RFP Indoor Shooting Range Equipment Upgrade

expired opportunity(Expired)
From: City of Fargo(City)

Basic Details

started - 01 Aug, 2022 (20 months ago)

Start Date

01 Aug, 2022 (20 months ago)
due - 01 Sep, 2022 (19 months ago)

Due Date

01 Sep, 2022 (19 months ago)
Bid Notification

Type

Bid Notification

Identifier

N/A
Police

Customer / Agency

Police
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

1 REQUEST FOR PROPOSALS CITY OF FARGO, NORTH DAKOTA INDOOR SHOOTING RANGE UPGRADES RFP 22-100 Proposals are due 11:30 a.m. CST, September 1, 2022 www.Fargopolice.com 2 REQUEST FOR PROPOSALS Indoor Shooting Range Upgrades CONTENTS INTRODUCTION.......................................................................................................................................4 1. RFP SCHEDULE.........................................................................................................................................5 2. SCOPE OF SERVICES.................................................................................................................................5 3. TECHNICAL SPECIFICATIONS..................................................................................................................7 4. PROPOSAL
REQUIREMENTS...................................................................................................................9 5. EVALUATION & SELECTION PROCESS.................................................................................................11 6. ADMINISTRATION SPECIFICATIONS....................................................................................................11 7. Appendix A............................................................................................................................................15 8. Appendix B............................................................................................................................................19 3 CITY OF FARGO REQUEST FOR PROPOSALS INDOOR SHOOTING RANGE UPGRADES Notice is hereby given that the City of Fargo will receive sealed proposals for qualified and experienced Vendors to provide a comprehensive and interlinked indoor firearms range system. Proposals should be submitted to the office of City Fargo Auditor’s Office, 225 4th St. N., Fargo, ND 58102 by 11:30 a.m., on September 1, 2022. The primary intent of this request for proposal (hereinafter “RFP”) is to enter into an agreement with an experienced firm capable of the demolition, removal, and disposal of current shooting range equipment, and provide indoor shooting range equipment, materials, and installation of all equipment and materials (hereinafter “SYSTEM”). The City of Fargo reserves the right to accept or reject any or all proposals, to waive any informality and to accept the proposal deemed to be in the best interest of the City of Fargo. City of Fargo, Fargo, North Dakota David Zibolski, Chief of Police Dated this 21 day of July 2022 4 INTRODUCTION The City of Fargo, Fargo Police Department, North Dakota, requests proposals from qualified and experienced Vendors to provide for an upgrade to our current indoor range system. The contracted Vendor will provide the demolition, removal, and disposal of an existing indoor shooting range located at 2802 University Drive North, Fargo, ND. Once the demolition is completed the contracted Vendor will provide new indoor shooting range equipment, materials, and installation of all equipment and materials. NOTE: This request for proposal excludes the existing bullet trap barrier, rubberized bullet trap curtains, and HVAC system. As a result of this RFP, the City expects to receive proposals which will address how the products meet or exceeds City requirements as defined in this RFP. Prior to starting the project, the Vendor must visit the site and ascertain all conditions, which may affect the performance or progress of the work. Failure to inspect the site and verify conditions, which may affect the performance or progress of the work, will not be considered as the basis for changes to the agreement. This RFP provides a list of required services, general information, instructions for submitting responses, and Vendor selection procedures. The selected Vendor will be capable of providing a comprehensive and interlinked SYSTEM in its entirety. The City’s goal is to procure what is evaluated to the best SYSTEM, inclusive of all SYSTEM components. Therefore, Vendors must submit proposals for the entire SYSTEM, and related installation and support services. This RFP is used for the City of Fargo. The issuing office is the City of Fargo Police Department and is the sole point of contact for this request. The contact person is Deputy Chief Joe Anderson. Deputy Chief Anderson can be reached at janderson@fargond.gov or by calling (701) 476-4174. The City of Fargo reserves the right to accept or reject any or all proposals, to waive any informality, to negotiate separately