Arkansas e-Link 2015 Request for Proposal

advertisement
UNIVERSITY OF ARKANSAS FOR
MEDICAL SCIENCES
REQUEST FOR PROPOSAL
Telehealth network broadband connectivity services, managed
services, network equipment and warranties for the Arkansas e-Link
Consortium Telehealth Network
On behalf of Arkansas e-Link Consortium, a Telehealth Network
Funded in part by FCC Universal Service Administrative Company
(USAC) Rural Healthcare Connect Fund (RHCF) Program
Arkansas e-Link Consortium, Telehealth Network RFP# 2015 - 0088
FCC RN: 0023001795
Arkansas e-Link Network Consortium Telehealth Network, FCC RFP 2015-0088
Page 1
Table of Contents
PART I: GENERAL INFORMATION FOR BIDDERS .......................................................................................... 7
1.0
INTRODUCTION ........................................................................................................................ 7
1.1
ISSUING AGENCY .................................................................................................................. 11
1.2
CAUTIONS TO BIDDERS ...................................................................................................... 11
1.3
CONDITIONS AND TERMS OF BID .................................................................................... 12
1.4
BID FORMAT ............................................................................................................................ 13
1.5
BID REQUIREMENTS ............................................................................................................ 14
1.6
TYPE OF CONTRACT ............................................................................................................ 14
1.7
PAYMENT AND INVOICE PROVISIONS ............................................................................ 14
1.8
PROPRIETARY INFORMATION ........................................................................................... 16
1.9
RESERVATION ........................................................................................................................ 16
1.10
PRE-BID CONFERENCE AND LETTER OF INTENT TO BID FROM VENDORS ....... 16
1.11
CLARIFICATION OF RFP AND QUESTIONS .................................................................... 17
1.12
ORAL AND/OR WRITTEN PRESENTATIONS/DEMONSTRATIONS ............................ 17
1.13
PRIME VENDOR RESPONSIBILITY.................................................................................... 17
1.14
BID OPENING DATE AND LOCATION ............................................................................... 18
1.15
CONTRACT INFORMATION ................................................................................................. 19
1.16
DEFINITION OF TERMS ........................................................................................................ 21
1.17
CONDITIONS OF CONTRACT ............................................................................................. 21
1.18
SAMPLE CONTRACTS .......................................................................................................... 22
1.19
STATEMENT OF LIABILITY .................................................................................................. 22
1.20
AWARD RESPONSIBILITY.................................................................................................... 23
1.21
EVALUATION CRITERIA ....................................................................................................... 23
1.22
EVALUATION AND SELECTION PROCESS ..................................................................... 23
Arkansas e-Link Network Consortium Telehealth Network, FCC RFP 2015-0088
Page 2
1.23
PUBLICITY................................................................................................................................ 23
1.24
VENDOR REFERENCES ....................................................................................................... 23
1.25
MULTIPLE BIDS ...................................................................................................................... 24
1.26
COST ......................................................................................................................................... 24
1.27
CURRENT ENVIRONMENT .................................................................................................. 25
A. e-Link Network Infrastructure Core........................................................................................................... 25
B. ARE-ON ........................................................................................................................................................ 26
C. NETWORK STANDARDS ........................................................................................................................ 26
1.28
SCHEDULE OF EVENTS ....................................................................................................... 29
1.29
USAC REQUIREMENTS FOR SPIN # ................................................................................. 29
PART II: SERVICE REQUIREMENTS ................................................................................................................ 30
2.0
NETWORK CONNECTIVITY CONCEPT............................................................................. 30
2.1
VENDOR BACKGROUND, EXPERIENCE & MARKETPLACE HISTORY .................... 32
2.2
VENDOR PROJECT MANAGEMENT SUPPORT ............................................................. 33
2.3
VENDOR PROJECT MANAGEMENT STAFFING ............................................................. 33
2.4
SYSTEM REQUIREMENTS ................................................................................................... 34
2.5 PROJECT MANAGEMENT SERVICES – VENDOR(S) TRANSITION .............................. 39
2.6
REQUIREMENTS FOR CAI SITE ACCESS ....................................................................... 39
2.7
REQUIREMENTS FOR MPLS CORE AND BACKBONE SERVICES BIDS .................. 40
2.8
MISCELLANEOUS REQUIREMENTS AND OPTIONS ..................................................... 43
2.9
GENERAL NETWORK CONNECTIVITY REQUIREMENTS ............................................ 45
A. SYSTEM ARCHITECTURE ..................................................................................................................... 45
B. HARDWARE ............................................................................................................................................... 46
C. COMMUNICATIONS/NETWORK ........................................................................................................... 46
D. PRODUCT DELIVERY AND PROVISIONING OF SERVICES ........................................................ 47
Arkansas e-Link Network Consortium Telehealth Network, FCC RFP 2015-0088
Page 3
The network connectivity must begin no later than 30 days following contract effective date.
Consortium Leader requests service within thirty to sixty days (30-60) business days ARO (After
Receipt of Order) for sites receiving up to 10Mbps of bandwidth............................................................. 47
E.
DELIVERY AND PROVISIONING OF SERVICE: .............................................................................. 47
F. ACCEPTANCE STANDARDS Inspection and acceptance/rejection of product(s) or services
shall be made within 30 days of receipt or turn-up. .................................................................................... 49
G.
CANCELLATION .................................................................................................................................. 50
H.
ADDITIONAL REQUIREMENTS (LICENSE AGREEMENTS / SLA / SERVICE REQUEST
DOCUMENTS): ................................................................................................................................................ 50
2.10
VENDOR SUPPORT REQUIREMENTS .............................................................................. 50
2.11
BILLING REQUIREMENTS USAC RHC PROCESS ......................................................... 52
2.12
ONGOING PERFORMANCE REQUIREMENTS BY VENDORS. ................................... 55
PART III: ACCEPTANCE....................................................................................................................................... 59
3.0
ACCEPTANCE ......................................................................................................................... 59
PART IV: CRITERIA FOR SELECTION.............................................................................................................. 59
4.0
CRITERIA .................................................................................................................................. 59
4.1
POINT SCORING EVALUATION CRITERIA ...................................................................... 60
ATTACHMENT A CONFIDENTIALITY AGREEMENT ...................................................................................... 63
ATTACHMENT B
BUSINESS ASSOCIATE AGREEMENT ....................................................................... 65
ATTACHMENT C LIST OF RFP PROPOSED SITES ....................................................................................... 70
ATTACHMENT D SUMMARY BID PRICE SHEET ............................................................................................ 96
ATTACHMENT E: SITE AND SUBSTITUTION ADDITIONAL SERVICES EXPENSE TYPES .................. 98
ATTACHMENT F UAMS e-Link WAN MAP...................................................................................................... 100
ATTACHMENT G PRIMARY AGGREGATION HUBS: ................................................................................................. 102
ATTACHMENT H PLANNED AGGREGATION HUBS .................................................................................................. 103
Arkansas e-Link Network Consortium Telehealth Network, FCC RFP 2015-0088
Page 4
Request for Proposal
Interested parties are invited to submit a bid response to this Request for Proposal (RFP) and propose a
general contract for the procurement, installation and support of broadband connectivity, managed services,
networking equipment and warranties for the Arkansas e-Link Consortium Telehealth Network (e-Link
Network), a Federal Communications Commission (FCC) Rural Healthcare Connect Fund Consortium
HCP#17206.
E-Link Network is applying with the Universal Service Administrative Company (USAC), for program support
funding through the Rural Healthcare Connect Fund (RHCF). This process requires a RFP to be posted on the
USAC Web site for a minimum of 28 days in order for vendors to respond to the RFP. Arkansas e-Link
Consortium Leader will post the RFP beginning November 4, 2015. http://www.usac.org/rhc/healthcareconnect/tools/search-posted-services/default.aspx
The University of Arkansas Medical Sciences (UAMS) Center for Distance Health (CDH) is the FCC USAC
designated Arkansas e-Link Consortium Leader HCP# 33909.
UAMS CDH Arkansas e-Link Consortium Leader (Consortium Leader) supervises the bidding, evaluation
and awarding of the contract(s). Consortium Leader is responsible for any
moves/adds/changes/installs/disconnects orders, facilitator for vendor(s) for USAC Form 463 requests for
disbursement, and will ensure appropriate monitoring throughout the contract term. Consortium Leader is
NOT responsible for collecting vendor payments billed to Arkansas e-Link Consortium Members
(hereby referred to as “Consortium Members”). (Refer to Section 2.11)
“Interested Bidders may propose and submit equivalent technologies and services where
referenced in this Request For Proposal and in the AR-RFP 2015-0088 Vendor Bid Pricing List for
Internet2, Fiber, and Dark Fiber.” If the information technology product, service or system being
offered by the Bidder does not completely meet the RFP Standards, the Bidder must provide an
explanation with the RFP response and with the AR-RFP 2015-0088 Vendor Bid Pricing List
Spreadsheet detailing the deviation from these standards.
This RFP does not commit the Consortium Leader to pay any cost incurred in the preparation of
bids.
Consortium Leader reserves the right to reject any and all bids and to waive any formalities.
All Bidders must comply with the laws of Arkansas and all rules and regulations of the
FCC USAC RHCF. http://www.usac.org/rhc/healthcare-connect/default.aspx
Interested Bidder(s) must complete an attached Intent to Bid form and submit it to: UAMS CDH Arkansas eLink Consortium Leader, Procurement Services Department by November 9, 2015, 2 p.m. Central Standard
Time.
All questions must be in written form and will be responded to in writing to all contacts who have
completed a letter of intent to bid.
Please email any written questions to attention of Suzanne Leslie, UAMS Director of Procurement
Services, LeslieSuzanne@uams.edu Westmark Bldg. 4120 W. Markham St., Room 111, Mail Slot 542 Little
Rock, AR 72205 (physical address) 501-686-6134.
Thank you for your interest in the project to expand broadband and related Telehealth benefits to the citizens of
Arkansas.
Arkansas e-Link Network Consortium Telehealth Network, FCC RFP 2015-0088
Page 5
VENDOR LETTER
INTENT TO BID
Arkansas e-Link Consortium Telehealth Network
We are pleased to submit a proposal to UAMS CDH Arkansas e-Link Consortium
Leader, Request for Proposal #2015-0088 scheduled to be opened January 5, 2016 at
2:00 PM CDT.
COMPANY:
______________________________
REPRESENTATIVE:
______________________________
ADDRESS:
______________________________
TELEPHONE:
______________________________
FAX:
______________________________
EMAIL:
______________________________
AUTHORIZED
SIGNATURE
______________________________
DATE:
______________________________
FCC Service Provider Identification Number (SPIN):
FCC Registration Number (FCCRN): ______________________
THIS LETTER OF INTENT MAY BE EMAILED ATTN: SUZANNE LESLIE
LeslieSuzanne@uams.edu
WRITTEN QUESTIONS FOR RFP #2015 –0088 SHOULD BE EMAILED IN MICROSOFT
WORD FORMAT TO: LeslieSuzanne@uams.edu
Arkansas e-Link Network Consortium Telehealth Network, FCC RFP 2015-0088
Page 6
PART I: GENERAL INFORMATION FOR BIDDERS
1.0
INTRODUCTION
e-Link Network is a USAC RHCF approved consortium representing approximately
350 healthcare sites in 75 Arkansas counties.
The University of Arkansas for Medical Sciences on behalf of Consortium Leader,
through this RFP is soliciting bid pricing for network broadband connectivity, network
equipment and associated warranties, managed services, professional services for
Consortium Members.
A. This RFP seeks:
1. Broadband connectivity for rural and urban healthcare provider sites and
other USAC RHCF eligible organizations connecting to consortium hub
aggregation locations located within Arkansas Research and Education
Optical Network (ARE-ON) hubs.
2. Data and administrative center sites connecting to consortium hub
aggregation locations located within ARE-ON hubs.
3. Vendor cost effective broadband connectivity alternatives to current
network design aggregation.
