Contractor that is not directly available to the contractor shall be held by and immediately available from the supplier under the required service agreement between the Contractor and the third party supplier. All reference documents shall be available for review by Airport personnel. Cyber security best practices as approved by the Airport, and TSA SSI procedures shall be strictly applied to all information handling and storage processes.

Page 11: City and County of San Francisco Request for Proposals for San …mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49382.pdf · 2017. 6. 5. · City and County of San Francisco. Request for

RFP for Maintenance and Support of Baggage Handling Control Systems

AIR-590 (1-15) 9 of 30 June 5, 2017

B.9. Project Management and Staff – Key Personnel The Contractor shall provide a qualified, on or off-site professional Project Manager to be available on an as-needed basis. The Contractor’s Project Manager shall be responsible for the performance of the Work, the Contractor’s project personnel, contract and billing administration, budget forecasts, and other project deliverables. The Contractor shall provide for limited, pre-arranged on-site work by the Project Manager on an as-needed basis. The Airport shall maintain the right to reasonably approve/disapprove, and to request the replacement of the Contractor’s Project Manager, engineering and technical staff. B.10. Level One Site Support The Contractor shall provide for one (1) dedicated, full-time, qualified, on-site professional technician, available twenty-four (24) hours per day, and three hundred sixty-five (365) days per year, whose working hours will vary in accordance with BHS operations and emergency support response events. The Contractor shall provide backup on-site technicians of similar qualifications when the primary site technician is unavailable. The on-site technicians shall work with the on-call engineering support (see section B.11) as necessary to diagnose faults, perform repairs, and verify operations. The on-site technician/back-up technician shall respond to all emergency support requests within thirty (30) minutes of notification. The Contractor shall establish and maintain a method for receiving calls for service that provides for “live” answering of calls by a person sufficiently familiar with the work to gather and log necessary information and institute the delivery of service. Calls shall be answered “live” within five (5) minutes of receipt and expected “on hold” time shall be provided to the caller. B.11. On Call Engineering and Level Two Support The Contractor shall provide qualified on or off-site, on-call professional engineering support, available twenty-four (24) hours per day, and three hundred sixty-five (365) days per year as needed for emergency support or to assist the on-site technicians. The Contractor shall provide and maintain remote access connectivity to the sort control, BRS, HMI and PLC systems for remote support by the Level Two Support team. The engineering and security of the remote support connection to SFO shall be subject to approval by the Airport. The Contractor’s engineer(s) shall respond to all emergency support requests within thirty (30) minutes of notification. The level two support team staff shall consist of sufficient resources to respond at all times, following a documented escalation plan to ensure timely response when required. The Contractor shall provide for pre-arranged on site work by Level Two support engineer(s) based off-site on an as-needed basis when requested and approved by the Airport. B.12. Inspections At the request of the Airport, the Contractor’s dedicated, full-time, qualified, on-site professional technician shall perform physical inspections and physical and/or electronic monitoring of:

• The preventative maintenance (PM) programs of BHS maintainers. • The repairs to Airport-owned inbound and outbound Baggage Handling Systems at the locations

described in Table 2. • The general condition of BHS equipment at the locations described in Table 2.

Page 12: City and County of San Francisco Request for Proposals for San …mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49382.pdf · 2017. 6. 5. · City and County of San Francisco. Request for

RFP for Maintenance and Support of Baggage Handling Control Systems

AIR-590 (1-15) 10 of 30 June 5, 2017

The on-site technician shall prepare reports documenting inspection and monitoring findings in a form approved by the Airport and bring to the immediate attention of the Airport’s project manager any findings representing hazardous conditions, security risks, or risk of immediate damage to equipment. B.13. Software and Network Maintenance and Support The Contractor shall maintain and renew all required software licenses and hardware or software support agreements, including but not limited to:

• Cisco Smartnet™ • MDT™ configuration management software • Marathon™ High Availability software • Anti-Virus software • PRTG™ monitoring and alerting software

The Contractor shall maintain a comprehensive inventory of all installed software (operating systems, network software and applications) in a form and format acceptable to the Airport. The Contractor shall ensure that all installed software (operating systems network software and applications) is under Original Equipment Manufacturers (OEM) support, and shall monitor OEM version life cycle plans and provide the Airport with migration plans at minimum one (1) year prior to announced end of support dates to insure that all software (operating systems, network software and applications) remains continuously under full OEM support. The Contractor shall track the release of all upgrades or revisions to installed software (operating systems network software and applications) and review such upgrades and revisions for applicability and potential benefits. This analysis shall be presented to the Airport for a decision to proceed with the upgrade or revision or not. Security related patches are not considered upgrades or revisions for purposes of this section. See following sections regarding patch management. The Contractor shall develop and implement a configuration management program including a patch management program and other elements recommended for such programs for the Baggage Handling and Tracking Controls Systems. This program shall be developed, implemented, and operated in conjunction with the Airport’s IT Cyber Security and Operations and Security – Airport Systems departments. For reference, an overview of recommendations for a configuration management program including patch management can be found on The Industrial Control Systems Cyber Emergency Response Team (ICS-CERT) website at https://ics-cert.us-cert.gov/. The Components of the program shall include but not be limited to the following:

• Patch release and threat monitoring focused specifically on all installed operating systems, network software and application software and general applicability to Industrial Control Systems (ICS) and Supervisory Control and Data Acquisition (SCADA) systems. Use of industry sources such as The Industrial Control Systems Cyber Emergency Response Team (ICS-CERT) at https://ics-cert.us-cert.gov/ are recommended.

• Establishing and operating a reviewing process for all potentially relevant patches to determine applicability, vulnerability and urgency using industry best practices and methods as approved by the Airport. The Airport’s IT Cyber Security and Operations staff shall be included in this process.

Page 13: City and County of San Francisco Request for Proposals for San …mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49382.pdf · 2017. 6. 5. · City and County of San Francisco. Request for

RFP for Maintenance and Support of Baggage Handling Control Systems

AIR-590 (1-15) 11 of 30 June 5, 2017

• Providing and maintaining an off-site test environment that closely simulates the Airport’s BHS (including BRS and network(s)) operational environment and allows for software compatibility testing.

• Testing of all patches prior to installation to insure their effectiveness in accomplishing the stated purpose or objective of the patch and that the patch does not cause conflicts with coexisting applications.

• Installation and operational testing of patches at times acceptable to the Airport and other stakeholders, generally during a maintenance window established by the Airport and during overnight hours.

B.14. Spare Parts, Tools and Equipment The Contractor shall provide a list of recommended spare parts. The Contractor shall maintain a spare parts inventory approved by the Airport and report levels quarterly. The spare parts shall be categorized as high, medium, or low priority based upon criticality. Inventory levels and re-order levels shall be established based upon category and time required to replenish stock. The contractor shall obtain pricing for parts purchases with a net cost of over $100 per unit or $100 per invoice from a minimum of three sources and present documentation of pricing along with a recommended supplier to the Airport. The Airport must pre-approve all purchases in order for costs to be invoiced to the Airport. The Contractor shall maintain security of the spare parts storage area(s) provided by the Airport at all times and keep the area(s) in a clean and orderly condition. High value parts and parts with high theft appeal shall be secured in enclosed, locking cabinets within the secure parts storage area(s) or provided other security acceptable to the Airport. Upon completion of the contract, all spare parts shall remain the property of the Airport. All hand and power tools and test equipment required to complete the Work shall be provided by the Contractor. High-lift equipment will not routinely be required to complete the Work. Should such equipment be required the Contractor is expected to coordinate with the maintainer of the BHS involved to procure the use of, and an operator for, such equipment. B.15. Rigging Support At the request of the Airport, the Contractor shall provide rigging assistance to the TSA to remove major EDS components for repair or replacement. These components would be on elevated platforms or otherwise not reasonably accessible due to design or installation constraints instigated by the Airport. This work is to be subcontracted to a reputable rigging and/or millwright contractor on an as-needed basis. C. Training At the request of the Airport, the Contractor shall provide training for Airport Facilities Maintenance or airline or Airport contracted BHS maintenance and operating personnel. Such training will be in a form

Page 14: City and County of San Francisco Request for Proposals for San …mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49382.pdf · 2017. 6. 5. · City and County of San Francisco. Request for

RFP for Maintenance and Support of Baggage Handling Control Systems

AIR-590 (1-15) 12 of 30 June 5, 2017

and format appropriate in the judgment of the Airport’s project manager and the Contractor to impart the desired knowledge and/or skills. The Contractor shall obtain Airport authorization prior to the start of this task. Training content may include system(s) overviews and concept of operations, troubleshooting and repair of field controls devices and other topics generally related to basic BHS controls and reporting systems. Trainees may accompany the Contractor’s on-site technician during Baggage Handling Control Systems inspections or maintenance and support activities for the purpose of training or familiarization at the Airport’s request. D. Reporting The Contractor shall provide detailed plans for managing unplanned system outages, including:

• Contingency plans • Communications plans • Escalation plans • Incident reports, including time lines, root cause analysis, and mitigation plans. Preliminary

incident reports shall be submitted to the Airport as soon as possible and in no case more than 8 hours after the onset of a system outage or other significant service-failure event. Final incident reports must be submitted to the Airport within ten (10) business days of each event.