with competing Vendors and to accept the proposal deemed to be in the best interest of the City of Fargo. The selected firm will be invited to enter into an agreement with the city, in a form to be approved by the City (“Agreement”). The City Commission has the ultimate authority to approve any proposal and to authorize execution of the Agreement. mailto:janderson@fargond.gov 5 1. RPF SCHEDULE The City of Fargo reserves the right to modify these dates if extenuating circumstances necessitate. Release of RFP Aug 3, 2022 Question Deadline Aug 10, 2022 Proposal Deadline Sept 1, 2022 Vendor Selection Sept 28, 2022 Proposal to City Commission/Award Contract Oct 3, 2022* Range Upgrade Completion Dec 2022 *Tentative City Commission proposals and contract award date, subject to change at City’s discretion. 2. SCOPE OF SERVICES Instructions: Initial the bottom of each page of the Scope of Services and remit part of your proposal acknowledging a demonstrated understanding of the Scope of Services. 2.1 General Provisions It is the intent of this SCOPE to describe the minimum requirements for a SYSTEM to be used by the City. The Department is looking to upgrade our current indoor range system, excluding the existing bullet trap barrier, rubber bullet trap curtains, and current HVAC system. We currently have a 25 yard, 10-bay retractable targeting system. Our current system is approximately 14 years old. The overhead carrier system is a cable driven system with capabilities to turn left-right and is controlled by a computer inside the current control room or it can be operated by the shooter on the control panel in each shooting bay. With industry standards improving, the Department is looking to replace the current system with a system, which better fits the needs of the City. Prior to starting the project, the Vendor will visit the site and ascertain all conditions, which may affect the performance or progress of the work. Failure to inspect the site and verify conditions, which may affect the performance or progress of the work, will not be considered as the basis for changes to the agreement. The successful Vendor will be required to demolish, remove, and dispose of the specified existing range equipment and materials. The successful Vendor will be required to furnish all labor, equipment, and materials and install the new SYSTEM. Any electrical requirements, including cabling, conduit, etc. are the requirement of the Vendor to provide and install. When the SYSTEM is complete, it will be subject to testing and subject to meeting the Department’s intent. The successful Vendor will also be required to provide a training plan for the range master, train the trainer, and basic preventative maintenance of the SYSTEM. The training will include how to operate the SYSTEM and perform preventative maintenance. The cost of the proposed training plan must be included in the proposal. Under the contract awarded from the RFP, the successful Vendor will be the single point of contact for all installation, maintenance, and support of all hardware and software acquired in 6 the solicitation, and will be required to have the capability to support all components of the SYSTEM in an integrated manner. 2.2 Use of Site and Premises A. Construction operations: During the entire period, the building may be intermittently occupied. B. Work hours: All work under this RFP must be performed during regular work hours. C. Parking: Parking for Vendor or contractor’s vehicles and vehicles belonging to subcontractor of the contractor, and all other vehicles entering the City of Fargo’s property in performance of the work specified within this RFP must only use designated parking areas. D. The Vendor will limit his/her work to the designated areas needed to complete the work. The Vendor must take every precaution at the site to protect and safeguard life and property during the project operation. To that regard the Vendor must post at appropriate locations signs, barricades and lighting if required to warn all occupants of the building. 2.3 Equipment Warranty Vendors will include a copy of each manufacturer’s written warranty statement for each piece of equipment furnished and installed into the SYSTEM with their proposal. Vendors will also provide the details (to include the financial details) of all warranties, such as limited and extended warranties, which are applicable to the services and equipment being provided to the City. 2.4 Project Manager/Key Personnel The Vendor will provide a full-time Project Manager and key personnel who will be responsible for project oversight and delivery of the SYSTEM. The Project Manager must be the single point of contact for the City and will be responsible for the management, implementation, and on- going troubleshooting of the SYSTEM during its installation. The Project Manager must coordinate efforts with the City designee. The Project Manager must be available to the City at all times by telephone during the course of the project and on-site within seventy-two (72) hours of notification if necessary and requested, to respond to City needs, questions and/or issues. The Project Manager will develop in consultation with the City a detailed implementation and project plan for the SYSTEM. Resumes for all key personnel assigned to the project must be provided with the proposal. 