4. Redundant optical network aggregation options for connecting Consortium
Members to Internet2, ARE-ON, regional research and education optical
networks, and Internet.
5. Managed services, network technology, for consortium member sites and
aggregation hubs.
6. Professional services staffing for moves, adds, changes, installs and
management of consortium member sites and aggregation hubs.
7. Professional services for collection and billing of consortium member’s
35% contribution of USAC RHCF payments and invoicing.
8. Network equipment, technologies, and associated warranties.
9. The bidder will be expected to supply services and detailed information
regarding the hardware and software requirements of their proposed
network connectivity.
Arkansas e-Link Network Consortium Telehealth Network, FCC RFP 2015-0088
Page 7
There are currently nine (9) aggregation hubs to which consortium members connect.
Vendors should anticipate an additional 9 hubs being available during the project. Cisco
7604 routers provide access from the aggregation hubs onto the ARE-ON fiber
backbone. See UAMS e-Link WAN map Attachment F. See hub list of aggregated sites
Attachment G.
e-Link Network is comprised of a diverse group of Arkansas healthcare organizations
operating statewide, which include the following:
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
University of Arkansas for Medical Sciences
Arkansas Department of Health and Human Services
Baptist Health
Arkansas Center for Health Improvement
Arkansas Department of Finance and Administration
Arkansas Department of Information Systems
Arkansas Foundation for Medical Care
Arkansas Hospital Association
Arkansas Office of Information Technology
Arkansas Research & Education Optical Network
Community Health Centers of Arkansas
Delta Regional Authority
Mental Health Council of Arkansas
St. Vincent Health System
Others as they choose to join
The network broadband connectivity services being requested in this RFP are an
extension of the e-Link Network connectivity previously funded by the FCC Rural
Healthcare Pilot Program and Broadband Technology Opportunities Grant.
B. RFP Goals:
Goal 1: Sustain Arkansas’ Telehealth Network by delivering cost effective broadband
connectivity, network equipment and associated warranties, managed services,
professional services enabling telehealth and telemedicine services for Consortium
Members.
Goal 2: Expand and improve the e-Link Network to strategically enhance healthcare
access to rural, underserved areas and populations of Arkansas by submitting additional
healthcare providers for USAC eligibility determination.
Goal 3: Sustain Arkansas Telehealth Network connection to Arkansas Research and
Arkansas e-Link Network Consortium Telehealth Network, FCC RFP 2015-0088
Page 8
Education Optical Network’s (ARE-ON) fiber network, thus providing statewide e-Link
Network member’s access to Internet2.
Goal 4: Facilitate the adoption of Health Information Technology in rural Arkansas.
Goal 5: Leverage Arkansas Telemedicine Act 887 of 2015 reimbursement processes.
Goal 6: Leverage USAC RHCF support for e-Link Network Consortium Member
network broadband connectivity, network equipment and associated warranties,
managed services, and professional service needs supporting Telemedicine and
Telehealth in Arkansas.
C. USAC RHCF Requirements:
Potential vendors should be aware of basic invoice practice of the RHCF Program.
Additional Billing/Invoicing requirements are referenced in Section 2.11 “Billing
Requirements”
D. All respondents to this RFP bid must be a registered vendor with USAC and have a
Services Provider Identification Number (SPIN). Information on obtaining a SPIN is found
at:
http://www.usac.org/sp/about/obtain-spin/file.aspx
E. Respondents are required to confirm Healthcare Connect Fund certification in Blocks
10 -15 of their FCC Form 498 as referenced below.
Block 15: Certification to Assist Health Care Providers
This block only relates to vendors participating in the Healthcare Connect Fund.
In accordance with section 54.640(b) of the Commission’s rules, vendors participating in
the Healthcare Connect Fund must certify, as a condition of receiving support, that they
will provide to health care providers, on a timely basis, all information and documents
regarding supported equipment, facilities, or services that are necessary for the health
care provider to submit required forms or respond to Commission or USAC inquiries.
USAC may withhold disbursements for the vendor if the vendor, after written
notice from USAC, fails to comply with this requirement.
http://www.usac.org/_res/documents/cont/pdf/forms/2013/FCC_498_FormInstructions.pdf
F. The broadband connectivity services, managed services, network equipment and
warranties requested in this RFP will be funded in part with FCC USAC RHCF Program
support; consequently, the respondent must be registered as a telecom provider for
participation in the USAC Program.
Arkansas e-Link Network Consortium Telehealth Network, FCC RFP 2015-0088
Page 9
All Bidders must comply with the laws of Arkansas and all rules and regulations of the
FCC USAC RHCF.
http://www.usac.org/rhc/healthcare-connect/default.aspx
Vendor should review and anticipate the following: FCC 12 -150 Report and Order
December 21, 2012
http://www.usac.org/_res/documents/rhc/pdf/fcc/13.02.25_Linked_Order.pdf
The FCC defines broadband connectivity as… In past Reports, the Commission
has identified a speed benchmark against which to measure broadband. The
Commission has recognized that the benchmark must be periodically reassessed
in light of market offerings and consumer demand. The 2010 National Broadband
Plan recommended updating the broadband benchmark every four years. In the
2014 Broadband Progress Notice of Inquiry, we sought comment on whether we
should update the 4 Mbps/1 Mbps broadband benchmark. The Commission
updated the speed benchmark once before, in 2010, from 200 kbps/200 kbps to 4
Mbps/1 Mbps and we find it is time once again to update the speed benchmark.
For purposes of this Report, we conclude that meeting the definition of “advanced
telecommunications capability” requires consumers to have access to actual
download (i.e., to the customer) speeds of at least 25 Mbps and actual upload
(i.e., from the customer) speeds of at least 3 Mbps (25 Mbps/3 Mbps)….
http://transition.fcc.gov/Daily_Releases/Daily_Business/2015/db0224/FCC -1510A1.pdf Citations removed above.
Federal Communications Commission FCC Released: February 4, 2015
2015 BROADBAND PROGRESS REPORT AND NOTICE OF INQUIRY ON
IMMEDIATE ACTION TO ACCELERATE FCC 15-10 DEPLOYMENT B. Speed
Factor Paragraph 26 Page 19
RFP respondents can reference Arkansas e-Link Consortium Telehealth Network
USAC Rural Health Care Program Service Bid Request at the following web site:
http://www.usac.org/rhc/healthcare-connect/tools/search-posted-services/consortia.aspx
G. ADDITIONALTERMS AND CONDITIONS
Consortium Leader objects to, and shall not consider, any additional terms or conditions
submitted by a bidder, including any appearing in documents attached as part of a
bidder’s response, that conflict with mandatory terms and conditions required by
law. In signing and submitting his bid, a bidder agrees that any additional terms or
conditions, whether submitted intentionally or inadvertently, shall have no force or effect.
Failure to comply with terms and conditions, including those specifying information that
must be submitted with a bid, shall be grounds for rejecting a bid.
Arkansas e-Link Network Consortium Telehealth Network, FCC RFP 2015-0088
Page 10
H. ANTICIPATION TO AWARD
After complete evaluation of the bid, the anticipated award will be posted to the website
www.arkansaselink.com. The purpose of the posting is to establish a specific timeframe
in which vendors and agencies are aware of the anticipated award. Vendors and
agencies are cautioned that these are preliminary results only, and no official award will
be issued prior to the end of the fourteen day posting period. Accordingly, any reliance
on these preliminary results is at the vendor’s own risk. Consortium Leader reserves the
right to waive the policy of Anticipation to Award when it is in the best interest of the
Consortium. Vendors are responsible for viewing the Anticipation to Award on the web
site www.arkansaselink.com
1.1
ISSUING AGENCY
This Request for Proposal (RFP) is issued on behalf of Arkansas e-Link Telehealth
Network Consortium by the University of Arkansas for Medical Sciences by its
Procurement Services Department. The issuing department is the sole point of contact
for the Arkansas e-Link Consortium Leader for the selection process. Vendor
questions regarding RFP-related matters should be addressed to Suzanne Leslie
(UAMS Director of Procurement Services) at the University of Arkansas for Medical
Sciences Procurement Services Department, ( 501) 6 8 6 -6134,
l e s l i e s u za n n e @ u a m s .edu. During t h e t i m e between the bid opening and
contract award, any contact concerning this RFP will be initiated by the issuing office or
requesting entity and not the vendor. Specifically, the person named above will initiate all
contact. Vendor’s questions will be answered as a courtesy and at vendor’s own risk.
1.2
CAUTIONS TO BIDDERS
Consortium Leader reserves the right to accept or reject in part or its entirety,
any bid received as a result of this RFP if it is in the best interest of the Consortium
Leader to do so.
Bids may be rejected for one or more, but not limited to, the following reasons:
A. Failure of the bidder to adhere to one or more of the provisions established in this
RFP. Any wording by the vendor(s) in their response to this RFP, or in subsequent
correspondence, which conflicts with or takes exception to a requirement in the
RFP.
B. Failure of the bidder to submit his bid in the format specified in Section 1.4, Bid
Format. Bidder(s) should ensure all copies and all media are identical to the
bidder’s hard copy original bid.
Arkansas e-Link Network Consortium Telehealth Network, FCC RFP 2015-0088
Page 11
C. Failure of the bidder to submit his bid(s) on or before the deadline established by
Procurement Services and stated on the bid cover sheet.
D. Failure of the bidder to adhere to generally acceptable ethical and
professional principles during the bidding and selection process.
E. Failure to adhere to Section 1.1, Issuing Agency pertaining to contacting the
Consortium Leader after bid opening.
F. Failure of the bidder to respond to a request for oral or written demonstrations or
presentations.
G. Failure of the bidder to comply with the intent of any statement in this
document which has the word "must", "should", “will”, or "shall" in it. Any
statement in this document that contains the word "must", "should", “will”, or
"shall" means that compliance with the intent of the statement is mandatory, and
failure by the bidder(s) to satisfy that intent will cause the bid to be rejected.
Reference to handbooks or other technical materials as part of a response must not
constitute the entire response and vendor(s) must identify the specific page and
paragraph being referenced.
H. Failure of the bidder to have an authorized officer sign the bid.
I. All official documents, correspondence and RFP shall be included as part of the
resultant contract.
REQUIREMENT OF AMENDMENT
This RFP MAY BE MODIFIED ONLY BY AMENDMENTS WRITTEN AND AUTHORIZED
BY the Consortium Leader. Bidders are cautioned to ensure that they have received or
obtained, and have responded to, any and all amendments to the RFP prior to
submission. There will be no addendums to a bid 72 hours prior to the RFP bid opening.
It is the responsibility of the vendor to check the www.arkansaselink.com website, for any
and all addendums up to that time.
1.3
CONDITIONS AND TERMS OF BID
The contract term will be for three (3) years with options for two (2) one year renewals.
Site and service substitutions to include broadband connectivity, network technology
products, warranties, managed services, professional services, and other technologies
as may come to market during contract term are required of the winning vendor for the
period of the contract term and any contract renewal.
Arkansas e-Link Network Consortium Telehealth Network, FCC RFP 2015-0088
Page 12
Over the course of the service(s) contract, there could be some consortium member
locations that could close, move, and open new sites that could be deemed either
eligible or ineligible under USAC RHCF program HCF Order Appendix D, 47 C.F.R §
54.646.
Currently there are approximately 250 current circuits. These may transition and require
professional services for management of circuit moves from current vendor(s) to winning
bidders. Projected new circuit potential is estimated to be approximately 100-300.
Please see Attachment E for list of additional services, vendors maybe ask to provide
under site and service substitutions.
The pricing for services awarded shall be reviewed at twenty-four (24) months
after the contract is awarded and at the time of any subsequent contract renewals.
If it is determined by Consortium Leader that market pricing has dropped, the
Vendor must negotiate new pricing with the Consortium Leader at that time. At no
time shall the pricing for any awarded services increase from awarded pricing.