The Contractor shall provide detailed system health reports illustrating the key parameters of system resources in a graphical format to be approved by the Airport to ensure that the systems are stable and no resource limitations are in danger of being exceeded over time. These reports shall be compiled weekly and submitted to the Airport monthly and used by the Contractor’s maintenance and support staff to identify problematic trends before operational impacts occur due to system resource limitations. The parameters monitored shall be reviewed with the Airport’s Project Manager annually and any time an event or an outage identifies an unmonitored critical parameter. The report shall include at a minimum, but is not limited to:

• Available disk space • CPU utilization • Memory utilization • PLC scan times • Network bandwidth used (peak)

Each monitored parameter shall have identified and graphically represented limits for critical, high, low, and normal values as applicable. The Contractor shall provide daily reports of maintenance and support activities as shown in Table 3, in a format approved by the Airport, which must be submitted to the Airport on a monthly basis as a condition of monthly payments. The Contractor shall provide daily and monthly reports of maintenance and support activities as indicated in Table 3, in a format approved by the Airport

The Contractor shall provide written meeting notes for all project-related meetings in a format approved by the Airport, distributed no later than three (3) working days after each meeting. The schedule and frequency of regular and special purpose meetings shall be at the Airport’s discretion.

Page 15: City and County of San Francisco Request for Proposals for San …mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49382.pdf · 2017. 6. 5. · City and County of San Francisco. Request for

RFP for Maintenance and Support of Baggage Handling Control Systems

AIR-590 (1-15) 13 of 30 June 5, 2017

With each monthly invoice the Contractor shall provide, as a condition of payment, an updated schedule of values spreadsheet in a format to be approved by the Airport. This spreadsheet shall include:

• Monthly costs for each employee or function • Forecast of all costs through the end of the fiscal year and contract period • Budget vs. Actual for each invoice category • Updated summary of Airport-controlled allowances, including expenses to date and forecast of

expenses for all items, including travel, per diem expenses, overhead, subcontracts, and all other project costs.

All payment requirements shall flow down to sub-contractors

Page 16: City and County of San Francisco Request for Proposals for San …mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49382.pdf · 2017. 6. 5. · City and County of San Francisco. Request for

RFP for Maintenance and Support of Baggage Handling Control Systems

AIR-590 (1-15) 14 of 30 June 5, 2017

III. Submission Requirements A. Time and Place for Submission of Proposals Proposals must be received by 2:00 PM PDT on June 27, 2017. Postmarks will not be considered in judging the timeliness of submissions. Proposals may be delivered in person and left with Gerry Alley C/O the reception desk, San Francisco International Airport Administration Offices, Fifth Floor – International Terminal North Shoulder Building (Note: U.S. Mail cannot be delivered to this address) or: U.S. Mail Delivery: Gerry Alley C/O Operations and Security Division/Terminal Systems San Francisco International Airport P.O. Box 8097 San Francisco, CA 94128 Courier Delivery: Gerry Alley C/O Operations and Security Division/Terminal Systems San Francisco International Airport Airport Commission Offices G Concourse, International Terminal 5th Floor San Francisco, CA 94128 Proposers shall submit six (6) printed copies of the proposal, one (1) electronic copy of the proposal and one copy, separately bound, of required CMD Forms in a sealed envelope clearly marked “Maintenance and Support of Baggage Handling Control Systems - Contract No. 50126” to the above location. Proposals that are submitted by fax will not be accepted. Late submissions will not be considered. B. Format The department will place proposals in three-ring binders for the review panel. Please use three-hole recycled paper, print double-sided to the maximum extent practical, and bind the proposal with a binder clip, rubber band, or single staple, or submit it in a three-ring binder. Please do not bind your proposal with a spiral binding, glued binding, or anything similar. You may use tabs or other separators within the document. For text processing documents, the department prefers that text be unjustified (i.e., with a ragged-right margin) and use a serif font (e.g., Times Roman, and not Arial), and that pages have margins of at least 1” on all sides (excluding headers and footers). If your proposal is lengthy, please include a Table of Contents.

Page 17: City and County of San Francisco Request for Proposals for San …mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49382.pdf · 2017. 6. 5. · City and County of San Francisco. Request for

RFP for Maintenance and Support of Baggage Handling Control Systems

AIR-590 (1-15) 15 of 30 June 5, 2017

You must also submit an electronic version of the proposal. USB flash drive is preferred. C. Content Firms interested in responding to this RFP must submit the following information, in the order specified below: 1. Introduction and Executive Summary (up to 3 pages) Submit a letter of introduction and executive summary of the proposal. The letter must be signed by a person authorized by your firm to obligate your firm to perform the commitments contained in the proposal. Submission of the letter will constitute a representation by your firm that your firm is willing and able to perform the commitments contained in the proposal. 2. Statement of Minimum Qualifications (up to 2 pages) Describe how the firm meets the minimum qualifications as set forth in Section IV. A. - Minimum Qualifications of this RFP. Clearly specify start and end dates of all projects listed in your Minimum Qualifications in your proposals. Failure to do so may result in a determination that your firm does not meet the Minimum Qualifications to compete for the project. 3. Project Approach (up to 12 pages) Describe the services and activities that your firm proposes to provide to the City. Include the following information:

a. Accomplishment of overall scope of work tasks; and b. Response plan for major service interruptions including escalation, implementation of

contingencies, communications (during and after the event), root cause analysis and reporting; and

c. Maintaining highest levels (ref. ISO Standard 27001) of Cyber Security including

development, implementation, and operation of a Configuration Management Plan and Patching Plan; and

d. Service delivery – handling of service calls and system changes, i.e. Configuration

Management; and e. Staffing plan showing each person assigned to the project identified by name and the role

each person will play on the project; and f. Documentation and reporting – provide examples of actual past project reporting documents

as required under this RFP. Provide example reports as an appendix to the proposal – example reports will not count toward the page limit for the Project Approach section.

Page 18: City and County of San Francisco Request for Proposals for San …mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49382.pdf · 2017. 6. 5. · City and County of San Francisco. Request for

RFP for Maintenance and Support of Baggage Handling Control Systems

AIR-590 (1-15) 16 of 30 June 5, 2017

4. Firm Qualifications and Experience (up to 5 pages) Provide information on your firm’s background and qualifications which addresses the following:

a. Name, address, and telephone number of a contact person; and

b. A brief description of your firm, as well as any joint venture associates or subcontractors and how they would participate in the project.

c. A description of not more than four (4) projects similar in size and scope completed by or

currently being undertaken by your firm including client, reference and telephone numbers, staff members who worked on each project, budget, schedule and project summary. Descriptions should be limited to one (1) page for each project. If joint venture associates or subcontractors are proposed provide the above information for each.

5. Team Qualifications (up to 10 pages) Provide names and brief resumes including relevant experience, education and certifications for key project personnel including:

a. The Project Manager. b. The On-Site technician. c. Other key members of the project team including back-up on site technician(s), engineering

support staff and others as applicable.

Provide a written assurance that the key individuals listed and identified will be performing the work and will not be substituted with other personnel or reassigned to another projects without the City’s prior approval. 6. Fee Proposal The City intends to award this contract to the firm that it considers will provide the best overall program services. The City reserves the right to accept other than the lowest priced offer and to reject any proposals that are not responsive to this request. Please provide a fee proposal in a sealed envelope that includes the following:

a. Complete the “Monthly Fee Proposal Scenario” found in Appendix I of this RFP. The “Monthly Fee Proposal Scenario” must be prepared in accordance with the instructions and assumptions set forth in Appendix I and all required information must be entered in the shaded cells. Failure to follow the instructions and/or provide all required information will result in the Fee Proposal being not complete and responsive.

b. Hourly rates for all team members and functions (e.g. project management, engineering

support, site technician and any others to be used). Hourly rates used shall be inclusive of all costs of employment (i.e. “fully loaded”). Proposed hourly rates negotiate changes in the Scope of Work if necessary. The approved direct labor rates, if any, as of the effective date of the contract will be specified in the contract, and shall remain in effect until December 31, 2020. Should the Airport elect to exercise one or both of the options provided for one (1)

Page 19: City and County of San Francisco Request for Proposals for San …mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49382.pdf · 2017. 6. 5. · City and County of San Francisco. Request for

RFP for Maintenance and Support of Baggage Handling Control Systems

AIR-590 (1-15) 17 of 30 June 5, 2017

year extensions of the contract, the Airport may approve an annual adjustment to the direct hourly labor rates effective January 1st of the option year based on an increase in the Consumer Price Index for the preceding twelve (12) months for the San Francisco Bay Area as published by the U.S. Department of Labor, Bureau of Labor Statistics, under the title of: “Services Less Rent or Shelter – All Urban Consumers – San Francisco/Oakland/San Jose, California” or on an increase in the wages of comparable classifications as reflected in the collective bargaining agreements between the City and County of San Francisco and the labor organization representing those classifications, whichever is lower. Such adjustment is subject to prior written approval by the Airport.