2.5 Subcontractors The Vendor must provide a list of names, addresses, and telephone numbers for subcontractor(s) the Vendor intends to employ in the installation, training, and on-going maintenance and support of the SYSTEM with the proposal. The Vendor will ensure a criminal background check and/or fingerprinting is performed for all subcontractors and their employees before they are allowed to perform any services for the City. The Vendor will not assign personnel to this project if they are a registered sex offender, narcotics offender, or have a conviction for a felony or any crime related to honesty such as theft. The City reserves the right 7 to deny any subcontractors and their employee’s access to police facilities and equipment who meet the above aforementioned criteria. Documentation of background clearance must be provided to the City. 2.6 Vendor Coordination Responsibilities The Vendor will be responsible for coordinating the design and installation of the SYSTEM with the City and the Vendor’s subcontractors and suppliers involved in this project. 2.7 Delivery Schedule The Vendor must provide an integrated project timeline and implementation plan for the SYSTEM. The project timeline and implementation plan must include details for all phases of activity for the project including all deliverables and milestones. It is the Police Department’s intent to have the SYSTEM installed, functional, and vendor/City approved by October 2022. 2.8 Project Implementation Status Reports The Vendor must provide weekly updates on the project timeline and implementation plan to the City’s point of contact, Deputy Chief Joe Anderson. 2.9 Training The Vendor must provide a plan for in-depth technical training for range masters and instructors, which must include the use, management, and preventative maintenance of the SYSTEM. All required instruction manuals, qualified instructor cost, and travel and lodging costs for instructors, in addition to class materials must be furnished by the Vendor and included in the proposal. 2.10 Cost Vendors must submit proposals identifying all costs for SYSTEM hardware, demolition, removal, disposal, installation, project management, training, maintenance, etc., maintenance cost and re-occurring costs will be priced annually, from date of SYSTEM acceptance. Proposals should itemize each SYSTEM component. 3. TECHNICAL SPECIFICATIONS 3.1 General Requirements The following are the minimum requirements for the SYSTEM. Where the words “will” and “must” are indicated, it means it is a mandatory requirement. Failure to meet any one mandatory requirement will result in the proposal being found non-compliant. Where the words “should”, “can”, “may”, “desirable” and “preferred” are indicated, it means it is preferable, but not mandatory requirement. All equipment and hardware must be new. The City will not purchase used or refurbished hardware and/or equipment. 8 3.2 Specifications A. Shooting Stalls - Performance Requirements 1. Ten (10) shooting stalls must be set up in the same location or in close proximity to existing stalls; 2. Solid and/or transparent panels must afford ammunition rating of at UL752 Level 8 with acoustic blast shied; 3. Preferred black rifle frame which may serve as a physical mounting for target retriever controls depending on target retrieval configuration; 4. Must include shooting stall site light; 5. Must include brass shield; 6. Must include shooter’s shelf; 7. Must include swing gate barricade; 8. Must include audio and visual communication system; 9. Must include individual retrieval control system in each stall; and 10. Must include red/blue emergency style lighting for scenario-based training. B. Target Retrievers - Performance Requirements 1. Preferred wireless self-propelled target retrieval system; 2. Must have master control computer with touch screen capability and one (1) tablet controller; 3. Maximum length must allow for 75 feet/25 yard shooting distance; 4. Must provide for multi-speed control options up to five (5) fps; 5. Must allow 360 degree random target turning; 6. Must include 3/8 inch front armor plate prow; 7. Preferred closed track design to reduce damage and maintenance needs; and 8. All impact surfaces must direct rounds towards the bullet trap. 3.3 Alternate Proposal Options The City has identified two aspects to this project, which are preferred as an addition to the original scope of identifying and selecting a comprehensive SYSTEM. Alternate One - Safety Baffles 1. Existing ceiling baffles to be replaced and upgraded; 2. Baffles must be mixed