If the bidder submits standard terms and conditions with the bid, and if any
section of those terms is in conflict with the laws of the State of Arkansas, State laws
shall govern. Standard terms and conditions submitted may need to be altered to
adequately reflect all of the conditions of this RFP, the bidder's responses and Arkansas
State law.
1.4
BID FORMAT
All paragraphs of Parts I, II, III, and IV of this RFP must be responded to by the bidder.
Starting with Paragraph 1.0, bidders must address each of the requirements of this RFP
by the same paragraph number sequence, stating the requirement and providing a
response. Bidder responses should contain sufficient information and/or detail for the
Consortium Leader to determine the Bidder has met ALL aspects of the requirement
and for Consortium Leader to further evaluate the merit of the bidder’s response.
Paragraphs not needing a specific bidder statement may be responded to with the
words "concur" or "acknowledge".
If the bidder refers to handbooks and technical documentation as part of his response,
such references must include page and paragraph information to allow the Consortium
Leader to quickly locate the reference. Bidder responses containing ONLY page and
paragraph references to handbooks and technical documentation will not be
acceptable. If a bidder fails to respond to a paragraph, the lack of response will be
interpreted as an affirmative response.
Arkansas e-Link Network Consortium Telehealth Network, FCC RFP 2015-0088
Page 13
1.5
BID REQUIREMENTS
Vendors must submit one (1) signed Original [including bid response & pricing
spreadsheet] and one (1) printed copy of their bid response [including bid
response & pricing spreadsheet] and two (2) flash drives [preferred] or CD’s with
bid response in Microsoft Word format and two (2) Vendor Bid Response
Microsoft Excel Spreadsheets.
In regard to delivery of responsive documents, see section 1.14
1.6
TYPE OF CONTRACT
The contract(s) resulting from this RFP will be for a firm purchase in accordance with
Section 1.17, Conditions of Contract. Floating indexes such as the CPI are NOT to be
used as a stated maximum.
The RFP, the bidder's proposal, and any other official documents and correspondence
will become part of the resultant contract.
1.7
PAYMENT AND INVOICE PROVISIONS
The method of award after vendor selection will be the purchase of broadband
connectivity, services, products, and warranties through 65% funding support provided
by USAC RHC and 35% paid directly to the vendor from Consortium Members.
University of Arkansas for Medical Sciences, UAMS Center for Distance Health, or
Arkansas e-Link Consortium Leader will not be responsible for consortium member’s
35% eligible cost payments to vendor.
The vendors will be responsible for billing and collecting the 35% of “eligible costs” from
the Consortium Members. USAC RHCF support will reimburse vendors 65% of “eligible
costs” by submitting FCC Form 463 in conjunction with the Consortium Leader.
Consortium Members that are “ineligible” for USAC RHCF support will reimburse vendor
for 100% of “fair share costs” for Procurement Services, equipment, managed services,
professional services, warranties, etc.
USAC RHCF invoicing is a joint process between Consortium Leader and vendor.
Vendors shall provide Consortium Leader invoices with an itemized list of charges per
Consortium Member. Purchase Order Number or other reference account number, and
USAC Funding Reference Number (Healthcare Provider Number “HCP”) should be
referenced on each invoice. Upon receipt of a vendor’s bill, the Consortium Leader
creates and approves the USAC invoice for services received on behalf of Consortium
Members, certifying that the invoice is accurate and that each consortium member has
paid its 35% RHC contribution. The Consortium Leader then sends the invoice to the
vendor. The vendor certifies the invoice's accuracy and submits FCC Form 463 to USAC
to complete the payment process.
Arkansas e-Link Network Consortium Telehealth Network, FCC RFP 2015-0088
Page 14
All invoices must be received by USAC within six (6) months of the end date of the
USAC funding commitment year. All RFP awarded vendors per USAC regulations, are
required to submit FCC Form 463 for 65% reimbursement from USAC.
Per USAC regulations the Consortium Leader is required to certify FCC Form 463 with
RFP approved vendors.
Guidelines and Sample Invoice can be found at:
http://www.usac.org/_res/documents/rhc/pdf/forms/FCC-Form-463-Form-andInstructions.pdf
All USAC RHC invoices shall be forwarded to:
University of Arkansas for Medical Sciences
Center for Distance Health
Arkansas e-Link Consortium Leader
Attention: Accounts Payable
4301 W. Markham, Suite #519
Little Rock, AR 72205-7199
Payment will be made in accordance with applicable State of Arkansas accounting
procedures upon acceptance by Consortium Leader on behalf of Consortium Members.
Consortium Members may not be invoiced in advance of delivery and acceptance of any
goods or services.
Site and Service Substitutions
Consortium Leader requires the vendor(s) to allow site and service substitutions in
accordance with USAC RHCF, Appendix D, 47 C.F.R. § 54.646. RFP applicants will
make site and service adjustments in accordance with the Sites and Services
Substitution rules found in the HCF Order (47 C.F.R. § 54.646: 746 Appendix D 47
C.F.R. § 54.646.
RECORD RETENTION
A. The awarded bidder(s) shall maintain all pertinent financial and accounting records
and evidence pertaining to the contract in accordance with generally accepted principles
of accounting and specified by the State of Arkansas Law. Upon request, access will be
granted to State or Federal Government entities or any of their duly authorized
representatives.
Arkansas e-Link Network Consortium Telehealth Network, FCC RFP 2015-0088
Page 15
B. Financial and accounting records shall be made available, upon request, to the eLink Network designee(s) at any time during the contract period and any extension
thereof, and for five (5) years from expiration date and final payment on the contract or
extension thereof, as a requirement of the FCC RHCF program.
1.8
PROPRIETARY INFORMATION
Proprietary information submitted in response to this RFP will be processed in
accordance with applicable Consortium Leader procurement procedures as defined
herein. Bids and documents pertaining to the RFP become the property of Consortium
Leader and shall be open to public inspection subsequent to bid opening. Any
proprietary information must be identified and sealed separately within proposal
[included with Original and copies].
Note of caution: Do not attempt to mark the entire proposal as "proprietary". Do not
submit letterhead or similarly customized paper within the proposal to reference the
page(s) as "Confidential" unless the information is sealed separately and identified as
proprietary. Acceptable proprietary items may include references, resumes, and
financials, or system/software/hardware manuals. Cost cannot be considered as
proprietary.
1.9
RESERVATION
This RFP does not commit the University of Arkansas for Medical Sciences, UAMS
Center for Distance Health, or Consortium Leader to award a contract, to pay costs
incurred in the preparation of a bid in response to this request or to procure or contract
for services or supplies. The Consortium Leader reserves the right to accept or reject
partial or entire bids received as a result of the RFP if it is in the best interest of the
Consortium Leader to do so.
1.10
PRE-BID CONFERENCE AND LETTER OF INTENT TO BID FROM VENDORS
A non-mandatory, pre-bid conference(s) for prospective bidders may be scheduled. The
time and place will be posted on the website www.arkansaselink.com. All written
questions should be directed to Suzanne Leslie, UAMS Director of Procurement
Services, University of Arkansas for Medical Sciences Procurement Services
Department by email at LeslieSuzanne@UAMS.edu.
Vendors planning to submit a bid as a result of this RFP are requested to
complete and submit the Letter of Intent to Bid Form on or before the date
indicated in Section 1.30, Schedule of Events.
Arkansas e-Link Network Consortium Telehealth Network, FCC RFP 2015-0088
Page 16
Bidders not submitting letters of intent to bid are advised they may not receive
subsequent information relating to this specific bid. All subsequent information will be
on file with Procurement Services and available for vendor review. Letters of intent
must contain the vendor’s FCC USAC SPIN number.
1.11
CLARIFICATION OF RFP AND QUESTIONS
If additional information is necessary to enable bidders to better interpret the information
contained in the RFP, written questions will be accepted until the close of business
on the date indicated in Section 1.28, Schedule of Events.
Written responses to questions will be consolidated and posted to the website
www.arkansaselink.com.
If it becomes necessary to revise any part of this RFP before the proposal response
date, an addendum will be emailed to all respondents to the RFP. It is the respondent's
responsibility to ensure they have received any information or addenda to the RFP.
Answers to vendor questions asked will be considered as an addendum to the RFP.
1.12
ORAL AND/OR WRITTEN PRESENTATIONS/DEMONSTRATIONS
In the event Consortium Leader deems it necessary to have the vendor further explain or
demonstrate the functions of the proposed services commodity, the vendor shall make
oral and/or written presentations to comply with the requirement. Consortium Leader
will schedule the time and location of each presentation. All presentations are subject to
being recorded.
The bid evaluation committee chairman will schedule the time for each
demonstration/meeting.
Demonstration sites shall be located within the continental United States and will be
coordinated with vendor personnel. All expenses associated with any demonstration,
except travel, meals, and lodging for Consortium Leader personnel, will be borne by the
vendor. Vendor refusal to honor the request for oral presentation or inability of vendor to
provide an acceptable demonstration site will result in rejection of the bid. .
1.13
PRIME VENDOR RESPONSIBILITY
Vendors may bid the total network project in whole or in parts. The cost of the parts will
be combined to determine total cost of service. The bid will be awarded based on
Network Support Services, Vendor History and Past Performance, and Cost as detailed
in Criteria for Selection, Part IV.
Arkansas e-Link Network Consortium Telehealth Network, FCC RFP 2015-0088
Page 17
Vendor(s) must be the prime Vendor for the bid services and resulting contract.
The selected vendor will be required to assume responsibility for the services provided
as described in the mandatory requirements and will be the sole point of contact for
services and support.
Vendor(s) must assign a Project Manager, Technical Service Manager, and Billing
Manager responsible for all aspects of the contract and vendor performance. The
Project Manager must act as the central point for advanced escalations for all issues.
Vendor(s) must provide with their bid response the process that is required by
Consortium Leader to obtain rebates, service outage credits, etc. in the event that the
network connectivity service does not meet Consortium Leader or e-Link Network
objectives.
1.14
BID OPENING DATE AND LOCATION
To be considered, bids must be received prior to the time and date specified on the
Invitation for Bid sheet at the following address:
If 1st Class Mailed:
Suzanne Leslie
Procurement Services
UAMS
Mail Slot #542
4301 West Markham St.
Little Rock, AR 72205
If Delivered or Express Mailed:
Suzanne Leslie
Procurement Services
UAMS
Westmark Bldg., #111
4120 West Markham St.
Little Rock, AR 72205
Under no circumstance will late bids be accepted. Failure to deliver by overnight
carriers or other such methods will not be taken into consideration. Bids MUST
arrive and be time-stamped by our office, located at 4120 West Markham Street,
Room 111, prior to the time and date specified on the Request for Proposal
sheet.
The RFP's will be opened publicly, but only the names of bidders will be announced at
that time. The proposal documents, including cost and any other information subject to
committee evaluation, will not be revealed for inspection at this time. Proposals will be
reviewed for compliance with mandatory requirements, authorized signatures, etc., and
then forwarded to the Evaluation Committee. Proposals and resultant scoring will
become available for review upon Committee recommendation of the apparent
successful bidder(s).
Arkansas e-Link Network Consortium Telehealth Network, FCC RFP 2015-0088
Page 18
1.15
CONTRACT INFORMATION
Vendors should note the following regarding Consortium Leader contracting authority
and amend any documents accordingly. Failure to conform to these standards shall
result in rejection of bid.
A. Due to various State laws, the Consortium Leader may not contract with another
party for the following:
1. To contract for a period of time which continues past the end of a fiscal
year unless the contract allows cancellation by the Consortium Leader upon
thirty (30) days written notice whenever there are no funded appropriations for
the services.
2. To pay any penalties or charges, that act like penalties, for any reason.
3. To indemnify and defend that party for any liability and damages.
4. Upon default, to pay all sums to become due under a contract.
5. To pay damages, legal expenses or other costs and expenses of any
party.
6. To agree to any provision of a contract which violates the laws and constitution
of State of Arkansas.