Page 20: City and County of San Francisco Request for Proposals for San …mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49382.pdf · 2017. 6. 5. · City and County of San Francisco. Request for

RFP for Maintenance and Support of Baggage Handling Control Systems

AIR-590 (1-15) 18 of 30 June 5, 2017

IV. Evaluation and Selection Criteria A. Minimum Qualifications Any proposal that does not demonstrate that the Proposer meets these minimum requirements by the deadline for submittal of proposals will be considered non-responsive, will not be reviewed by the Evaluation Panel and will not be eligible for award of the contract: PROVIDE CLEAR START AND END DATES (MONTH AND YEAR) FOR PROJECTS LISTED WITH YOUR MINIMUM QUALIFICATIONS EXPERIENCE IN YOUR PROPOSAL. For each requirement below (“a” through “h”) identify the TSA Category X airport.

1. Proposing firms must have a minimum of five (5) years’ direct experience in the last seven (7) years providing 24/7/365 maintenance and support of baggage handling control systems at a minimum of two (2) TSA Category X airports. At minimum one of the qualifying systems maintained and supported must have included the following:

a. A minimum of four (4) in-line CTX™ EDS devices in one CBIS b. A minimum of two (2) outbound “mainlines” to the CBIS c. A minimum of two (2) tracked sortation lines, incorporating SICK™ automatic tag

readers d. A minimum of one (1) manual encoding (ME) station e. A minimum of six (6) baggage make up destinations (piers or carousels) f. BHS related network(s) and network related hardware and software g. Integration with baggage message brokers and flight information systems/data bases h. Application and operating software.

2. Proposing firms must have a minimum of five (5) years’ experience within the last seven (7)

years providing maintenance and support for a baggage reconciliation (BRS) and tracking system operating in conjunction with a baggage handling system.

3. Proposing firms’ key personnel, on-site and those providing off-site support must each have a

minimum of three (3) years’ experience within the preceding five (5) years providing on-site and/or on-call (remote) maintenance and support of complex, redundant, high-availability baggage handling control systems, including baggage reconciliation and tracking systems.

4. The proposing firm’s project team must have a minimum of three (3) fully qualified technicians to provide on-site and remote support when the primary technicians (key personnel) are not available.

5. The location of the proposing firm’s United States headquarters and the locations where work on the Contract will be performed must not be in a state on the Covered State List (as defined in S.F. Administrative Code Chapter 12X). At the time of publishing this RFP, the Covered State List includes the states of Kansas, Mississippi, North Carolina, South Dakota and Tennessee.

Page 21: City and County of San Francisco Request for Proposals for San …mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49382.pdf · 2017. 6. 5. · City and County of San Francisco. Request for

RFP for Maintenance and Support of Baggage Handling Control Systems

AIR-590 (1-15) 19 of 30 June 5, 2017

B. Selection Criteria The proposals will be evaluated by a selection committee comprised of parties with expertise in any or all of the following areas: baggage handling systems operations and maintenance, industrial controls systems, cyber security and airport operations. The Airport intends to evaluate the proposals generally in accordance with the criteria itemized below. Up to two (2) of the firms with the highest scoring proposals may be interviewed by the committee to make the final selection. 1. Project Approach (50 points)

a. Understanding of the Scope of Work and services required and the proposed approach to providing the required services.

b. Thoroughness and appropriateness of response plans for dealing with significant service

interruptions including communications, contingencies, effect mitigation and risk mitigation. c. Understanding of the critical nature of cyber security, aviation security and physical security

relative to the Scope of Work and incorporation of these elements throughout the proposal.

d. Understanding of and an outline of processes to institute and maintain software (applications and operating systems) configuration and patching management programs.

e. The adequacy of the proposer’s organizational structure, staff and processes to effectively

respond in a timely manner to calls for support services and/or required maintenance (including software) tasks.

f. Approach to documentation and reporting.

2. Firm Qualifications and Experience (35 points)

a. Expertise of the firm and joint venture associates and/or subcontractors in performing the Scope of Work based upon project descriptions and summaries submitted.

b. Quality of recently completed or active projects, including, adherence to schedules, deadlines

and budgets. c. Experience with similar projects involving hardware and software support for applications,

operating systems and networks.

3. Team Qualifications (35 points)

a. Relevance, depth, and currency of experience of key personnel relative to their assigned role(s) on the project team.

b. Professional qualifications, education, and certifications.

Page 22: City and County of San Francisco Request for Proposals for San …mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49382.pdf · 2017. 6. 5. · City and County of San Francisco. Request for

RFP for Maintenance and Support of Baggage Handling Control Systems

AIR-590 (1-15) 20 of 30 June 5, 2017

c. Quality of recently completed or active projects including meeting schedules, adhering to budgets, managing staff (as applicable) and operational management.

4. Fee Proposal (10 points)

a. The proposal with the lowest fee will receive the full ten (10) points assigned to the Fee Proposal criteria.

b. The higher fee proposals will receive a decreased score proportional to the difference between that proposed fee and the lowest fee proposed.

c. Example – Proposal A is lowest fee of $10 and receives 10 points. Proposal B is next lowest

at $20. Proposal B receives 5 points ($10 divided by $20 multiplied by 10 points). 5. Oral Interview (40 points) (Optional) Following the evaluation of the written proposals, the two (2) proposers receiving the highest scores may be invited to an oral interview if the difference between the two (2) scores is less than or equal to forty (40) points. The interview will consist of presentations by each of the two (2) proposers and scenario-based questions asked of both proposers. The final ranking will be based upon the proper’s combined scores for the written proposal and the oral interview. The oral interview scores will be generally based upon the following criteria: The proposer’s presentation of:

a. Experience and qualification of the firm and any joint venture associates or subcontractors b. Experience and qualifications of key personnel assigned to the project c. Project approach

Page 23: City and County of San Francisco Request for Proposals for San …mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49382.pdf · 2017. 6. 5. · City and County of San Francisco. Request for

RFP for Maintenance and Support of Baggage Handling Control Systems

AIR-590 (1-15) 21 of 30 June 5, 2017

V. Pre-Proposal Conference and Contract award A. Pre-Proposal Conference Proposers are encouraged to attend a pre-proposal conference on June 13, 2017 at 1:00 pm to be held at San Francisco International Airport, International Terminal North Shoulder Building (“G”) 5th Floor Conference Center Room 28L. A teleconferencing option will also be available. Details will be provided following the submission of proposals. All questions will be addressed at this conference and any available new information will be provided at that time. A site tour will not be conducted due to security considerations and in the expectation that all proposers are familiar with the appearance, basic design and operation of baggage handling systems. If you have further questions regarding the RFP, please contact the individual designated in Section VI. B. B. Contract Award The Airport will select a proposer with whom Airport staff shall commence contract negotiations. The selection of any proposal shall not imply acceptance by the City of all terms of the proposal, which may be subject to further negotiations and approvals before the City may be legally bound thereby. If a satisfactory contract cannot be negotiated in a reasonable time the Airport in its sole discretion, may terminate negotiations with the highest ranked proposer and begin contract negotiations with the next highest ranked proposer.

Page 24: City and County of San Francisco Request for Proposals for San …mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49382.pdf · 2017. 6. 5. · City and County of San Francisco. Request for

RFP for Maintenance and Support of Baggage Handling Control Systems

AIR-590 (1-15) 22 of 30 June 5, 2017

VI. Terms and Conditions for Receipt of Proposals A. Errors and Omissions in RFP Proposers are responsible for reviewing all portions of this RFP. Proposers are to promptly notify the Department, in writing, if the proposer discovers any ambiguity, discrepancy, omission, or other error in the RFP. Any such notification should be directed to the Department promptly after discovery, but in no event later than five working days prior to the date for receipt of proposals. Modifications and clarifications will be made by addenda as provided below. B. Inquiries Regarding RFP Inquiries regarding the RFP and all notifications of an intent to request written modification or clarification of the RFP, must be sent by email and directed to: Gerry Alley via email at [email protected] C. Objections to RFP Terms Should a proposer object on any ground to any provision or legal requirement set forth in this RFP, the proposer must, not more than ten calendar days after the RFP is issued, provide written notice to the Department setting forth with specificity the grounds for the objection. The failure of a proposer to object in the manner set forth in this paragraph shall constitute a complete and irrevocable waiver of any such objection. D. Change Notices The City may modify the RFP, prior to the proposal due date, by issuing Change Notices, which will be posted on the website. The proposer shall be responsible for ensuring that its proposal reflects any and all Change Notices issued by the City prior to the proposal due date regardless of when the proposal is submitted. Therefore, the City recommends that the proposer consult the website frequently, including shortly before the proposal due date, to determine if the proposer has downloaded all Change Notices. E. Term of Proposal Submission of a proposal signifies that the proposed services and prices are valid for 120 calendar days from the proposal due date and that the quoted prices are genuine and not the result of collusion or any other anti-competitive activity. F. Revision of Proposal A proposer may revise a proposal on the proposer’s own initiative at any time before the deadline for submission of proposals. The proposer must submit the revised proposal in the same manner as the original. A revised proposal must be received on or before the proposal due date. In no case will a statement of intent to submit a revised proposal, or commencement of a revision process, extend the proposal due date for any proposer.