layered panels to redirect rounds; 3. Acoustical material must be applied to the appropriate panel surfaces to reduce noise; and 4. Re-directive and containment baffle panels must be rifle rated Alternate Two - Range Lighting 1. LED Baffle mounted lights; 2. Preferred six inch diameter, 5000K light color; and 3. Must be dimmable 9 3.4 System Architecture Vendors must provide a detailed description of the SYSTEM to be provided, including a discussion of the SYSTEM’s architecture and its ability to provide the services required by the City. 4. PROPOSAL REQUIREMENTS Although the City requires no specific format, this section is intended to provide guidelines to the Vendor regarding features that the City will look for and expect to be included in the proposal. 4.1 Content and Format The City requests that proposals submitted be in 12-point font organized and presented in a neat and logical format and are relevant to these services. Vendor’s proposals must be clear, accurate, and comprehensive. Excessive or irrelevant material is discouraged. The proposal must include the following: 1. Transmittal/offer letter; 2. Page numbering; 3. Index/Table of Contents; 4. Approach; 5. Team Organization including an organization diagram and time commitment of key staff; 6. Statement of Qualifications including descriptions of similar projects by key staff to be assigned during the term of the contract - Brief resumes of key staff; and 7. Sample contract of services, similar in scope and size, between Vendor and other Cities. 4.2 Approach A description of the Vendor’s approach and work program to meet the City’s objectives will be included. It should explain the technical approach, methodology, and specific tasks and activities, which will be performed to address the specific issues and work items. 4.3 Team Organization The purpose of this section is to describe the organization of the project team including subcontractors and key staff. A project manager and an alternate project manager must be named who will be the prime contact and be responsible for coordinating all activities with the City. An organization diagram must be submitted showing all key team members and illustrating the relationship between the City, the project manager, key staff, and subcontractors. There also should be a brief description of the role and responsibilities of all key staff and subcontractors identified in the team organization. 10 4.4 Statement of Qualifications The information provided in this section should describe the qualifications of the Vendor and key staff in performing projects within the past five (5) years, which are similar in scope and size to demonstrate competence to perform these services. The projects listed should be those, which the key staff named for this project, were responsible for performing. Information must include: 1. Names of key staff that participated on named projects and their specific responsibilities. 2. The client’s name, contact person, addresses, and telephone numbers. 3. A brief description of type and extent of services provided. 4. Completion dates (estimated, if not yet completed). 5. Total costs of the projects. Brief resumes of key personnel who will provide these services demonstrating their qualifications and experience should be included. Resumes should highlight education, relevant experience, licenses, and specific responsibilities for services described. 4.5 Fee Proposal Compensation for services provided must be based upon the Vendor’s detailed Fee Proposal to furnish the services and equipment detailed in their proposal. The Fee Proposals must also identify all costs associated with the comprehensive SYSTEM, including hardware, software, demolition, removal, disposal, installation, project management, training, support and maintenance. Maintenance costs must be provided for annually, from date of SYSTEM acceptance. This information will be used by the City staff to evaluate the reasonableness of the fee proposal and may be used in negotiating the final fee amounts for the contract agreement. The Fee Proposal must include the following:  Unit price for demotion, removal, and disposal of existing equipment and materials;  Unit price for shooting stalls and associated equipment;  Unit price for target retrieval system;  Unit price for baffles and acoustic material;  Unit price for baffle lighting;  Unit price for master control computer and one (1) tablet controller;  Annual price for hardware maintenance and support;  Hourly rates for training services (if not included); and  Any discounts, buyback, credit and/or trade-in value for the City’s range equipment. Reimbursable expenses will not be allowed unless negotiated prior to a contract. Price escalations during the contract term are disfavored and will not be allowed unless negotiated prior to execution of contract. 4.6 Statement of Offer and Signature The Proposal must contain a statement indicating the proposals are a firm offer for a 90-day period and signed by an individual authorized to act on behalf of the Vendor. 