7. Under Article 12, Section 12 of the Arkansas Constitution, UAMS as a
sovereign entity, may not enter into a covenant or agreement to hold a party
harmless or to indemnify from prospective damages. The obligation of UAMS
to reimburse vendor(s) and its affiliates with respect to any loss, expense,
damage, liability, claims or demands, either at law or in equity, for actual or
alleged personal injuries or property damage caused by UAMS and its
employees, agents, subcontractors, or volunteers, and under arising out of the
terms of the Agreement, may be pursued only by vendor(s) and its affiliates in
a proceeding before the Arkansas State Claims Commission. In any such
proceeding or in any court proceeding commenced by the injured party or
parties, UAMS agrees with vendor(s) and its affiliates that: (1) it will cooperate
with vendor(s)and its affiliates in the defense of any action or claim brought
against vendor(s) and its affiliates seeking the foregoing damages or relief; (2)
it will in good faith cooperate with vendor(s) and its affiliates should vendor(s)
and its affiliates present any claim of the foregoing nature against UAMS to the
Arkansas e-Link Network Consortium Telehealth Network, FCC RFP 2015-0088
Page 19
Claims Commission of the State of Arkansas; (3) it will not take any action to
frustrate or delay the prompt hearing on claims of the foregoing nature by the
said Claims Commission and will make reasonable efforts to expedite said
hearing; provided, however UAMS reserves the right to assert in good faith all
claims and defenses available to it in any proceeding in said Claims
Commission or other appropriate forum. The obligations of this paragraph shall
survive the expiration or termination of the Agreement. This Agreement shall
not be construed as or constitute a waiver of sovereign immunity of the State of
Arkansas or its entities thereof, including UAMS; nor shall it constitute a waiver
of the legal requirements for filing a claim against UAMS or the legal
requirement that any and all claims against the State of Arkansas, its entities,
including UAMS must be filed with the Arkansas State Claims Commission.
B.
Due to a various State laws, a party wishing to contract with the Consortium Leader
must:
1. Remove any language from its contract which grants to it any remedies other
than:
a.
b.
c.
T h e right to possession.
T h e right to accrued payment.
The right to expenses of de-installation.
d. The right to recover only amounts due at the time of repossession and any
unamortized non-recurring cost as allowed by Arkansas Law.
2. Include in its contract that the laws of the State of Arkansas govern the
contract.
3. Acknowledge in its contract that contracts become effective when fully
executed by the Consortium Leader.
4. In the event that the anticipated term of this contract extends beyond the
current contracted period, the contract will be terminable on the part of
Consortium Leader, without cause, at the end of the current contracted period.
However, Consortium Leader may agree to continue the contract but in no
case will any renewal, automatic or otherwise, cause the contract to continue
beyond the current contracted period for which the contract is renewed. Any
services or products on contract accepted by Consortium Leader must be paid
for, but this does not obligate Consortium Leader to continue the contract
beyond the end of a current contracted period.
Arkansas e-Link Network Consortium Telehealth Network, FCC RFP 2015-0088
Page 20
Performance Bond
Within ten (10) business days after receiving the fully executed contract, the Vendor shall
furnish a performance bond and payment bond in an amount of not less than one
hundred percent (100%) of the contract amount as security for the faithful performance
and payment of all Vendor’s obligations of the contract in accordance with the plans,
specifications, and contract documents and payment to all persons supplying labor and
materials, and for the protection of the Consortium Leader AND/OR Consortium
Members against damage by reason of negligence of the Vendor, or improper execution
of the work, or the use of inferior materials. The performance and payment bonds shall
remain in effect for a period of one (1) year after Final Completion of the work and shall
be extended for any warranty work to cover the warranty period.
If at any time during the execution of this contract term or extension, the bond or bonds
become invalid or ineffective for any reason, the Vendor shall promptly supply within ten
(10) days such other bond or bonds, which bond or bonds shall assure performance or
payment as required. No sureties will be accepted by the Consortium Leader AND/OR
Consortium Members who are now in default or delinquent on any bonds or who are
currently engaged in any litigation against the University of Arkansas System and
affiliated institutions, Consortium Leader AND/OR Consortium Members. All bonds must
be made on forms furnished by the Consortium Leader AND/OR Consortium Members as
applicable, and must be executed by an approved surety company authorized to do
business in the State of Arkansas and acceptable to the Consortium Leader AND/OR
Consortium Members. Each bond must be executed by the vendor and the sureties.
Should any surety on the contract be determined unsatisfactory at any time by the
Consortium Leader AND/OR Consortium Members, notice will be given to the vendor to
that effect, and the vendor must immediately provide a new surety satisfactory to the
participating entities. No payment will be made under the contract until the new surety or
sureties, as required, have been accepted by the Consortium Leader AND/OR
Consortium Members.
1.16
DEFINITION OF TERMS
The University of Arkansas for Medical Sciences Procurement Services Department has
made every effort to use industry-accepted terminology in this RFP and will attempt to
further clarify any point or item in question as indicated in Clarification of RFP and
Questions, Section 1.11. The words "bidder" and "vendor" are used synonymously in
this document.
1.17
CONDITIONS OF CONTRACT
1. The successful bidder shall at all times observe and comply with federal and state
laws, local laws, ordinances, orders, and regulations existing at the time of or enacted
subsequent to the execution of this contract which in any manner affect the
Arkansas e-Link Network Consortium Telehealth Network, FCC RFP 2015-0088
Page 21
completion of the work. Nothing in this RFP or the subsequent contracts awarded
under this RFP shall not be construed as or constitute a waiver of sovereign immunity of
the State of Arkansas or its entities thereof, including UAMS, the Leader, or the Center
for Distance Health.
MEDICARE EXCLUSION NOTICE
Vendor represents and warrants that it is not excluded from participation, and is not
otherwise ineligible to participate, in a “Federal health care program” as
Defined in 42 U.S.C § 1320a-7b (f) or in any other government payment program. In
the event the Vendor is excluded from participation, or becomes otherwise ineligible to
participate in any such program during the term of any resultant contract award, Vendor
will notify Consortium Leader in writing within three (3) days after such event, and upon
the occurrence of such event, whether or not such notice is given to Consortium Leader,
Consortium Leader may immediately terminate the contract upon written notice to
Vendor.
DISCRIMINATION AND MINORITY POLICY
In the event a contract is entered into pursuant to the RFP, the bidder shall not
discriminate against any qualified employee or qualified applicant for employment
because of race, sex, color, creed, national origin or ancestry. The bidder must
include in any and all subcontracts a provision similar to the proceeding.
It is the policy of Consortium Leader that minority business enterprises shall have the
maximum opportunity to participate in Consortium Leader Procurement Services process.
Therefore, Consortium Leader encourages all minority business to compete for, win and
receive contracts for goods and services.
1.18
SAMPLE CONTRACTS
All bidders are requested to supply a sample of their standard contract(s) with their bid.
If any portion of a vendor's contract terms and conditions are in conflict with the laws of
the State of Arkansas, those Arkansas laws shall govern. Any terms and conditions
submitted by the vendor must reflect all the conditions of the RFP and bidder's
response.
1.19
STATEMENT OF LIABILITY
University of Arkansas for Medical Sciences Procurement Services will demonstrate
reasonable care but shall not be liable in the event of loss, destruction, or theft of
vendor-owned items or technical literature to be delivered or to be used in the
installation of deliverables. The vendor is required to retain total liability for items and
technical literature until the deliverables have been accepted by Consortium Leader in
accordance with the acceptance standards outlined in Acceptance Standards, Section
3.0.
Arkansas e-Link Network Consortium Telehealth Network, FCC RFP 2015-0088
Page 22
At no time will Consortium Leader be responsible or accept liability for any vendorowned items.
1.20
AWARD RESPONSIBILITY
The Purchasing Official of the University of Arkansas for Medical Sciences will be
responsible for award and administration of any resulting contract(s) for the Consortium
Leader.
1.21
EVALUATION CRITERIA
The selection process will be based on a pre-determined methodology and set of
evaluation criteria. The evaluation criteria will reflect the objectives and criteria
described in Evaluation Criteria, Section 4.1.
Submission of a proposal implies vendor acceptance of the evaluation technique and
vendor recognition that subjective judgments must be made by the Evaluation Team
during the assignment of rating points for the Technical score.
1.22
EVALUATION AND SELECTION PROCESS
Persons from the University of Arkansas for Medical Sciences and e-Link Network will
form the selection committee for this RFP. The recommendations for award of this
contract shall be made to the University of Arkansas for Medical Sciences' Procurement
Services.
1.23
PUBLICITY
News release(s) by a vendor pertaining to this RFP or any portion of the project shall not
be made without prior written approval of the University of Arkansas for Medical
Sciences’ Procurement Services. Failure to comply with this requirement is deemed
to be a valid reason for disqualification of the vendor's bid. The University of
Arkansas for Medical Sciences’ Procurement Services will not initiate any publicity
relating to this procurement action before the contract award is completed.
1.24
VENDOR REFERENCES
A. Supply with the bid at least three (3) reference accounts from within the United
States (including persons to contact, Email addresses and telephone numbers) with
at least one reference from the healthcare field. The reference accounts must have
received services of a similar configuration as proposed under this RFP. Vendor
must provide references that have utilized vendor’s network connectivity services
Arkansas e-Link Network Consortium Telehealth Network, FCC RFP 2015-0088
Page 23
and implemented the proposed network connectivity. The network connectivity must
have been in place for at least ninety (90) days.
B. Vendors must provide one (1) copy of their most recent audited financial statement,
and those vendors which are privately held must provide three (3) financial
references.
C. Please provide general client information to include the current number of
supported healthcare clients, size of the largest installed healthcare client, number
of healthcare clients currently utilizing your proposed network connectivity services,
and number of healthcare clients with signed contracts awaiting network connectivity
services.
D. Consortium Leader reserves the right to request or obtain additional information.
1.25
MULTIPLE BIDS
Multiple and joint bids may be submitted by vendors. However, each bid must be
complete in every aspect and must be clearly and uniquely identified as such, except
that only two copies of common reference material and technical documentation are
required for multiple bids. In the case of a joint or multiple bids, a vendor must be
identified as a prime Vendor and sole point of contact. .
1.26
COST
The quoted cost for each item bid must be provided on the Official Bid Price Sheet
found in Attachment D and Official Vendor Bid Spreadsheet. Quoted cost must be valid
for one hundred twenty (120) days following bid opening and shall be included in the
costing evaluation. Official Bid Price Sheet may be reproduced as needed and must
include the following items:
A. Purchase price per unit and extended quantity price for each service item bid, as
applicable.
B. Project management costs.
C. Documentation costs, if any.
D. Any charge for service modifications.
E. Any additional charges, defined for which Consortium Leader and/or Members, will
be invoiced by the vendor.
F. For each item listed on the cost sheet, indicate whether the item is billed as a fixed
amount for the service or if item is billed at an hourly rate.
Arkansas e-Link Network Consortium Telehealth Network, FCC RFP 2015-0088
Page 24
G. Vendor should list specific rates to be charged for any work performed outside
the bounds of this contract.
H. Vendor should include all expenses incurred that will be billed to Consortium Leader
and/or Consortium Members for work performed on-site, or at a potential e-Link
Network location, as well as, all expenses incurred at vendor offices.
NOTE: Consortium Leader and Consortium Members will not be obligated to pay
any costs not identified on the Official Bid Price Sheet document or spreadsheet.
NOTE: Any cost not identified by the bidder but subsequently incurred in order
to achieve successful operation of the system will be borne by the bidder.
NOTE: Cancellation: In the event Consortium Leader or Consortium Member no
longer needs the network broadband connectivity service, managed services,
network equipment and warranties specified in the contract or purchase order
due to program changes, changes in laws, Consortium Leader rules or
regulations, relocation or closure of sites, or lack of appropriated funding,
Consortium Leader or Consortium Member may cancel the contract(s) or
purchase order(s) by giving the Vendor(s) written notice of such cancellation
thirty (30) days prior to the date of cancellation without penalty for cancellation.