Page 25: City and County of San Francisco Request for Proposals for San …mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49382.pdf · 2017. 6. 5. · City and County of San Francisco. Request for

RFP for Maintenance and Support of Baggage Handling Control Systems

AIR-590 (1-15) 23 of 30 June 5, 2017

At any time during the proposal evaluation process, the Department may require a proposer to provide oral or written clarification of its proposal. The Department reserves the right to make an award without further clarifications of proposals received. G. Errors and Omissions in Proposal Failure by the Department to object to an error, omission, or deviation in the proposal will in no way modify the RFP or excuse the vendor from full compliance with the specifications of the RFP or any contract awarded pursuant to the RFP. H. Financial Responsibility The City accepts no financial responsibility for any costs incurred by a firm in responding to this RFP. Submissions of the RFP will become the property of the City and may be used by the City in any way deemed appropriate. I. Proposer’s Obligations under the Campaign Reform Ordinance Proposers must comply with Section 1.126 of the S.F. Campaign and Governmental Conduct Code, which states: No person who contracts with the City and County of San Francisco for the rendition of personal services, for the furnishing of any material, supplies or equipment to the City, or for selling any land or building to the City, whenever such transaction would require approval by a City elective officer, or the board on which that City elective officer serves, shall make any contribution to such an officer, or candidates for such an office, or committee controlled by such officer or candidate at any time between commencement of negotiations and the later of either (1) the termination of negotiations for such contract, or (2) three months have elapsed from the date the contract is approved by the City elective officer or the board on which that City elective officer serves. If a proposer is negotiating for a contract that must be approved by an elected local officer or the board on which that officer serves, during the negotiation period the proposer is prohibited from making contributions to:

• the officer’s re-election campaign • a candidate for that officer’s office • a committee controlled by the officer or candidate.

The negotiation period begins with the first point of contact, either by telephone, in person, or in writing, when a contractor approaches any city officer or employee about a particular contract, or a city officer or employee initiates communication with a potential contractor about a contract. The negotiation period ends when a contract is awarded or not awarded to the contractor. Examples of initial contacts include: (1) a vendor contacts a city officer or employee to promote himself or herself as a candidate for a contract; and (2) a city officer or employee contacts a contractor to propose that the contractor apply for a contract. Inquiries for information about a particular contract, requests for documents relating to a Request for Proposal, and requests to be placed on a mailing list do not constitute negotiations. Violation of Section 1.126 may result in the following criminal, civil, or administrative penalties:

Page 26: City and County of San Francisco Request for Proposals for San …mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49382.pdf · 2017. 6. 5. · City and County of San Francisco. Request for

RFP for Maintenance and Support of Baggage Handling Control Systems

AIR-590 (1-15) 24 of 30 June 5, 2017

• Criminal. Any person who knowingly or willfully violates section 1.126 is subject to a fine

of up to $5,000 and a jail term of not more than six months, or both.

• Civil. Any person who intentionally or negligently violates section 1.126 may be held liable in a civil action brought by the civil prosecutor for an amount up to $5,000.

• Administrative. Any person who intentionally or negligently violates section 1.126 may be held liable in an administrative proceeding before the Ethics Commission held pursuant to the Charter for an amount up to $5,000 for each violation.

For further information, proposers should contact the San Francisco Ethics Commission at (415) 581-2300. J. Sunshine Ordinance In accordance with S.F. Administrative Code Section 67.24(e), contractors’ bids, responses to RFPs and all other records of communications between the City and persons or firms seeking contracts shall be open to inspection immediately after a contract has been awarded. Nothing in this provision requires the disclosure of a private person’s or organization’s net worth or other proprietary financial data submitted for qualification for a contract or other benefits until and unless that person or organization is awarded the contract or benefit. Information provided which is covered by this paragraph will be made available to the public upon request. K. Public Access to Meetings and Records If a proposer is a non-profit entity that receives a cumulative total per year of at least $250,000 in City funds or City-administered funds and is a non-profit organization as defined in Chapter 12L of the S.F. Administrative Code, the proposer must comply with Chapter 12L. The proposer must include in its proposal (1) a statement describing its efforts to comply with the Chapter 12L provisions regarding public access to proposer’s meetings and records, and (2) a summary of all complaints concerning the proposer’s compliance with Chapter 12L that were filed with the City in the last two years and deemed by the City to be substantiated. The summary shall also describe the disposition of each complaint. If no such complaints were filed, the proposer shall include a statement to that effect. Failure to comply with the reporting requirements of Chapter 12L or material misrepresentation in proposer’s Chapter 12L submissions shall be grounds for rejection of the proposal and/or termination of any subsequent Agreement reached on the basis of the proposal. L. Reservations of Rights by the City The issuance of this RFP does not constitute an agreement by the City that any contract will actually be entered into by the City. The City expressly reserves the right at any time to:

• Waive or correct any defect or informality in any response, proposal, or proposal procedure;

• Reject any or all proposals;

• Reissue a Request for Proposals;

Page 27: City and County of San Francisco Request for Proposals for San …mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49382.pdf · 2017. 6. 5. · City and County of San Francisco. Request for

RFP for Maintenance and Support of Baggage Handling Control Systems

AIR-590 (1-15) 25 of 30 June 5, 2017

• Prior to submission deadline for proposals, modify all or any portion of the selection

procedures, including deadlines for accepting responses, the specifications or requirements for any materials, equipment or services to be provided under this RFP, or the requirements for contents or format of the proposals;

• Procure any materials, equipment or services specified in this RFP by any other means; or

• Determine that no project will be pursued. M. No Waiver No waiver by the City of any provision of this RFP shall be implied from any failure by the City to recognize or take action on account of any failure by a proposer to observe any provision of this RFP. N. Local Business Enterprise Requirements and Outreach The requirements of the Local Business Enterprise and Non-Discrimination in Contracting Ordinance set forth in Chapter 14B of the San Francisco Administrative Code as it now exists or as it may be amended in the future (collectively the “LBE Ordinance”) shall apply to this RFP.

1. LBE Subcontracting Participation Requirement – The LBE subcontracting requirement has been waived by for this contract.

2. Certified LBE Bid Discount /Rating Bonus

a) Micro LBE and Small LBE Rating Bonus

The City strongly encourages proposals from qualified, certified Micro and Small LBEs. Pursuant to Chapter 14B, a rating bonus will be in effect for the award of this project for any proposers who are certified by CMD as a Micro or Small LBE, or joint ventures whereby each joint venture partner meets the minimum qualifications in the proposal, with the specific levels of participation as identified below. For joint ventures, the certified Micro and /or Small LBE must be an active partner in the joint venture and perform work of a commercially useful function, manage the job and take financial risks in proportion to the required level of participation stated in the proposal, and must be responsible for a clearly defined portion of the work to be performed and share in the ownership, control, management responsibilities, risks, and profits of the joint venture. The portion of the certified Micro and/or Small LBE joint venture’s work shall be set forth in detail separately from the work to be performed by the non-LBE joint venture partner. The certified Micro and/or Small LBE joint venture’s portion of the contract must be assigned a commercially useful function. The LBE joint venture partner must perform Prime Level Work and be CMD certified for the scope of work they are proposing to perform in order to be eligible for the bid discount/rating bonus. Joint ventures receive bid discounts/rating bonuses depending upon the LBE percentage of prime level participation. Certification applications may be obtained by calling CMD at (415) 581-2310. The rating bonus applies at each phase of the selection process. The application of the rating bonus is as follows:

Page 28: City and County of San Francisco Request for Proposals for San …mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49382.pdf · 2017. 6. 5. · City and County of San Francisco. Request for

RFP for Maintenance and Support of Baggage Handling Control Systems

AIR-590 (1-15) 26 of 30 June 5, 2017

i) 10% to a certified Micro or Small LBE; or a joint venture between or

among certified Micro or Small LBEs; ii) 5% to a joint venture with certified Micro and/or Small LBE

participation, whose participation is equal to or exceeds 35%, but is under 40% or iii) 7.5% to a joint venture with certified Micro and/or Small LBE

participation, whose participation equals or exceeds 40%; or iv) 10% to a certified non-profit entity.