11 5 EVALUATION AND SELECTION PROCESS The City’s selection of qualified Vendor(s) will be based on the following: 1. Quality and completeness of submitted proposal; 2. Understanding of project objectives and SYSTEM requirements; 3. Project approach; 4. Project timeline, implementation, and training plan; 5. Fee proposal/Proposed Cost; 6. Support and services; 7. Qualifications and experience with similar types of efforts; 8. Professional references; and 9. SYSTEM capability Vendors will be notified of any additional required information and/or demonstrations and product testing after the written proposals have been evaluated. 5.1 RFP Judgement Criteria As a general guideline, the principal factors influencing our product selection and the associated weighting are outlined below. The ability and willingness of a Vendor to provide comprehensive and reliable support are of paramount importance to the City of Fargo. The ultimate selection will be based on the Vendor and solution, which is determined the most appropriate to serve the Department’s needs.  40% based on technical merit of the proposed solution;  40% based on price; and  20% based on the level and expertise of the overall company 6 ADMINISTRATION SPECIFICATIONS 6.1 The City of Fargo’s Rights to Proposals All proposals, upon submission to the City of Fargo must become its property for use as deemed appropriate. By submitting a proposal, the Vendor covenants not to make any claim for or have any right to damages because of any misinterpretation or misunderstanding of the specification, or because of any misinformation or lack of information. The City of Fargo reserves the right to take one or more of the following actions as determined in the best interest of the organization: 1. To accept or reject in whole or in part any or all proposals; 2. To cancel this RFP in whole or in part without prior notice. Thereafter, City may issue a solicitation for new proposals; 3. City makes no guarantee as to the usage of the services by City; 4. To waive, at its discretion, any minor errors, informalities or irregularities, which the City deems correctable or otherwise not warranting rejection of the RFP; 5. To correct any arithmetic errors in any or all proposals submitted; 12 6. To negotiate with any Vendor(s) as necessary to serve the best interest of the City and to negotiate the final contract(s) with the most responsive, responsible Vendor 7. To investigate the qualifications of any Vendor under consideration; 8. To disqualify a proposal upon evidence of collusion with the intent to defraud or other illegal practices on the part of the Vendor; 9. To require confirmation of information furnished by the Vendor; 10. To award one contract for the total SYSTEM, or make multiple awards for separate SYSTEM components if it is deemed to be in the best interest of the City; 11. To utilize any or all the ideas from proposals submitted; 12. To change the proposal’s due date upon appropriate notification; 13. To adopt any or all of a Vendor’s proposal; and 14. To negotiate modifications to the scope and fee with selected Vendor(s) prior to contract award. 6.2 Interviews/On-Site Demonstrations/Equipment Testing City reserves the right to conduct interviews, and/or to require on-site demonstrations and/or product reviews with some or all of the Vendors at any point during the evaluation process. However, City may determine that interviews/on-site demonstrations/equipment testing are not necessary. In the event interviews/on-site demonstrations/equipment testing are conducted, information provided during the interview/on-site demonstrations/equipment testing must be taken into consideration when evaluating the stated criteria. City must not reimburse the Vendor for the costs associated with the interview/on-site demonstrations/equipment testing process. Equipment review will be held at a time and place specified by the City. The Vendor's key project team members will be invited to attend the interview and/or on-site demonstrations and/or equipment testing. The Vendors should be prepared to discuss at the interview, their specific experience providing services and equipment similar to those described in this RFP, project approach, estimated work effort, available resources, and other pertinent things distinguishing the Vendor from others. 6.3 Proposal Instructions Deadline for submitting proposals is 11:30 am, Sept 1, 2022. Mail or deliver to: Fargo Auditor’s Office Attn: Auditor Steve Sprague 225 4th St. N. Fargo, ND 58102 Six (6) copies of each submission are required along with one electronic copy on CD or thumb drive. All submissions must be sealed in a package with reference to "RFP for Indoor Range” on the outside. Proposals received after the deadline will be returned, unopened, to the Vendor. 