1.27
CURRENT ENVIRONMENT
The mission of the University of Arkansas for Medical Sciences is to provide patient
centered, cost-effective care through a healthcare system enriched by and
committed to education and research.
A. e-Link Network Infrastructure Core
Arkansas e-Link Telehealth video conference network consists of approximately 297
circuits varying in bandwidth from broadband to 10GB/s connections. Consortium
Member locations use a Cisco 88 1 o r 2900 router to connect the WAN circuit to their
LAN and/or Video Conference network. These connections all communicate via H.323
IP protocol. UAMS CDH e-Link Network has approximately 250 remote locations
utilizing H.323 to accommodate these sites. e-Link Network utilizes a 1GB/s fiber to
provide connectivity to the Arkansas Department of Health WAN. This connectivity
allows Arkansas Department of Health Hospital Bio-Preparedness sites and 109 Local
Health unit networks to access seamless, cross-network video conferencing.
e-Link Network video conferences are hosted with 15 Tandberg Codian 4520 Multipoint
Control Units (MCU) each capable of hosting 40 simultaneous High Definition 720p 30
connections. e-Link Network utilizes Tandberg Management Suite (TMS) to monitor
and manage video conferencing equipment at each location and schedule conferences.
Arkansas e-Link Network Consortium Telehealth Network, FCC RFP 2015-0088
Page 25
Tandberg’s Border Controller and Gatekeeper appliances are used to facilitate calls from
inside the Arkansas e-Link Telehealth Video Network to outside video resources and are
fully integrated with TMS and the Codian 4520 MCUs.
B. ARE-ON
The ARE-ON provides network connectivity to public universities, community colleges,
research institutions in Arkansas by Arkansas legislation. ARE-ON provides these
institutions with access to Internet2, National Lambda Rail, Louisiana Optical Network
Initiative (LONI), OneNet, Great Plains Network (GPN), and the Arkansas Lonestar
Education and Research Network (LEARN) and provides commodity Internet access.
ARE-ON fans out from North Little Rock to Fayetteville, Jonesboro, Memphis
(Tennessee), Dallas (Texas), Tulsa (Oklahoma), and Monroe (Louisiana).
ARE-ON backbone consists of Layer 2 and 3 MPLS services on top of Dense Wave
Division Multiplexing (DWDM) optical transport equipment operating on over 1500
sheath miles of dark fiber. ARE-ON lights 10G DWDM waves between ARE-ON MPLS
backbone routers. Each ARE-ON member institution receives DWDM waves back to
two ARE-ON backbone routers. ARE-ON backbone leverages MPLS fast reroute,
multiple long haul fiber optic rings, and physically diverse fiber routes to meet the
network reliability requirements of its members.
ARE-ON buys Internet transit service from multiple global Internet vendors. AREON also offers IPv6 unicast transit service, IPv4 multicast transit service, MPLS L2VPN,
and MPLS L3VPN services.
C. NETWORK STANDARDS
Hardware
Closet Switches
Core Switches
Cisco 3850 and Cisco 4510 or equivalent
Cisco line cards & components or equivalent
Cisco three (3) year warranty or equivalent
Brocade ICX7450 or equivalent
Brocade line cards & components or
equivalent
Brocade three (3) year warranty or equivalent
Cisco 6500 series or equivalent
Cisco line cards & components or equivalent
Cisco three (3) year warranty or equivalent
Brocade ICX7450 or equivalent
Brocade line cards & components or
equivalent
Brocade three (3) year warranty or equivalent
Arkansas e-Link Network Consortium Telehealth Network, FCC RFP 2015-0088
Page 26
Facility Routers – Small
Cisco 2900 or 800 or equivalent
Cisco line cards & components or equivalent
Cisco three (3) year warranty or equivalent
Brocade ICX6430 / ICX7450 or equivalent
Brocade line cards & components or
equivalent
Brocade three (3) year warranty or equivalent
Facility Routers – Medium
Cisco 2951 or equivalent
Cisco line cards & components or equivalent
Cisco three (3) year warranty or equivalent
Brocade ICX7450 / CER-RT or equivalent
Brocade line cards & components or
equivalent
Brocade three (3) year warranty or equivalent
Facility Routers – Large
Cisco 6500 series (combined switching and
routing) or equivalent
Cisco line cards & components or equivalent
Cisco three (3) year warranty or equivalent
Brocade CERT-RT/MLXe/VDX series or
equivalent
Brocade line cards & components or
equivalent
Brocade three (3) year warranty or equivalent
Brocade VDX 6740t or equivalent
Brocade line cards & components or
equivalent
Brocade three (3) year warranty or equivalent
Arkansas e-Link Network Consortium Telehealth Network, FCC RFP 2015-0088
Page 27
Product SKU
Oppr. Product
Quantity
BR-VDX6740T-56-1G-F
VDX6740T-1G,48P,1GBASE-T PORTS,2 40GBE,N
1
BR-VDX6740T-1G-16X10G-COD
SW,16-PORT 10G COD UPGRD LIC,VDX6740T-1G
1
PCUSA
PC RPS2/3/5/9,USA NEMA 5-15P,10A/125V
1
XBR-250WPSAC-F
FRU,250W,ACPS/FAN,NONPORTSIDEEXHAUST
1
XBR-DCX-0131
FRU,USB DRIVE,2G,BR
1
XBR-R000030
FRU, SERIAL CABLE RJ45 / ADAPTOR
1
XBR-R000291
FRU,FIXED RACK MOUNT KIT,BR
1
10G-SFPP-LR
10GBASE-LR,SFP+ OPTIC (LC),10KM SMF
2
6740-1G-SVL-4OS-1
ESSENTIAL 4HR ONSITE SUPPORT - Duration 1 Year for BR-VDX6740T-56-1G-F
1
6740-COD-SVL-4OS-1
ESSENTIAL 4HR ONSITE SUPPORT - Duration 1 Year for BR-VDX6740T-1G-16X10GCOD
1
(Table: Description of Hardware)
Other Standards
Application/Server Load
Balancing
Network Protocol
Application Network Protocol
Copper Wiring Standard
Fiber Wiring Standard
TCP/IP
UTP Category 6A or equivalent
Single mode
Other Optical Technologies
Other Wireless Services:
Aruba AP-225 Wireless Access Point,
802.11ac, 3x3:3, dual radio, integrated
antennas or equivalent
Aruba 7210 Mobility Controller with 4x
10GBase-x (SFP/SFP+) and 2x dual media
(10/100/1000BASE-T or SFP) ports. Includes
one 350W AC power supply. US regulatory
domain (for deployments in USA only) or
equivalent
Arkansas e-Link Network Consortium Telehealth Network, FCC RFP 2015-0088
Page 28
Aruba 7240 Mobility Controller with 4x
10GBase-x (SFP/SFP+) and 2x dual media
(10/100/1000BASE-T or SFP) ports. Includes
one 350W AC power supply. US regulatory
domain (for deployments in USA only) or
equivalent
Policy Enforcement Firewall (384 AP License)sold in packs of 384 or 1024, one license per AP
or equivalent
AWMS LICENSE, 1 SERVER (100 DEVICES)sold in packs of 100 or 200, one license per AP,
licenses AP for use with AirWave management
software or equivalent
1.28
SCHEDULE OF EVENTS
RFP - Initial Posting USAC/Release Date
Letter of Intent from Bidder
Initial Bidder Questions Due
Pre-Bid Vendor Conference(s)
Final Bidder Questions Due
Answers Due to Bidders
Bidder Proposal Due 2 pm CDT deadline
LeaderResponse
to Questions due
&
Proposals opened
Proposals evaluated per RFP
Recommendation for Award
Contract Agreement
Contract Reviewed per 2015 ACT 557 – Approx.
Contract Finalized
11/04/2015
11/09/2015
11/16/2015
12/01/2015
12/08/2015
12/15/2015
01/05/2016
01/13/2016
01/28/2016
02/15/2016
03/15/2016
04/04/2016
Services must begin within thirty (30) days after effective contract date.
1.29
USAC REQUIREMENTS FOR SPIN #
The connectivity services requested in this RFP will be funded with FCC USAC
RHCF; consequently, the respondent must be registered as a telecom provider
for participation in the USAC Program. The Respondent must provide their
USAC Service Provider Identification Number (SPIN) with their bid response.
USAC SPIN #
Arkansas e-Link Network Consortium Telehealth Network, FCC RFP 2015-0088
Page 29
The Respondent can reference Arkansas e-Link Consortium Telehealth Network USAC
Rural Health Care Program Service Bid Requests at the following web site:
http://www.usac.org/rhc/healthcare-connect/tools/search-posted-services/consortia.aspx
PART II: SERVICE REQUIREMENTS
2.0
NETWORK CONNECTIVITY CONCEPT
The Consortium Leader for e-Link Network, seeks to obtain services to continue
broadband network connectivity to approximately 700 healthcare sites in seventy-five
(75) counties within the FCC RHCF guidelines.
The Consortium Leader places a strong emphasis on providing multiple options for new
bandwidth technologies to achieve a secure network which is open to all participating
organizations. A minimum of 1.5 megabits of bandwidth is required with the ability to
increase capacity of the Ethernet connection at both ends of a Consortium Member site.
Medical technologies and Electronic Medical Records systems require bandwidth larger
than 1.5 megabits. Vendors are encouraged to competitively price bandwidth by RFP
locations in increments greater than 1.5 megabits.
Federal Communications Commission FCC Released: February 4, 2015
2015 BROADBAND PROGRESS REPORT AND NOTICE OF INQUIRY ON
IMMEDIATE ACTION TO ACCELERATE FCC 15-10 DEPLOYMENT B. Speed
Factor Paragraph 26 Page 19.
The objective for the e-Link Network is to achieve the following goals/benefits:
A.
B.
C.
D.
E.
F.
G.
H.
I.
J.
Provide rural Arkansas communities with access to specialized medical care
Physician provider to physician provider consults
Physician provider to patient follow-up
Emergency room to specialty clinician consult
Provide rural Arkansas Health Care Providers and clinics with access to partner
Health Care Providers
Sharing of patient records
Access to Electronic Medical Records
PACs transmission and storage (Radiology, Cardiology, etc.)
Provide continuing and public education by distance learning technology
Continuing Medical Education, both for credit hours and not for credit
Arkansas e-Link Network Consortium Telehealth Network, FCC RFP 2015-0088
Page 30
K. Provide a broadband network that promotes collaboration and free enterprise
by provisioning:
a. Any site can video conference with any site via direct IP or alias dialing
b. Any site can host and schedule a multi-site conference via a centralized
video conference bridge/MCU
c. Any site can get services from any site for video conference consults or
data sharing (EMR, PACs, etc.)
The broadband network connectivity must meet current broadband and/or networking
services provided to other Arkansas state agencies, specifically in the cities defined in
Attachment C LIST OF PROPOSED SITES, and make recommendations best suited to
each city and/or hub region. The recommended per site networking solution must
accommodate at a minimum 2 simultaneous video conferences plus transmission of 1
PACs image (store and send) during these 2 conferences. A single PACs image can
range in size from 5mb to 25mb. It is anticipated that multiple technologies may be
used – i.e. MPLS/VLS, T1 lines, T3 lines, Business DSL, metro- Ethernet , wireless,
lighted fiber, dark fiber, etc.
Where feasible, site connections should be aggregated to ARE-ON hubs or e-Link
Network hubs to minimize connection distances.
Where feasible, site connections should be made compatible with State of Arkansas
technologies.
Vendor network connectivity services and managed services shall be compliant with
HIPAA Privacy and Security rules and regulations.
http://www.hhs.gov/ocr/privacy/hipaa/administrative/securityrule/securityruleguidance.ht
ml
Vendor shall describe proposed managed services for connectivity to end user sites
and hub locations.
Vendor shall provide routers as required for broadband connectivity to end user sites
and hub locations.
Vendor shall provide professional services for moves, adds, changes, and deletions
associated with end user sites and hub locations. This service shall be provided at no
additional charge.