The rating bonus will be applied by adding 5%, 7.5%, or 10% (as applicable) to the score of each Proposer eligible for a bonus for the purposes of determining the highest ranked Proposer.

b) Small Business Administration (SBA) LBE Rating Bonus Pursuant to Chapter 14B.7 (E), for contracts between $400,000 and $10 million, a 5% rating bonus will be in effect for proposers who are certified by CMD as a SBA LBE; however, the 5% rating bonus shall not be applied at any stage if it would adversely affect a Micro or Small LBE proposer or a J/V with LBE participation.

3. CMD Forms to Submit with Proposal

a) All proposals submitted must include the following CMD Forms contained in the CMD Attachment 2: i) Form 2A, CMD Contract Participation Form, ii) Form 3, CMD Non-Discrimination Affidavit, iii) Form 4, CMD Joint Venture Form (if applicable), and iv) Form 5, CMD Employment Form. If these forms are not returned with the proposal, the proposal may be determined to be non-responsive and may be rejected.

b) Please submit only one (1) copy of the above forms with your proposal. The

forms should be placed in a separate, sealed envelope labeled CMD Forms. Airport Commission staff will deliver them to the attention of the San Francisco CMD. If you have any questions concerning the CMD Forms, you may call Mindy Lee, at (650) 821-7765 or via email at [email protected].

Page 29: City and County of San Francisco Request for Proposals for San …mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49382.pdf · 2017. 6. 5. · City and County of San Francisco. Request for

RFP for Maintenance and Support of Baggage Handling Control Systems

AIR-590 (1-15) 27 of 30 June 5, 2017

VII. City and Airport Contract Requirements A. Standard Contract Provisions The successful proposer will be required to enter into a contract substantially in the form of the Agreement for Professional Services, attached hereto as Appendix D. Failure to timely execute the contract, or to furnish any and all insurance certificates and policy endorsement, surety bonds or other materials required in the contract, shall be deemed an abandonment of a contract offer. The City, in its sole discretion, may select another firm and may proceed against the original selectee for damages. Proposers are urged to pay special attention to the requirements of Administrative Code Chapters 12B and 12C, Nondiscrimination in Contracts and Benefits, (§10.5 “Nondiscrimination Requirements” in the Agreement); the Minimum Compensation Ordinance (§10.7 “Minimum Compensation Ordinance” in the Agreement); the “Health Care Accountability Ordinance” (§10.8 “Health Care Accountability Ordinance” in the Agreement); the First Source Hiring Program (§10.9 “First Source Hiring Program” in the Agreement); and applicable conflict of interest laws (§10.2 “Conflict of Interest” in the Agreement), as set forth in paragraphs B, C, D, E and F below. B. Nondiscrimination in Contracts and Benefits The successful proposer will be required to agree to comply fully with and be bound by the provisions of Chapters 12B and 12C of the San Francisco Administrative Code. Generally, Chapter 12B prohibits the City and County of San Francisco from entering into contracts or leases with any entity that discriminates in the provision of benefits between employees with domestic partners and employees with spouses, and/or between the domestic partners and spouses of employees. The Chapter 12C requires nondiscrimination in contracts in public accommodation. Additional information on Chapters 12B and 12C is available on the CMD’s website at: http://sfgsa.org/index.aspx?page=6125 . C. Minimum Compensation Ordinance (MCO) The successful proposer will be required to agree to comply fully with and be bound by the provisions of the Minimum Compensation Ordinance (MCO), as set forth in S.F. Administrative Code Chapter 12P. Generally, this Ordinance requires contractors to provide employees covered by the Ordinance who do work funded under the contract with hourly gross compensation and paid and unpaid time off that meet certain minimum requirements. For the contractual requirements of the MCO, see §10.7 “Minimum Compensation Ordinance” in the Agreement. For the amount of hourly gross compensation currently required under the MCO or additional information, see www.sfgov.org/olse/mco . Note that this hourly rate may increase on January 1 of each year and that contractors will be required to pay any such increases to covered employees during the term of the contract. D. Health Care Accountability Ordinance (HCAO) The successful proposer will be required to agree to comply fully with and be bound by the provisions of the Health Care Accountability Ordinance (HCAO), as set forth in S.F. Administrative Code Chapter 12Q. Contractors should consult the San Francisco Administrative Code to determine their compliance

Page 30: City and County of San Francisco Request for Proposals for San …mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49382.pdf · 2017. 6. 5. · City and County of San Francisco. Request for

RFP for Maintenance and Support of Baggage Handling Control Systems

AIR-590 (1-15) 28 of 30 June 5, 2017

obligations under this chapter. Additional information regarding the HCAO is available on the web at www.sfgov.org/olse/hcao . E. First Source Hiring Program (FSHP) If the contract is for more than $50,000, then the First Source Hiring Program (Admin. Code Chapter 83) may apply. Generally, this ordinance requires contractors to notify the First Source Hiring Program of available entry-level jobs and provide the Workforce Development System with the first opportunity to refer qualified individuals for employment. Contractors will complete, sign and submit a First Source Hiring Agreement with the contractor’s proposal. Failure to submit a completed and signed First Source Hiring Agreement with the contractor’s proposal will result in a rejected bid or proposal. The link to the First Source Hiring Agreement can found in Appendix B. F. Conflicts of Interest The successful proposer will be required to agree to comply fully with and be bound by the applicable provisions of state and local laws related to conflicts of interest, including Section 15.103 of the City's Charter, Article III, Chapter 2 of City’s Campaign and Governmental Conduct Code, and Section 87100 et seq. and Section 1090 et seq. of the Government Code of the State of California. The successful proposer will be required to acknowledge that it is familiar with these laws; certify that it does not know of any facts that constitute a violation of said provisions; and agree to immediately notify the City if it becomes aware of any such fact during the term of the Agreement. Individuals who will perform work for the City on behalf of the successful proposer might be deemed consultants under state and local conflict of interest laws. If so, such individuals will be required to submit a Statement of Economic Interests, California Fair Political Practices Commission Form 700, to the City within ten calendar days of the City notifying the successful proposer that the City has selected the proposer. G. Prohibiting City Travel and Contracting in State that Allow Discrimination Against LGBT Individuals Contractor agrees to comply fully with and be bound by all of the provisions of Chapter 12X, “Prohibiting City Travel and Contracting in State that Allow Discrimination Against LGBT Individuals,” of the San Francisco Administrative Code (“Chapter 12X”), including the remedies provided, and implementing regulations, as may be amended from time to time. The provisions of Chapter 12X are incorporated by reference and made a part of this Agreement. The text of the Chapter 12X is available on the web at http://library.amlegal.com/nxt/gateway.dll/California/administrative/administrativecode?f=templates$fn=default.htm$3.0$vid=amlegal:sanfrancisco_ca$sync=1 . A partial listing of some of Contractor’s obligations under Chapter 12X is set forth in this Section. The City shall not enter into any Contract with a Contractor that has its United States headquarters in a state on the Covered State List (as defined in Chapter 12X) or where any or all of the work on the Contract will be performed in a state on the Covered State List. Notwithstanding the foregoing sentence, if, during the term of a Contract, the Contractor moves its headquarters, or the location from which it will provide services to the City, to a state on the

Page 31: City and County of San Francisco Request for Proposals for San …mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49382.pdf · 2017. 6. 5. · City and County of San Francisco. Request for

RFP for Maintenance and Support of Baggage Handling Control Systems

AIR-590 (1-15) 29 of 30 June 5, 2017

Covered State List, such a move shall not constitute grounds to terminate the Contract. The Covered State List is available on Appendix J of this RFP. H. Airport Intellectual Property Pursuant to Resolution No. 01-0118, adopted by the Airport Commission on April 18, 2001, the Airport Commission affirmed that it will not tolerate the unauthorized use of its intellectual property, including the SFO logo, CADD designs, and copyrighted publications. All proposers, bidders, contractors, tenants, permittees, and others doing business with or at the Airport (including subcontractors and subtenants) may not use the Airport intellectual property, or any intellectual property confusingly similar to the Airport intellectual property, without the Airport Director’s prior consent. I. Labor Peace / Card Check Rule Without limiting the generality of other provisions herein requiring the Contractor to comply with all Airport Rules, the Contractor shall comply with the Airport’s Labor Peace/Card Check Rule, adopted on February 1, 2000, pursuant to Airport Commission Resolution No.00-0049 (the “Labor Peace/Card Check Rule”). Capitalized terms not defined in this provision are defined in the Labor Peace/Card Check Rule. To comply with the Labor Peace Card Check Rule, the Contractor shall, among other actions: (a) Enter into a Labor Peace/Card Check Agreement with any Labor Organization which requests such an agreement and which has registered with the Airport Director or his/her designee, within thirty (30) days after the Labor Peace/Card Check Agreement has been requested; (b) Not less than thirty (30) days prior to the modification of this Agreement, the Contractor shall provide notice by mail to any Labor Organization or federation of labor organizations which have registered with the Director or his/her designee (“registered labor organization”), that the Contractor is seeking to modify or extend this Agreement; (c) Upon issuing any request for proposals, invitations to bid, or similar notice, or in any event not less than thirty (30) days prior to entering into any Subcontract, the Contractor shall provide notice to all registered Labor Organizations that The Contractor is seeking to enter into such Subcontract; and (d) the Contractor shall include in any subcontract with a subcontractor performing services pursuant to any covered Contract, a provision requiring the subcontractor to comply with the requirements of the Labor/Peace/Card Check Rule. If the Airport Director determines that the Contractor shall have violated the Labor/Peace/Card Check Rule, the Airport Director shall have the option to terminate this Agreement, in additional exercising all other remedies available to him / her.