6.4 Addendum and Supplements to the RFP If it becomes necessary to revise any part of this RFP, an addendum or revision will be transmitted to all prospective Vendors by email and will be posted on the City’s website. Questions concerning the RFP document must be submitted in writing to City of Fargo, Attn: 13 Deputy Chief Anderson, 105 25th St. N., Fargo, ND 58102, or email at janderson@fargond.gov. Questions will be received through Aug 10, 2022, at 5:00pm. Vendors are cautioned that any statements made by the contact person, which materially change any portion of the RFP, must not be relied upon unless subsequently ratified by a formal written amendment to this RFP. 6.5 Award of Contract The City reserves the right to reject any and all proposals. A formal contract award is anticipated for the best overall Vendor as determined by the evaluation committee and approved by City Commission as a result of this RFP. The City reserves the right, in its sole discretion, to waive minor irregularities in proposals. A minor irregularity is a variation of the RFP, which does not affect the funding request, gives one party an advantage or benefit not enjoyed by the other parties, or adversely affects the interest of the City. Waivers, when granted, must in no way modify the RFP requirements or excuse the party from full compliance with the RFP specifications and other contract requirements, if the party is awarded the contract. 6.6 False or Misleading Statements Any submittals containing, in the opinion of the City, false or misleading statements will be rejected. 6.7 Prospective Vendor Costs Costs for developing submittals are entirely the responsibility of the Vendor and must not be chargeable in any manner to the City. 6.8 Clarification of Proposals The City reserves the right to obtain clarification on any item in any vendor’s submittal or to obtain additional related information necessary to properly evaluate the submittal. Failure of a vendor to respond to a request for more information may result in the proposal being rejected. 6.9 Copyrights and Patents The Vendor must hold the City of Fargo and its officers, agents, servants, and employees harmless from liability of any nature or kind because of any copyrighted information, secret or proprietary process, patented or unpatented invention, disclosed or used in response to this RFP, and agrees to defend, at its own expense, any and all actions brought against the City of Fargo or its officers, agents, servants, or employees or the Vendor alleging or arising from unauthorized use of such information, process or invention. 6.10 Reliance on Information VENDORS MAY RELY ONLY UPON WRITTEN INFORMATION AND/OR INSTRUCTIONS FROM THE CITY GIVEN HEREIN OR SUBSEQUENT TO THE ISSUANCE OF THIS RFP. VENDOR MAY NOT RELY ON ANY ORAL INFORMATION AND/OR INSTRUCTIONS GIVEN WITH REGARD TO THIS RFP. 6.11 Replacement of Incompatible Staff The City reserves the right to request and receive a replacement for any vendor staff member whom the City, in its sole and absolute discretion, determines is not working effectively with the 14 City’s staff assigned to this project, or who is inadequately qualified to perform the services to be provided, or who is unsuitable to be performing services in secure areas. 15 Appendix A CITY OF FARGO HOSTING QUESTIONS Vendor-Hosted (Cloud Provider) Solution Questions If a vendor-hosted option is being offered, provide a detailed response to the items listed below regarding the hosting environment for the proposed solution. Vendor Information: 1. Name of the product(s): 2. Name of the Vendor: 3. Contact Information: System Maintenance: 4. Describe system maintenance included. 5. How are system enhancements prioritized? 6. Describe the upgrade cycle? Reliability and Availability: 7. How does the hosted solution provide for disaster recovery? 8. Describe your backup process. Include the frequency of backups, if the backup media is stored at an offsite location and how many backup copies are maintained? 16 9. What redundancy features are available? 10. Describe notification to City of Fargo of scheduled outages? 11. Describe notification to City of Fargo of un-scheduled outages. 12. Are all hosting locations within the United States? Are hosting locations distributed geographically? What is the physical location of each datacenter? If hosted by a third party list the name of the hosting party.? 13. If you monitor your uptime statistics, please provide us with your uptime information for 2019 and 2020. 14. Data Best Practices recommendations for backups are to have 3 copies of data, stored on 2 different media types with at least 1 copy stored geo-diverse. Please describe your data backup solution. 15. Is your solution hosted on a government cloud platform or a commercial cloud platform? Network Capability and Availability: 16. Describe the backbone connectivity of datacenter(s) to broadband provider(s). Is there physical circuit diversity with respect to how circuits enter the datacenter(s)? 