Vendor shall provide professional services in transitioning previous vendor(s) services
as required. This service shall be provided at no additional charge.
Arkansas e-Link Network Consortium Telehealth Network, FCC RFP 2015-0088
Page 31
Vendor is responsible for restoration of service after catastrophic events such as fires,
storms, earthquakes, or accidental damages on an around-the-clock basis,
24 hours a day/ 7 days a week.
Vendor shall accept trouble reports from Consortium Leader or Consortium Leader
designee(s) in conjunction with services being provided under this RFP. This service
shall be provided at no additional charge.
Additional Vendor Service Level Agreement specifications are detailed in Support
Requirements, Section 2.10
See Attachment C for complete list of proposed sites.
2.1
VENDOR BACKGROUND, EXPERIENCE & MARKETPLACE HISTORY
Vendor must provide company, client, and employee profile information relevant to the
Arkansas marketplace to include the following items:
A. Number of years in Wide Area Network connectivity business.
B. Describe WAN implementation experience in detail.
C. Provide number of years vendor has provided Network connectivity support
services for Healthcare.
D. Describe Network connectivity Services and experience for both data and
video networks in detail.
E. Provide number of years vendor has provided Network connectivity support
services for Video Conferencing.
F. Provide number of years vendor has experience in wide area Network
connectivity and Video Conference network connectivity within Arkansas.
G. Provide total number of employees.
H. Provide average years of experience of employees.
I. Provide number of employees with Network connectivity, Healthcare, and Video
Conference network connectivity experience.
J. Provide average years of experience of employees with Network connectivity,
Healthcare, and Video Conference network connectivity experience.
K. Provide number of employees in Arkansas with Network Connectivity, Healthcare,
and Video Conference network connectivity experience.
Arkansas e-Link Network Consortium Telehealth Network, FCC RFP 2015-0088
Page 32
L. Provide number of current healthcare clients for which vendor is providing
network connectivity services.
M. Provide number of large scale projects utilizing multiple telecommunications
providers.
N. List any clients where system support services are provided that are in an
academic/teaching hospital environment similar to Consortium Leader.
O. Describe your company’s strategy to support new technologies.
P. Describe your company’s experience with providing WAN network connectivity
services where 700+ remote locations were being connected. Include types of
connectivity utilized – point-to-point T1, T3, or OC3; MPLS/VLS; metro-Ethernet
Wireless; Internet, etc… Highlight any such services that were in the Healthcare
industry.
Q. Describe a video network connectivity project your company has created and
implemented that involved multiple telecommunications vendors and/or services
to create the wide area network. Description should include the number of
telecommunications providers as well as the different types of services leased
plus the services supplied over the WAN (i.e. data, video, internet).
2.2
VENDOR PROJECT MANAGEMENT SUPPORT
Vendor must provide weekly written status reports to Consortium Leader Project
Manager or designee to include current accomplishments, objectives for next period, any
systems/project issues with recommendations for resolution, status of current projects
quantifying time worked, steps completed, items needing completion and expected
completion date.
Vendor Project Manager must meet with Consortium Leader Project Manager or
designee on a weekly basis to plan project assignments, schedules, and review status
updates. This meeting should also include planning and prioritizing for upcoming
installations.
Vendor must be available for conference calls with Consortium Leader Project Manager
or designee or Assistant Project Manager.
Vendor must describe in detail their proposed Project Management Plan and Processes
for managing the e-Link Network Connectivity Services being proposed.
2.3
VENDOR PROJECT MANAGEMENT STAFFING
Consortium Leader reserves the right to reject any or all vendor staff assigned to this
contract based on quality/quantity of work produced, work ethic, experience, suitability,
prior vendor history and past performance.
Arkansas e-Link Network Consortium Telehealth Network, FCC RFP 2015-0088
Page 33
Vendor must provide either actual resumes, or actual resumes excluding names, for
vendor employees who are potential candidates for assignment to the Consortium
Leader/ e-Link Network contract indicating their type of position, skill levels,
experience levels, and education.
If awarded, vendor shall not solicit for employment any Consortium Leader employee
during the term of the project or for one year after project completion without the written
consent of employee’s Consortium Leader.
2.4
SYSTEM REQUIREMENTS
The following specifications and requirements listed herein are minimum requirements.
In general, the bidder shall offer managed services that will operate in the Consortium
environment as described under Current Environment, Section 1.29. The managed
services must offer a mechanism for Consortium Leader to view information, in realtime, about each remote site and each hub. Information required includes, but is not
limited to, circuit is operational, circuit utilization, router is operational, standard statistics
collection reports, etc. This project consists of providing connectivity for the purpose of
video and data telecommunications (Interactive Video, Telemedicine, Video
Conferencing, Distance Learning, Digital Data Transmission) for FCC RHCF eligible
Consortium Member facilities. Specifically, this is connectivity between any of e-Link
Network main hub sites (aggregation locations) and approximately 700+
Consortium member sites. Connectivity is to be no less than a T1 (1.5 Mbps). The
main hub sites (aggregation locations) are located throughout the state. Additional
planned hub sites are included in ATTACHMENT H. The current hub sites are:
PRIMARY AGGREGATION HUB
U of A - Fayetteville, Research & Technology Park,
South Fayetteville
East Arkansas Community College - Forrest City
(EACC)
U of Arkansas - Fort Smith
UA Southwest Research and Extension Center hut
site, Hope East
ASU Jonesboro
Little Rock center route (UAMS), UAMS - UALR Fiber
route
U of A - Monticello
Arkansas State University Mountain Home Mountain Home (ASUMH)
Southeast Arkansas College - Pine Bluff (SEARK)
Jonesboro Aggregation Circuit
U of A Fayetteville, South, Research & Technology
Park
Address
City
State
Zip
Latitude
Longitude
772 W. Discovery Way
Fayetteville
AR
72701
1802 Newcastle Road
5316 Grand Ave, Gardner Bldg
Forrest City
Fort Smith
AR
AR
72335
72913
36.33547
36.18626
-92.3829
-94.5417
358 Hwy 174N
2713 C Pawnee ITS Bldg
Hope
Jonesboro
AR
AR
71801
72467
36.25355
36.32735
-94.132
-94.0977
4401 W 7th St
112 Service St (East Fiber Hut)
Little Rock
Monticello
AR
AR
72205
71656
36.35262
35.27186
-92.3667
-90.472
195 High Ave
2300 W 18th Ave
2713C Pawnee St
Mountain Home AR
Pine Bluff
AR
Jonesboro
AR
72653
71603
72401
33.62903
33.6249
34.30788
-91.3969
-91.8009
-92.4014
772 W. Discovery Way
Fayetteville
72701
36.0577
-90.4874
AR
A high level view of the e-Link Network Hub Sites is referenced in Attachments F, G
and H.
Arkansas e-Link Network Consortium Telehealth Network, FCC RFP 2015-0088
Page 34
Community Anchor Institutions (CAI) sites are listed in Attachment C. The primary hub
to be connected to each remote site is also referenced within Attachment F. In addition
to this primary connection, there shall be a second, geographically separate, fully
redundant connection from each remote site to a second e-Link Network hub site.
This project’s scope is to connect approximately 700 sites to one of the eighteen (18)
hub sites and provide a secondary hub connection for load balancing and/or failover if
the primary hub is not operational. In addition to this dual-redundant connectivity, each
circuit shall have a capacity sufficient to keep the network fully functional in the event the
primary or secondary aggregation circuit should fail. The hub’s remote connectivity
should be burstable as necessary to keep all CAI sites functional in the event of a
network failure. Vendors must propose an isolated (private cloud) Multi-Protocol Label
Switching (MPLS) solution so that the Transmission Control Protocol/Internet Protocol
(TCP/IP) routing table is only populated with e-Link Network routes.
There must be the capability to allow Simple Network Management Protocol (SNMP)
read access on the local customer and e-Link Network hub routers. It is anticipated that
there will be a need for a vendor to have their network and transport hardware colocated within these ARE-ON fiber huts. There will be one (1) shared 23” wide 7’ tall
rack for ALL vendors. Space must be coordinated and approved by Consortium Leader
prior to installation. Vendor must provide minimum rack units for proposed and preferred
solutions. All vendor equipment shall be direct current (DC) powered. Alternating
current (AC) powered equipment will not be allowed. All e-Link Network Hub Sites and
ARE-ON facilities (hub/huts) will supply -48 volts of direct current (VDC), dual A & B
feeds, as well as ground lead. Vendor shall specify minimum power requirements prior
to issue of contract. Due to space limitations, vendors will not be allowed to install their
own power systems in the fiber huts.
Vendor shall integrate their trouble ticketing system with UAMS’ trouble ticketing system
via email connector or Application Programming Interface (API). UAMS’ trouble ticketing
system is Service Now.
A Service Level Agreement is required, and the vendor shall provide 100% network
management of all network services, perform moves/adds/changes, network
troubleshooting, and network provisioning as necessary, support software maintenance
and upgrades, and provide security management, both hardware and/or software
related.
There must be a vendor web portal or equivalent available for monitoring trouble
resolution status, generating usage reports, monitoring network metrics,
monitoring vendor SLA metrics. Vendor demonstration is required.
There must be the capability to allow SNMP read access on the local customer and eLink hub routers.
Arkansas e-Link Network Consortium Telehealth Network, FCC RFP 2015-0088
Page 35
The vendors submitting bids must comply with the following:
A. Routers must be provided and managed at each and all CAI sites and designated eLink Network Hub sites in Attachments C (and if bidding backbone transport in
Attachments G and H).
B. All routers must be capable of the following concurrently:
1. Open Shortest Path First version 2(OSPFv2) and Open Shortest Path First
version 3 (OSPFv3) supported.
2. Capable of running the Protocol Independent Multicast (PIM) protocol in a
SPARSE configuration allowing TCP/IP multicast connectivity ingress and egress
to both the local customer and e-Link Network Hub routers.
3. Consortium Leader will define Class of Service (CoS) priority Video, Voice, and
Data for ingress and egress traffic. Vendors submitting bids must accept and
maintain priority across their entire solution.
4. Be able to define a gateway of last resort (default route).
5. Provide layer 2 transport (802.1q) between the customer and the e-Link Network
hub router(s).
6. Routers provided by the vendor must connect to the e-Link Network hub
routers using two 1 gigabit Ethernet connections over category 6 cabling running
in a full duplex configuration or be able to utilize a small form-factor plug (SFP) for
multi-mode or single-mode fiber optic connectivity
7. The routers provided by the vendor must connect to the customer-owned local
routers using 10/100/1000 Ethernet over category 6 cabling running in a full
duplex configuration or be able to utilize a SFP for multi-mode or single-mode
fiber optic connectivity.
METROPOLITAN AREA NETWORKS (MANs)
Some healthcare provider locations encompass multiple exchanges or vendor service
areas, and face geographic challenges.
Arkansas e-Link Network Consortium Telehealth Network, FCC RFP 2015-0088
Page 36
To overcome these challenges, Consortium Leader will accept bids for alternate
technologies, including:
1. Switched Ethernet
2. Dark fiber point-to-point
3. Fixed wireless
4. Ethernet point-to-point
MANs should be established and bid in the most cost effective manner possible.
Vendors may bid on one, some, or all connections listed. For every location bid, the
vendor must bid all speeds listed on the Official Price Sheet.
Vendors are encouraged to waive special construction costs for MAN connections. See
instructions tab on the Official Price Sheet related to special construction costs .
BACKBONE TRANSPORT (AGGREGATION SITES)
For vendors bidding backbone transport, the cost for each segment must be included on
Official Price Sheet.
Vendors may bid one, some, or all connections listed on Official Price Sheet.
For every backbone segment bid, vendors must bid all bandwidths listed on Official Price
Sheet Table.
Vendors are encouraged to waive special construction costs for backbone transport. See
instructions tab on Official Price Sheet related to special construction costs.