Page 32: City and County of San Francisco Request for Proposals for San …mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49382.pdf · 2017. 6. 5. · City and County of San Francisco. Request for

RFP for Maintenance and Support of Baggage Handling Control Systems

AIR-590 (1-15) 30 of 30 June 5, 2017

VIII. Protest Procedures A. Protest of Non-Responsiveness Determination Within five working days of the City's issuance of a notice of non-responsiveness, any firm that has submitted a proposal and believes that the City has incorrectly determined that its proposal is non-responsive may submit a written notice of protest. Such notice of protest must be received by the City on or before the fifth working day following the City's issuance of the notice of non-responsiveness. The notice of protest must include a written statement specifying in detail each and every one of the grounds asserted for the protest. The protest must be signed by an individual authorized to represent the proposer, and must cite the law, rule, local ordinance, procedure or RFP provision on which the protest is based. In addition, the protestor must specify facts and evidence sufficient for the City to determine the validity of the protest. B. Protest of Contract Award Within five working days of the City's issuance of a notice of intent to award the contract, any firm that has submitted a responsive proposal and believes that the City has incorrectly selected another proposer for award may submit a written notice of protest. Such notice of protest must be received by the City on or before the fifth working day after the City's issuance of the notice of intent to award. The notice of protest must include a written statement specifying in detail each and every one of the grounds asserted for the protest. The protest must be signed by an individual authorized to represent the proposer, and must cite the law, rule, local ordinance, procedure or RFP provision on which the protest is based. In addition, the protestor must specify facts and evidence sufficient for the City to determine the validity of the protest. C. Delivery of Protests All protests must be received by the due date. If a protest is mailed, the protestor bears the risk of non-delivery within the deadlines specified herein. Protests should be transmitted by a means that will objectively establish the date the City received the protest. Protests or notice of protests made orally (e.g., by telephone) will not be considered. Protests must be delivered to:

Cynthia P. Avakian, P.O. Box 8097, San Francisco, CA94128, Email to [email protected] Or Fax (650) 821-2011

Page 33: City and County of San Francisco Request for Proposals for San …mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49382.pdf · 2017. 6. 5. · City and County of San Francisco. Request for

RFP for Maintenance and Support of Baggage Handling Control Systems

AIR-590 (1-15) A-1 June 5, 2017

Appendix A Contract Monitoring Division Forms

• Attachment 2. Requirements for Architecture, Engineering, & Professional Services Contracts: http://sfgov.org/cmd/important-forms

Page 34: City and County of San Francisco Request for Proposals for San …mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49382.pdf · 2017. 6. 5. · City and County of San Francisco. Request for

RFP for Maintenance and Support of Baggage Handling Control Systems

AIR-590 (1-15) B-1 June 5, 2017

Appendix B First Source Hiring Agreement

The First Source Hiring Agreement can be downloaded online at: http://oewd.org/sites/default/files/Documents/professional_services_fsha.pdf

Page 35: City and County of San Francisco Request for Proposals for San …mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49382.pdf · 2017. 6. 5. · City and County of San Francisco. Request for

RFP for Maintenance and Support of Baggage Handling Control Systems

AIR-590 (1-15) C-1 June 5, 2017

Appendix C Standard Forms

The requirements described in this Appendix are separate from those described in Appendices A and B. Before the City can award any contract to a contractor, that contractor must file four standard City forms (items 1-3 on the chart). Because many contractors have already completed these forms, and because some informational forms are rarely revised, the City has not included them in the RFP package. Instead, this Appendix describes the forms, where to find them on the Internet (see bottom of page 2), and where to file them. If a contractor cannot get the documents off the Internet, the contractor should call (415) 554-6248 or e-mail Purchasing ([email protected]) and Purchasing will fax, mail or e-mail them to the contractor. If a contractor has already filled out items 1-3 on the chart, the Contractor should not do so again unless the contractor’s answers have changed. To find out whether these forms have been submitted, the contractor should call Vendor File Support in the Controller’s Office at (415) 554-6702. If a contractor would like to apply to be certified as a local business enterprise, it must submit item 4. To find out about item 4 and certification, the contractor should call CMD at (415) 581-2310.

Item Form Name and Internet

Location Form

Number

Description For more

information

1a.

1b.

Request for Taxpayer Identification Number and Certification www.irs.gov/pub/irs-pdf/fw9.pdf (Form W-9) www.irs.gov/pub/irs-pdf/iw9.pdf (instructions for W-9) Vendor Profile Application http://sfgov.org/oca/qualify-do-business (VenAdd-2015-03 Form and instructions)

W-9 VenAdd-2015-03

The City needs the contractor’s taxpayer ID number on this form. If a contractor has already done business with the City, this form is not necessary because the City already has the number. This City requires this form from new contractors to request addition to the City’s Vendor File as part of the City’s Accounting and Purchasing System. If a contractor has already done business with the City, this form is not necessary

http://sfgsa.org/index.aspx?page=4762 (415) 554-6702

Page 36: City and County of San Francisco Request for Proposals for San …mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49382.pdf · 2017. 6. 5. · City and County of San Francisco. Request for

RFP for Maintenance and Support of Baggage Handling Control Systems

AIR-590 (1-15) C-2 June 5, 2017

Item

Form Name and Internet Location

Form Number

Description

For more information

2.

Business Tax Declaration http://sftreasurer.org/business-registration

P-25 All contractors must sign this form to determine if they must register with the Tax Collector, even if not located in San Francisco. All businesses that qualify as “conducting business in San Francisco” must register with the Tax Collector.

http://sftreasurer.org/business-registration (415) 701-2311

3.

S.F. Administrative Code Chapters 12B & 12C Declaration: Nondiscrimination in Contracts and Benefits http://sfgov.org/cmd/forms-resources

CMD-12B-101

Contractors tell the City if their personnel policies meet the City’s requirements for nondiscrimination against protected classes of people, and in the provision of benefits between employees with spouses and employees with domestic partners. Form submission is not complete if it does not include the additional documentation asked for on the form. Other forms may be required, depending on the contractor’s answers on this form. (Note: Contract-by-Contract Compliance status vendors must fill out an additional form for each contract.)

http://sfgov.org/cmd/12b-equal-benefits-program (415) 581-2310

4.

LBE Certification Application http://sfgsa.org/index.aspx?page=6129

Local businesses complete this form to be certified by CMD as LBEs. Certified LBEs receive a bid bonus pursuant to Chapter 14B when bidding on City contracts. To receive the bid bonus, you must be certified by CMD by the proposal due date.

(415) 581-2310

Where the forms are on the Internet

Office of Contract Administration OCA Homepage: http://www.sfgov.org/oca/

Contract Monitoring Division CMD Homepage: http://sfgsa.org/index.aspx?page=6058

Page 37: City and County of San Francisco Request for Proposals for San …mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49382.pdf · 2017. 6. 5. · City and County of San Francisco. Request for

RFP for Maintenance and Support of Baggage Handling Control Systems

AIR-590 (1-15) D-1 June 5, 2017

Appendix D Agreement for Professional Services (form AIR-600)

Separate Document

Page 38: City and County of San Francisco Request for Proposals for San …mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49382.pdf · 2017. 6. 5. · City and County of San Francisco. Request for

RFP for Maintenance and Support of Baggage Handling Control Systems

AIR-590 (1-15) E-1 June 5, 2017

Appendix E Baggage Handling Systems Overview

Page 39: City and County of San Francisco Request for Proposals for San …mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49382.pdf · 2017. 6. 5. · City and County of San Francisco. Request for

RFP for Maintenance and Support of Baggage Handling Control Systems

AIR-590 (1-15) F-1 June 5, 2017

Appendix F Baggage Handling Systems Networks and Control

Systems Hardware and Operating Systems Inventory

BHS PLC's

Version Number

RSLogix 5000 V12.06.00 1 Total RSLogix 5000 V12.06.00 1 Total RSLogix 5000 V16.04.00 (CPR 9) 14 Total (7 Pairs) RSLogix 5000 V16.04.00 (CPR 9) 6 Total RSLogix 5000 V13.04.00 1 Total RSLogix 5000 V20.03.00 (CPR 9 SR5) 4 Total (2 Pairs) RSLogix 5000 V13.04.00 1 Total RSLogix 5000 V20.03.00 (CPR 9 SR5) 6 Total (3 Pairs) RSLogix 5000 V20.03.00 (CPR 9 SR5) 4 Total ProWORX 32 Version 2.1 SP2 Build 502 8 Total (4 Pairs) Unity Pro XL V7.0 - 120823C 18 Total (8 Pairs and 2 Standalone) ProWORX 32 Version 2.1 SP2 Build 502 7 Total (3 Pairs and 1 Standalone) Unity Pro XL V7.0 - 120823C 18 Total (9 Pairs)