17. What are the speeds of circuits entering the datacenter(s)? 18. What measures are in place to mitigate single points of failure in your network connection(s) to broadband providers? 17 19. Do you have metrics about network latency of your solution? If yes, what are they? Performance, Capacity and Scalability: 20. Describe the scalability of the solution. Security/Access Control: 21. Describe the security and auditing and logging capabilities of the hosting environment. 22. How does the solution provide for Single Sign-On (SSO)? Can the solution utilize the City of Fargo’s Active Directory implementation? Is that through Active Directory Federation Services (ADFS)? 23. Describe how data contained in the hosting environment is secured. Capability to encrypt data at rest? Capability to encrypt data during transport? 24. Describe products used to test the security of the datacenter? 25. Describe the physical security policy and access control in place in the datacenter. 26. What methods does the system support for securely sharing data with the City of Fargo systems? Describe the secured transmission capability between the datacenter and the City of Fargo. 27. What audit certifications has the data center passed (SSAE16 audit, FedRAMP, etc.)? Describe how the audit reports will be made available to the City of Fargo upon request. 28. Besides the security tools built into your platform, are there any cloud security tools you recommend to use in conjunction with your solution? 18 Service Level Agreement (SLA): 29. Describe the SLA metrics that your hosted solution will provide. 30. Please describe any customer outages you have experienced since Jan 1, 2019. At a minimum, include the date, a description of the outage, and the duration. 31. Since Jan 1, 2019, have you ever lost a customer’s data? If so, please date and scope of the loss. Hosting Service Exit Plan: 32. All of the data the City of Fargo stores in your solution is owned by the City of Fargo. Please describe how that large amount of data will be provided to the City at the end of the contract? Please include a description of the format of the data. Will a data dictionary be provided? 33. Please describe if there will be any costs associated with getting a large amount of data transferred back to the City of Fargo at the end of the contract? Please be specific about what those costs will be? 19 APPENDIX B TECHNICAL ARCHITECTURE OVERVIEW City of Fargo Technical Environment The City of Fargo’s technical environment consists of Windows based desktops and a variety of server platforms connected via an IP based network. Brief descriptions of each component are provided below. Desktop Environment The de facto desktop standard is an Intel platform running Windows 10 or higher. Network Services All LAN segments are switched Ethernet networks. End User support is provided through a central help desk; this service is available 24x7x365. Directory Services/Authentication The City of Fargo provides a Microsoft Active Directory network domain. Hosting Services The City of Fargo supports the following platforms:  Windows servers with Microsoft mainstream support; Windows 2012 R2 Server, or newer, is the preferred operating system,  Intel Red Hat (RHEL) 7.x Linux. End User support is provided through a central help desk; this service is available 24x7x365. Virtualization The standard deployment platform is a Hyper-V virtual environment hosting either Windows or Red Hat Linux Database Services The City of Fargo provides this database services:  Microsoft SQL Server 2012 and newer. Web Environment The City of Fargo can provide either .NET and J2EE web application environments; test and production environments are available. DMS Environment Document Management Services are provided by the following platforms:  Laserfiche Email Environment The City of Fargo Email Environment consists of: 20  Microsoft Exchange Geographic Information System (GIS) Environment The City of Fargo uses Esri’s ArcGIS software suite. Versions 10.6 and higher. The web services are running on Windows servers and the geodatabases are using Microsoft’s SQL server. The City is running an enterprise setup with ArcGIS Portal, Geo Event Server and Data Store. The City also utilizes an ArcGIS Online organization account. The City’s preferred Esri web based development plat form is their Java Script API. The City prefers any mapping application to use the ArcGIS Server REST service for the map display. Business Intelligence Environment The City of Fargo supports Cognos, Microsoft SSRS, Crystal Reports, SAS and SPSS.

225 4th Street North Fargo, ND  58102Location

Address: 225 4th Street North Fargo, ND 58102

Country : United StatesState : North Dakota

You may also like

Firing or shooting range

Due: 10 Apr, 2024 (in 12 days)Agency: Game and Fish Department

Bullet Trap and Shooting Range Maintenance

Due: 29 Mar, 2024 (Today)Agency: HOMELAND SECURITY, DEPARTMENT OF

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.