NEW FACILITIES OR FACILITIES EXPANSION CONSTRUCTION
1. Proposed construction of any fiber backbone must include fiber buildings and signal
regeneration points appropriate to support the proposed network design and include:
a. Rack space appropriate for the installation of fiber optic transmission, routing,
signal regeneration and system monitoring equipment; however the cost of such
equipment is not to be included in the proposal.
b. Appropriate power infrastructure including DC power distribution, fuse panels and
battery backup.
c. Climate controlled facilities suitable for the 24/7 operation of communications and
supporting equipment.
d. Fiber hotels and/or hand holes necessary to support each local connection for the
sites included in Appendix A.
Arkansas e-Link Network Consortium Telehealth Network, FCC RFP 2015-0088
Page 37
2. Proposals should include alternative pricing for different fiber count models in the
backbone (e.g., 24 vs. 48 strands).
3. Consortium Leader will consider proposals that utilize fiber, microwave technologies,
purchases of long-term Indefeasible Right of Use (IRU) for dark fiber, or a
combination thereof.
4. Detailed drawings of all network elements to be constructed/utilized must be provided
with bidder proposal, including:
a.
b.
c.
d.
e.
f.
Paths
Fiber Buildings
Rack Space
Power Supplies
Access Points
As-built drawings must be provided upon transfer of the assets to Consortium
Leader
5. Successful bidder(s) must agree to work closely with Consortium Leader’s technical
and administrative staff on final architecture of any e-Link fiber network design.
6. Bidders must terminate proposed local connections inside the HCP buildings at the
specified demarcation locations as part of the normal installation:
a. Confirmation of demarcation location details are the responsibility of the Bidder
b. Fiber patch panels appropriate for the termination of fiber optic cable runs
within each of the locations must be provided.
7. Consortium Leader desires all necessary ground lease and site lease rights to any
existing tower or other structures needed to provide the link. Ideally, any necessary
leases will provide Consortium Leader with a term of no less than five years, with
options to renew for at least three additional five year terms. Successful bidder will
also be responsible to identify, negotiate and secure all rights of way and permits
required for successful completion of proposed fiber route.
8. Beyond the basic elements listed earlier, a successful bidder will submit a
maintenance agreement proposal and service level agreement which will include, as
separate and distinct line items, a la carte pricing for the following items for one (l),
five (5), ten (10) and twenty (20) year periods:
a. 24/7/365 coverage for fiber maintenance and/or repairs
b. Disaster Recovery testing and planning
c. Housing for spare equipment
Arkansas e-Link Network Consortium Telehealth Network, FCC RFP 2015-0088
Page 38
9. At Consortium Leader’s option, we may award a contract for the fiber backbone alone;
the backbone and any combination of local connections or the backbone and all local
connections. Consortium Leader also reserves the right to not award any contract.
10. Any requirements for upfront charges should be clearly stated in all proposals.
2.5 PROJECT MANAGEMENT SERVICES – VENDOR(S) TRANSITION
2.6
A.
The current Arkansas e-Link broadband connectivity contracts include: Windstream
Communications, Inc.; Ritter Communications Inc.; ARE-ON. The current
Arkansas e-Link managed services contract includes ClearPointe.
B.
In the event a new vendor(s) is selected, that vendor(s) must work with the current
Vendor(s) for a six (6) month transition beginning April 1, 2016 and ending
September 30, 2016. The new vendor must provide adequate staff during
transition and be ready to assume all aspects of the day-to-day broadband
connectivity on DATE READY. There will be no additional compensation for
professional services for transition planning or execution.
C.
Based on the required interaction process with the FCC and USAC, it will not be
possible to determine definitive implementation dates – as they are dependent on
approvals and postings where Consortium Leader has limited control. Therefore,
we have formatted the implementation phases to be “of days” from the potential
receipt of USAC’s Funding Commitment Letter (FCL). Specific locations will
potentially be implemented with new or augmented services based on the premise
of “reduced or minimized” downtime to the site. We will work closely with selected
vendor(s) and locations selected to organize an agreed upon implementation plan
and schedule after completion of signed contracts.
REQUIREMENTS FOR CAI SITE ACCESS
A.
B.
The vendor may bid individual aggregated groups or all aggregated groups
within e-Link Network. See Attachments G and H for aggregation locations.
Vendors must bid Ethernet access to every site address.
C.
The price bid for port and transport must include the cost for any feature required
to activate service to the end site at the bandwidth shown, including Committed
Information Rate (CIR). The CIR must be for the full bandwidth of the speeds bid,
and the CoS bid should be Quality of Service (QoS) which is suitable for video
and Telehealth applications.
D.
Preference for end user site access is Ethernet. Consortium Leader understands
that Ethernet may not be available at every site address.
Arkansas e-Link Network Consortium Telehealth Network, FCC RFP 2015-0088
Page 39
2.7
E.
Point-to-Point Protocol (PPP) may be bid if it is the only solution available for a
given location. Provider must explain why it is the only available option. What are
the infrastructure deficiencies in the area dictating this?
F.
If the vendor cannot provide Ethernet connectivity to all the sites within a
group they are bidding, the vendor must bid PPP access from the CAI sites to eLink Network aggregation locations shown in Attachments G and H. The CAI
PPP circuit(s) must be terminated at the vendor’s facility and aggregated from the
vendor’s facility into a single Ethernet handoff to the e-Link Network aggregation
location(s).
REQUIREMENTS FOR MPLS CORE AND BACKBONE SERVICES BIDS
A. All vendors bidding the MPLS core network must own and manage the MPLS core
network.
B. Consortium Leader plans to install one router at each hub site, aggregation
locations referenced in Attachments G and H to aggregate routers and services
from all vendors.
1. MPLS core network bidder must provide redundant physical devices
(switches/routers/Provider Edge - PEs) in their Local Access and Transport
Area (LATA) access locations to connect to the Ethernet circuits and provide
redundancy.
2. The bidder’s configuration on the PEs must include Border Gateway Protocol
(BGP) - multipath or equivalent which will allow the Consortium Leader routers
to advertise the same attributes (Local Area Network (LAN) IP addresses,
Autonomous System Number (ASN), etc.) from both circuits coming from the
same Consortium Leader aggregation location.
3. The Ethernet circuits between each aggregation location and the MPLS core
network must automatically back up each other in case one circuit fails and
at the same time provide load balancing/sharing capabilities.
4. The MPLS Port cost must include the transport across the MPLS core
network. The MPLS core provider must provide MPLS Core network
access locations in: (Project Aggregation Locations listed below and Attachment
G and H)
Arkansas e-Link Network Consortium Telehealth Network, FCC RFP 2015-0088
Page 40
Site City
Fayetteville,
Site
State
AR
Zip
Code
72701
Latitude
36.05094
Longitude
-94.1364
U of A - Monticello
Site Address
772 Discovery Way
112 Service St (East
Fiber Hut)
Monticello
AR
71656
33.63072
-91.7911
UAMS PDC
4501 W 7th St
Little Rock
AR
72205
34.7466549
92.32344378
Southeast Arkansas
College - Pine Bluff
(SEARK)
2300 W 18th Ave
Pine Bluff
AR
71603
33.6249
-91.8009
U of Arkansas - Fort
Smith
5316 Grand Ave,
Gardner Bldg
Fort Smith
AR
72913
36.18626
-94.5417
Forrest City
AR
72335
35.0124
-90.7824
ASU Jonesboro
1802 New Castle Road
2713 C Pawnee ITS
Bldg
Jonesboro
AR
72467
36.32735
-94.0977
Arkansas State
University Mountain
Home - Mountain Home
(ASUMH)
195 High Ave
Mountain Home
AR
72653
33.62903
-91.3969
U of A Fayetteville,
South, Research &
Technology Park
772 W. Discovery Way
Fayetteville
AR
72701
36.0577
-90.4874
UA Southwest
Research and
Extension Center hut
site, Hope East
358 HWY 174 North
Hope,
AR
71801
33.66151
-93.5894
Site Name
FYVL
East Arkansas
Community College Forrest City (EACC)
5. The MPLS network must be capable of supporting symmetrical
upload/download speed.
6. The MPLS network must support traditional non-proprietary dynamic
routing protocols, be able to prioritize the video traffic via industry
accepted methods such as CoS, Virtual Circuit Channel (VCC), Virtual Routing
and Forwarding (VRF), Multiple Virtual Local Area Networks (VLANs), etc.
7. The Layer 2 Ethernet service or Transparent LAN service must be able to
deliver customer Ethernet frames with customer VLAN tags unchanged and
untouched as they traverse the vendor’s network.
8. The MPLS vendor must describe AND diagram in their bid response their
access network and their MPLS Core network architecture including MPLS PE
and core routers. They also must describe how they plan to make their network
robust and flexible to provide for growth and changing technology. The more
descriptive information available to Consortium Leader the better informed we
Arkansas e-Link Network Consortium Telehealth Network, FCC RFP 2015-0088
Page 41
are on how the network bid can be used to support the future needs of
Consortium Leader.
9. Bandwidth must be provided uniformly across the vendor’s MPLS core to
provide predictable and reliable packet delivery to all sites connected to the
MPLS core network.
10. Consortium Leader must have the ability to establish logical partitions within the
network that will be defined as dedicated networks.
The vendor must confirm that this ability is available and describe the approach
in their bid response for creating specific “pipes”, specific routing tables, VLANs,
and/or logical partitions within the core network which will provide logical
segregation with a similar level of security as that of a “private” network.
C. The MPLS core Network vendor must bid Ethernet MPLS port and transport for
the following hub locations:
Site City
Fayetteville,
Site
State
AR
Zip
Code
72701
Latitude
36.05094
Longitude
-94.1364
U of A - Monticello
Site Address
772 Discovery Way
112 Service St (East
Fiber Hut)
Monticello
AR
71656
33.63072
-91.7911
UAMS PDC
4501 W 7th St
Little Rock
AR
72205
34.7466549
92.32344378
Southeast Arkansas
College - Pine Bluff
(SEARK)
2300 W 18th Ave
Pine Bluff
AR
71603
33.6249
-91.8009
U of Arkansas - Fort
Smith
5316 Grand Ave,
Gardner Bldg
Fort Smith
AR
72913
36.18626
-94.5417
Forrest City
AR
72335
35.0124
-90.7824
ASU Jonesboro
1802 New Castle Road
2713 C Pawnee ITS
Bldg
Jonesboro
AR
72467
36.32735
-94.0977
Arkansas State
University Mountain
Home - Mountain Home
(ASUMH)
195 High Ave
Mountain Home
AR
72653
33.62903
-91.3969
U of A Fayetteville,
South, Research &
Technology Park
772 W. Discovery Way
Fayetteville
AR
72701
36.0577
-90.4874
UA Southwest
Research and
Extension Center hut
site, Hope East
358 HWY 174 North
Hope,
AR
71801
33.66151
-93.5894
Site Name
FYVL
East Arkansas
Community College Forrest City (EACC)
Arkansas e-Link Network Consortium Telehealth Network, FCC RFP 2015-0088
Page 42
2.8
MISCELLANEOUS REQUIREMENTS AND OPTIONS
Items listed below are related to miscellaneous requirements and options when bidding
either the MPLS core and backbone or customer site access to aggregation locations or
customer site access directly to the MPLS core network.
A. The vendor must specify any cost associated with providing VLANs, VCCs, CoS,
Permanent Virtual Circuits (PVCs), VRFs or any other feature necessary to provide
separate logical connections and prioritize traffic across the network.
1. The costs of the services above must be shown in the bid response sheet.
2. Vendor must provide cost for any miscellaneous recurring and nonRecurring charges in the bid response sheet.
B. CoS: The MPLS core and backbone network must support at a minimum four CoS
classes to allow the customer to classify traffic among the four different types of
traffic below. Each CoS must be able to have a specific amount of bandwidth
allocation. Bandwidth allocation shall be a percentage of bandwidth. Allocations will
be specified at the time of order placement. Costs for CoS must be shown in the bid
response sheet.
1.
2.
3.