Network Switches

Make/Version Number

Cisco ASA 5515X 2 Cisco C3750 16P Fiber 2 Cisco C2960S 48P 2 Cisco C2960 24P 2 Cisco WS-C3850-24T 4 Cisco C2960S 48P 10 Cisco C2955S-12 2 Cisco C2960S 24P 1 C3560G 24P 3 C2960S 48P 5 C2960S 24P 1

Page 40: City and County of San Francisco Request for Proposals for San …mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49382.pdf · 2017. 6. 5. · City and County of San Francisco. Request for

RFP for Maintenance and Support of Baggage Handling Control Systems

AIR-590 (1-15) F-2 June 5, 2017

Servers

Product Description OS Make/Version Info XenServer VM everRun Level 3 Windows Server 2008 Dell PowerEdge R720 XenServer v5.6 SP2 Dell PowerEdge R720 XenServer v5.6 SP2 XenServer VM everRun Level 2 Windows Server 2008 Dell PowerEdge R210 II Windows Server 2008 R2 Standard XenServer VM everRun Unprotected Windows Server 2008 R2 Standard XenServer VM everRun Unprotected Windows Server 2008 R2 Standard XenServer VM everRun Unprotected Windows Server 2008 R2 Standard XenServer VM everRun Unprotected Windows Server 2008 R2 Standard Dell PowerEdge R720 XenServer v6.0.2 Dell PowerEdge R720 XenServer v6.0.2 XenServer VM everRun Level 2 Windows Server 2008 R2 Standard XenServer VM everRun Unprotected Windows Server 2008 R2 Standard XenServer VM everRun Unprotected Windows Server 2008 R2 Standard XenServer VM everRun Level 2 Windows Server 2008 R2 Standard ProLiant DL380p Gen8 XenServer v6.0.2 ProLiant DL380p Gen8 XenServer v6.0.2 Dell PowerEdge R210 II Windows Server 2008 R2 Standard XenServer VM everRun Unprotected Windows Server 2008 R2 Standard XenServer VM everRun Unprotected Windows Server 2008 R2 Standard XenServer VM everRun Level 2 Windows Server 2008 R2 Standard XenServer VM everRun Level 3 Windows Server 2008 R2 Standard XenServer VM everRun Level 3 Windows Server 2008 R2 Standard XenServer VM everRun Unprotected Windows Server 2008 R2 Standard XenServer VM everRun Unprotected Windows Server 2008 R2 Standard

Page 41: City and County of San Francisco Request for Proposals for San …mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49382.pdf · 2017. 6. 5. · City and County of San Francisco. Request for

RFP for Maintenance and Support of Baggage Handling Control Systems

AIR-590 (1-15) F-3 June 5, 2017

Product Description OS Make/Version Info

Dell PowerEdge R720 XenServer v6.0.2 Dell PowerEdge R720 XenServer v6.0.2 XenServer VM everRun Level 2 Windows Server 2008 R2 Standard XenServer VM everRun Level 2 Windows Server 2008 R2 Standard XenServer VM everRun Unprotected

Windows Server 2003 R2 Standard SP2

XenServer VM everRun Unprotected

Windows Server 2003 R2 Standard SP2

Dell PE 750 Windows Server 2003 Dell PE1750 Windows Server 2003 VMWare Windows Server 2003 Dell PE 750 Windows Server 2003 HP ProLiant DL380p XenServer v6.0.2 HP ProLiant DL380p XenServer v6.0.2

Page 42: City and County of San Francisco Request for Proposals for San …mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49382.pdf · 2017. 6. 5. · City and County of San Francisco. Request for

RFP for Maintenance and Support of Baggage Handling Control Systems

AIR-590 (1-15) G-1 June 5, 2017

Appendix G Baggage Handling Systems Networks and Control

Systems Software Inventory

Application Name Business Function /Purpose

.NET Compact Framework v3.5 Mobile application.

.NET Compact Framework v3.5 Messages Mobile application. Acronis Backup & Recovery 10 Backup. Acronis True Image Echo Server v 9.5.8115 Backup. Brock Solutions MIS v1 BHS control and reporting. Brock Solutions SmartMobile Lockdown Mobile application. Brock Solutions SmartSort Services v1 BHS control and reporting. Brock Solutions SmartSuite v8.7 Baggage Reconciliation Brock Solutions SmartUpdate Mobile application. Brock Solutions Web Client v1 BHS reporting. Cisco VPN Client v4.8.02.0010 Remote connection. FactoryTalk Automation Platform v1.08 PLC programming. FactoryTalk Services Platform v2.10 PLC programming. FactoryTalk v2.40.00.11 PLC programming. FactoryTalk View SE Client v6.10.00 PLC programming. Google Chrome v40.0.2114.115 Web browsing. Google Chrome v42.0.2311.135 Web browsing. KEPServerEX v4.280.435.0 PLC data communications. Kepware Communications Server v5.10.205.0 PLC data communications. MDT AutoSave v5.06.02.40 PLC programs archiving. Motorola EMDK Runtime Mobile application. Mozilla Firefox v12 Web browsing. Mozilla Firefox v31.0 Web browsing. MS Visual Studio 2010 Application Development OPC Core Components v3.00.10501 PLC data communications. OPC Quick Client v5.10.205.0 PLC data communications. PRTG v15.2.16.2229 Network monitoring. Radmin Viewer 3.3 Remote connection. RSLinx Classic v 2.54.00 PLC programming. RSLinx Enterprise v3.00.00.68 PLC programming. RSLogix 5000 v17.01.00 PLC programming. RSLogix 5000 v20.03 PLC programming. RSNetWorx for ControlNet v10 PLC programming. RSNetWorx for DeviceNet v10 PLC programming.

Page 43: City and County of San Francisco Request for Proposals for San …mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49382.pdf · 2017. 6. 5. · City and County of San Francisco. Request for

RFP for Maintenance and Support of Baggage Handling Control Systems

AIR-590 (1-15) G-2 June 5, 2017

Application Name Business Function /Purpose RSView Supervisory Edition v3.20.00 PLC programming. Schneider MBX Driver Suite v7.1 PLC programming. Schneider ProWorx 32 v2.10.SP2 PLC programming. Schneider Unity Pro XL v7.0 PLC programming. SQL Server 10.0.1600 Database SQL Server 10.l0.2531 Database SQL Server 11.0.2100 Database SQL Server 11.0.3000 Database SQL Server 11.0.3128 Database SQL Server 9.0.4035 Database Symantec Endpoint Protection v11.0.2000.1567 Antivirus. Symantec Endpoint Protection v11.0.6200.754 Antivirus. Symantec Endpoint Protection v12.1.1101 Antivirus. Tight VNC v2.7.1 Remote connection. UltraVNC v1.0.2 Remote connection. UltraVNC v1.0.5 Remote connection. UltraVNC v1.0.8.2 Remote connection. VMWare Player v5.0.0 Virtual Machine use. VMWare Workstation v7.1.4 Virtual Machine creation. VNC v4.1.3 Remote connection. Windows Internet Explorer v11 Web browsing. Windows Internet Explorer v7 Web browsing. Windows Internet Explorer v8 Web browsing. Windows Internet Explorer v9 Web browsing. Wonderware Intouch v9.5.100 PLC data communications. XenCenter v6.0.2 Virtual Machine use.

Page 44: City and County of San Francisco Request for Proposals for San …mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49382.pdf · 2017. 6. 5. · City and County of San Francisco. Request for

RFP for Maintenance and Support of Baggage Handling Control Systems

AIR-590 (1-15) H-1 June 5, 2017

Appendix H System Hardware Preventative Maintenance Tasks Overview

Equipment Task Frequency

Cabinets – Ethernet, HMI, PLC Clean with HEPA filtered, ESD safe vacuum cleaner. Clean with anti-static cleaning solution and lint-free cloth and swabs.

Quarterly

E-stop Nodes and Relays

Check panel for faults Weekly Clean with HEPA filtered, ESD safe vacuum cleaner. Clean with anti-static cleaning solution and lint-free cloth and swabs.

Quarterly

Ethernet Power Controllers

With power switch off, clean ports, ducts and other openings with compressed air held upright. Remove and dislodged dust or debris using HEPA filtered, ESD safe vacuum cleaner. Clean with anti-static cleaning solution and lint-free cloth and swabs. Clean outside of switch chassis using anti-static cleaning solution and lint-free cloth and swabs.

Monthly

Ethernet Switches – Cisco

Check network status using Cisco Network Assistant Daily

With power switch off, clean ports, ducts and other openings with compressed air held upright. Remove and dislodged dust or debris using HEPA filtered, ESD safe vacuum cleaner. Clean with anti-static cleaning solution and lint-free cloth and swabs. Clean outside of switch chassis using anti-static cleaning solution and lint-free cloth and swabs.

Monthly

Ethernet Switches – non-Cisco

With power switch off, clean ports, ducts and other openings with compressed air held upright. Remove and dislodged dust or debris using HEPA filtered, ESD safe vacuum cleaner. Clean with anti-static cleaning solution and lint-free cloth and swabs. Clean outside of switch chassis using anti-static cleaning solution and lint-free cloth and swabs.

Monthly

Page 45: City and County of San Francisco Request for Proposals for San …mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49382.pdf · 2017. 6. 5. · City and County of San Francisco. Request for

RFP for Maintenance and Support of Baggage Handling Control Systems

AIR-590 (1-15) H-2 June 5, 2017

Integrated Display Computers

Software - Check event viewer. Scan hard disk file systems for errors. Scan for viruses and spyware. Back up data. Defragment hard disks. Update antivirus and antispyware software. Empty the Recycle Bin. Delete .tmp files. Delete files that begin with a tilde. Delete old .zip files. Delete .chk files, and switch the swap file. Update OS and applications with the latest service packs, updates and drivers. Update emergency boot media. Monthly Hardware - Clean display with recommended solution and lint free cloth. Clean ports, ducts and other openings with compressed air held upright. Remove any dislodged dust or debris using HEPA filtered ESD safe portable vacuum cleaner and anti-static cleaning solution and lint free cloth and swabs. Clean chassis using anti-static cleaning solution and lint free cloth and swabs. Calibrate touch screen. Backup hard drive.

KVM Check power protection devices. Clean case. Reboot the system. Monthly

Keyboards, Mouse

Clean openings with compressed air held upright. Remove any dislodged dust or debris using HEPA filtered ESD safe portable vacuum cleaner and anti-static cleaning solution and lint free cloth and swabs. Clean outside using anti-static cleaning solution and lint free cloth and swabs.

Monthly

Monitors and Displays Clean display with OEM recommended solution and lint free cloth. Monthly

Power Supplies Dust and wipe exterior with anti-static cleaning solution and lint free cloth and swabs. Check all connections.

Quarterly

Label Printers

Remove trays and clean interior with compressed air held upright. Remove any dislodged dust or debris using HEPA filtered ESD safe portable vacuum cleaner and anti-static cleaning solution and lint free cloth and swabs. Clean case. Reboot the system.

Quarterly

Servers – Rack Mounted

Hardware - Check power protection devices. Check interior, motherboard, power supply fan and expansion cards and clean with compressed air held upright, HEPA filtered ESD safe portable vacuum cleaner and lint free cloth and swabs. Check processor temperature, inspect heat sink and fan. Check hard disk for temperature and vibration. Check internal connections and cables. Back up CMOS information, if applicable. Clean drives. Clean case. Reboot the system.

Monthly

Software - Check event viewer. Daily

Page 46: City and County of San Francisco Request for Proposals for San …mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49382.pdf · 2017. 6. 5. · City and County of San Francisco. Request for

RFP for Maintenance and Support of Baggage Handling Control Systems

AIR-590 (1-15) H-3 June 5, 2017

Software - Scan hard disk file systems for errors. Scan for viruses and spyware. Back up data. Defragment hard disks. Update antivirus and antispyware software. Empty the Recycle Bin. Delete .tmp files. Delete files that begin with a tilde. Delete old .zip files. Delete .chk files, and switch the swap file. Update OS and applications with the latest service packs, updates and drivers. Update emergency boot media.

Weekly

Workstations

Hardware - Check power protection devices. Check and clean interior, motherboard, power supply fan and expansion cards with compressed air held upright, HEPA filtered ESD safe portable vacuum cleaner and lint free cloth and swabs.. Check processor temperature, inspect heat sink and fan. Check hard disk for temperature and vibration. Check internal connections and cables. Back up CMOS information, if applicable. Clean floppy disk and CD/DVD drives. Clean case. Reboot the system.

Quarterly

Software: Check event viewer. Weekly Software - Scan hard disk file systems for errors. Scan for viruses and spyware. Back up data. Defragment hard disks. Update antivirus and antispyware software. Empty the Recycle Bin. Delete .tmp files. Delete files that begin with a tilde. Delete old .zip files. Delete .chk files, and switch the swap file. Update OS and applications with the latest service packs, updates and drivers. Update emergency boot media.

Monthly

Workstations – Rack Mounted

Hardware - Check power protection devices. Check and clean interior, motherboard, power supply fan and expansion cards with compressed air held upright, HEPA filtered ESD safe portable vacuum cleaner and lint free cloth and swabs.. Check processor temperature, inspect heat sink and fan. Check hard disk for temperature and vibration. Check internal connections and cables. Back up CMOS information, if applicable. Clean drives. Clean case. Reboot the system.

Monthly

Software – Check event viewer Daily Software - Scan hard disk file systems for errors. Scan for viruses and spyware. Back up data. Defragment hard disks. Update antivirus and antispyware software. Empty the Recycle Bin. Delete .tmp files. Delete files that begin with a tilde. Delete old .zip files. Delete .chk files, and switch the swap file. Update OS and applications

Weekly

Page 47: City and County of San Francisco Request for Proposals for San …mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49382.pdf · 2017. 6. 5. · City and County of San Francisco. Request for

RFP for Maintenance and Support of Baggage Handling Control Systems

AIR-590 (1-15) H-4 June 5, 2017

with the latest service packs, updates and drivers. Update emergency boot media.

PLC’s

Hardware - Check the PLC and smart module status lights. Programmer to go online with the PLC to investigate faults. Check the PLC battery status light - replace low batteries or batteries with expired replacement dates. Check for unusual sounds in MCP panels and check for loose connections. Verify MCP panel interior temperature is lower than 50 degree Celsius. Check for blown fuse indication.

Weekly

Software - Go online with the PLC and review fault tables. Review MDT files for changes. Backup the PLC code and smart module configuration as required.

Weekly

Page 48: City and County of San Francisco Request for Proposals for San …mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49382.pdf · 2017. 6. 5. · City and County of San Francisco. Request for

RFP for Maintenance and Support of Baggage Handling Control Systems

AIR-590 (1-15) I-1 June 5, 2017

Appendix I Monthly Fee Proposal Scenario

RFP 50126 Monthly Fee Proposal Scenario

Description Hours Hourly Rate Sub Total

$ Level 1 Support (On-Site

Technician) 200 $ $

Level 2 Support (Remote Technician) 40 $ $

Project Management 10 $ $ Administrative 5 $ $

Actual Invoice Markup

Rigging $3,000 % $ Contracted Services $4,000 % $ Parts and Materials $2,000 % $

Software licenses and version upgrades $1,000 % $

Other Fees Fee

Monthly Support Fee Fixed $ $ Other Fees Fixed $ $

Third Party software, hardware and user support (note – services only, not

procurement)

Fixed $ $

Monthly Total Invoice $

INSTRUCTIONS: Fill in Rate ($), Fee ($) or Markup (%) in the cells highlighted in yellow and calculate the sub total added for a Monthly Invoice total to be used in scoring Fee proposals. See Table 3 for relationship of Scope of Work tasks and invoice categories. DO NOT modify hours or Actual invoice values. Hourly Rates used shall be inclusive of all costs of employment (i.e. “fully loaded”) Note that hourly rates are not subject to adjustment during the three (3) year base contract.

Page 49: City and County of San Francisco Request for Proposals for San …mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49382.pdf · 2017. 6. 5. · City and County of San Francisco. Request for

RFP for Maintenance and Support of Baggage Handling Control Systems

AIR-590 (1-15) I-2 June 5, 2017

Markup is at the proposer’s discretion. If not to be assessed, enter $0. Monthly Support Fee is at the proposer’s discretion. If to be assessed, provide detail as to services included for this cost item as a note. If not to be assessed, enter $0. Other Fees are at the proposer’s discretion. If to be assessed, provide detail as to services included for this cost item as a note. If not to be assessed, enter $0. Third Party Support is to be included if necessary to provide service and support (not including license fees) for proprietary software for which the contractor is not the OEM or otherwise granted full access or for any other scope of work which the proposer is not able to conduct in-house. If to be assessed, provide detail as to services included for this cost item as a note. If not to be assessed, enter $0.

Hours and actual invoice values are provided for purposes of consistency among proposals only and do not constitute expectations or estimates. All fees are subject to final contract negotiations.

Page 50: City and County of San Francisco Request for Proposals for San …mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49382.pdf · 2017. 6. 5. · City and County of San Francisco. Request for

RFP for Maintenance and Support of Baggage Handling Control Systems

AIR-590 (1-15) J-1 June 5, 2017

Appendix J

State List with Anti-LGBT Laws

https://sfoconnect.com/sites/default/files/State_List_with_Anti-LGBT_laws.pdf