4.
CoS1, Jitter and latency sensitive applications like voice and video.
CoS2, High priority business applications.
CoS3, Medium priority business applications.
CoS4, Low priority business applications.
C. Ethernet CoS: If available, the vendor shall describe and provide a cost for the CoS
available for their Ethernet transport service between the customer site and the
Consortium Leader aggregation locations. If bid, the costs for CoS must be shown
in the bid response sheet.
D. The vendor must provide the cost for moves, additions, changes, software changes
and labor rate per hour for miscellaneous work activity related to the service bid in
the bid response sheet even if the cost is zero.
E. If the vendor’s normal standard service delivery intervals are in excess of the
above-stated intervals required in this RFP, vendor should state their normal
standard service delivery intervals in the bid response sheet.
F. The vendors are requested to provide a labor rate for installing an e-Link Network
owned router or other technologies at an end user site when installing the circuit.
Consortium Leader will configure and ship the router to the customer site or vendor
site as appropriate for the vendor.
Arkansas e-Link Network Consortium Telehealth Network, FCC RFP 2015-0088
Page 43
G. Rates and service descriptions for malware scanning, security management,
investigation, data loss prevention, security event/threat analysis, security device
management, distributed denial of service defense, and firewall/IPS/IDS with options
are also encouraged. The vendor is requested to complete the bid response sheet
for these rates and services.
Any successful vendor must be able to provide these managed services
requirements:
1.
2.
3.
4.
SSL VPN
MPLS Site-to-Site VPN
Managed Network Security
Professional Services:
ï‚· Nine (9) hub site router maintenance, updates, and configuration. (Existing
Clearpointe services).
ï‚· Maintain e-Link Network hub site backbone network including any Media
Access Controls (MACs).
ï‚· ARE-ON eighteen (18) hub sites, coordinate aggregation circuit installation
and establishment of VRF(s) as needed by site for transport across ARE-ON
backbone to selected primary and secondary e-Link Network hub router.
ï‚· Maintain e-Link Network ipv4 address space.
ï‚· Potentially in future plan, deploy and maintain ipv6.
ï‚· Maintain and update e-Link Network documentation.
ï‚· Coordinate and support CAI MACs.
o
Coordinate MAC with local CAI contact and telco vendor.
o
Coordinate MAC with telco vendor and configure core hub site as
required.
ï‚· Monitor CAI circuit status and initiate trouble ticket with vendor or respond
to vendor trouble ticket.
o
Coordinate and CAI and associated data circuit providers &
document repair efforts.
o
Coordinate and support e-Link Network backbone and hub site
equipment.
ï‚· Monitor ARE-ON backbone, e-Link Network hub routers, e-Link Network
power inverters, and any associated e-Link Network equipment directly related
to the transport of e-Link Network located at ARE-ON co-Location space at the
nine (9) e-Link Network hub sites.
ï‚· Coordinate and CAI and associated data circuit providers & document
repair efforts.
ï‚· Project Management.
ï‚· Equipment Installation & Support.
ï‚· Network Operations 24/7/365 Network Monitoring.
Arkansas e-Link Network Consortium Telehealth Network, FCC RFP 2015-0088
Page 44
ï‚·
ï‚·
ï‚·
ï‚·
ï‚·
ï‚·
2.9
Automated Problem Alerts.
Trouble Management.
Sophisticated Network Management Software.
Redundant Network Operations Centers.
Customer Portal.
Industry Certified Staff.
GENERAL NETWORK CONNECTIVITY REQUIREMENTS
The items listed below must be discussed and described in detail as part of the network
connectivity documents submitted in response to this RFP.
A. SYSTEM ARCHITECTURE
The existing e-Link Network transport can be broken into two primary sections.
1. CAI to e-Link Network primary and secondary hub site:
ï‚·
ï‚·
ï‚·
ï‚·
ï‚·
ï‚·
CAI(s) connectivity consists of vendor provided layer 2 circuit(s).
Multiple CAI circuits are aggregated in vendor’s network and transported via
aggregation circuits to a primary and secondary e-Link Network hub site.
OSPFv2 is utilized for routing resiliency and failover between CAI routers
and assigned primary and secondary hub site routers.
For future IPV6 compatibility OSPFv3 support is desirable.
e-Link Network’s goal is a single primary and single secondary hub site for a
given vendor to aggregate individual CAI circuits.
However, multiple hub sites will be considered if sufficient technical merit or
cost efficiency justifications can be provided.
2. e-Link Network hub sites and backbone transport:
ï‚·
ï‚·
ï‚·
ï‚·
The e-Link Network backbone consists of dedicated 10GB/s waves between
nine e-Link Network hub sites co-located in ARE-ON facilities across the
state.
e-Link Network core routers are located at these nine sites.
Backbone redundancy is provided both at the optical and routing level.
Vendor aggregation circuits terminate at assigned primary and secondary
hub site routers utilizing OSPF for routing resiliency and failover.
The proposed network connectivity must interoperate with the existing network
transport as outlined above and support TCP/IP and future IP protocols, IPV6 as
well as IPV4, as defined by networking industry standards. The vendor must
propose with their bid response a strategy and design for adopting and deploying
Arkansas e-Link Network Consortium Telehealth Network, FCC RFP 2015-0088
Page 45
IPv6 in an incremental, dispersed cost efficient manner while providing direct
interoperability between IPv6 and IPv4 systems.
The proposed network connectivity must provide detailed technical specifications
for all hardware (routers, switches, servers, workstations, etc.) to support the
proposed network connectivity. Vendor must describe their experience with
installing and supporting routers, switches, etc.
NOTE: This RFP is not for a LAN design for each site.
The final proposed network connectivity must describe the network connectivity’s fault
tolerance, redundancy, and Disaster Recovery features. Vendor must describe
examples of previously implemented WAN designs which included fault tolerance and
redundancy.
The proposed network connectivity must describe the security tools used to protect the
network traffic, video and data. Describe possible tools that may be proposed.
The proposed network connectivity must describe the tools that will enable this network
to be accessible to Consortium Members to use for their required business purposes,
video conferencing between Consortium Members, data sharing, etc. The description
should include workload required of the centralized e-Link Network management team.
The proposed network connectivity must allow packet prioritization in which video and
data may be assigned orders of precedence for Quality of Service. Vendor must
describe their experience in implementing and supporting packet prioritization tools.
B. HARDWARE
The bid response document will describe all hardware requirements to support the
network connectivity proposed. The document must include recommended
manufacturer, model number, description, operating system version, security system
version, and quantity for all required hardware items.
C. COMMUNICATIONS/NETWORK
The bid response document must describe all communication/network requirements to
support the network connectivity proposed.
1. Describe the recommended physical connection between the network
connectivity proposed.
2. Describe all options provided for transmission of video and data among the
Consortium Member sites. Rate all features and functionality of each option using
a scale of 0 to 5 with 0 being does not contain this feature/functionality and 5
being excels at this feature/functionality.
Arkansas e-Link Network Consortium Telehealth Network, FCC RFP 2015-0088
Page 46
D. PRODUCT DELIVERY AND PROVISIONING OF SERVICES
The network connectivity must begin no later than 30 days following contract effective
date. Consortium Leader requests service within thirty to sixty days (30-60)
business days ARO (After Receipt of Order) for sites receiving up to 10Mbps of
bandwidth.
Consortium Leader requests service within sixty to ninety days (60-90) business days
ARO for sites receiving greater than 10Mbps of bandwidth.
If the vendor’s normal standard service delivery intervals are in excess of the above
stated intervals, vendor(s) should state their normal STANDARD intervals in the vendor
bid sheet response.
The vendor must work with Consortium Leader to establish a mutually acceptable
alternate customer due date if the vendor determines at the time the order is received
that their stated interval cannot be met.
The vendor must provide a schedule of expedited charges (days less than standard
installation interval and charges) on the bid sheet response for all services bid.
When the e-Link Network transition and rollout begins, Ethernet will be the preferred
delivery medium. It is understood that build-out may be required to provide Ethernet to
locations that are not currently served by Ethernet. If Ethernet is not available at the
time an order is issued for additional bandwidth or a new site, etc., Consortium Leader
will work with the vendor to determine if and when Ethernet may be available. If an
acceptable service date cannot be met, Consortium Leader may choose to fulfill the
bandwidth requirement via PPP access and convert to Ethernet if it becomes available
for a site. If Ethernet cannot be provided and PPP does not meet the needs for a
site, Consortium Leader reserves the option to cancel the award for that site,
rebid, or assign to another USAC RHC awarded vendor. If special construction,
excess construction, aid to construction, etc., is required, Consortium Leader
may cancel the award for that site and rebid.
E. DELIVERY AND PROVISIONING OF SERVICE:
Consortium Leader requires service delivery within the periods defined below after
receipt of the order (ARO). Extended delivery dates may be considered when in the best
interest of the consortium, including situations involving crossing public rights-of-way.
Consortium Leader shall have final determination into which of the following scenarios a
service falls.
Existing Fiber to site (if owned by awardee) or direct line of sight available for fixed
wireless or other technology -Up to 60 calendar days -
Arkansas e-Link Network Consortium Telehealth Network, FCC RFP 2015-0088
Page 47
Minor Build includes locations with spare fiber to the customer demarcation point and no
major equipment installation is required by the awardee in the Central Office (CO) or
inter-office. - Up to 90 calendar days Major Build includes locations where construction is required including up to half mile of
new fiber, multiple splice points and/or placing CO or inter-office equipment. - Up to 120
calendar days Complex Build includes locations involving permits, conduit, and more than a half mile
of new fiber and/or major central office projects including installing core routers. - Up to
180 calendar days If, after the vendor has accepted the order, the vendor’s interval is in excess of the
requested number of calendar days for any scenario in Figure A, the vendor must detail,
in days, the various time components comprising the vendor’s interval when requesting
an extension of time in order to substantiate the request and track progress during the
extended interval. For example:
ï‚·
ï‚·
ï‚·
ï‚·
ï‚·
ï‚·
0-5 days - Order processing and acknowledgement
6-10 days – Facilities review
11-20 days – Facilities engineering
21-90 days – Facilities construction, fiber placement, and splicing
60-120 days – CO equipment installation and inter-office facility build
121-140 days – Service installation, testing, and turn-up
The vendor must supply all available detail as determined by Consortium Leader when
requesting an extension.
1. The Vendor must submit weekly jeopardy reports to the customer Project Manager or
designee.
2. Awardees must make the request for an extension on or before the stated Deadline
for Extension.
Installation due date shall be defined as the actual agreed upon date that the services
must be made available to the customer. Exceptions to this include any delay, failure in
performance, loss, or damage due to Force Majeure events described in this RFP, or
other causes beyond such party’s reasonable control as well as customer applications,
equipment, or facilities problems. Consortium Leader shall have final determination of
any qualifying exception.
Arkansas e-Link Network Consortium Telehealth Network, FCC RFP 2015-0088
Page 48
If any agreed upon or established due date or interval is subject to being missed by more
than three (3) business days, the customer will be notified within two (2) business days of
the original due date and a new due date shall be negotiated.
A planned due date must be established, and provided to the customer in writing, for
tracking purposes for all orders.
If an acceptable due date cannot be established, the Consortium Leader shall have the
right to cancel the order and alternate methods of procurement may be pursued by the
Consortium Leader.
All deliveries must be made during normal state work hours and within the agreed upon
number of days unless otherwise arranged and coordinated with the Consortium Leader.
The vendor shall give the Consortium Leader immediate notice by email of any
anticipated delays or plant shutdowns that will affect the delivery requirement.
Loss or damage that occurs during shipping, prior to the order being received by the
Consortium Leader shall be the vendor’s responsibility. All orders should be properly
packaged to prevent damage during shipping.
"Business days” shall be defined as Monday through Friday of each week exclusive of all
official State holidays.
The Consortium Leader shall have the right to have vendor equipment delivered to the
end user service address or to UAMS warehouse at:
University of Arkansas for Medical Sciences
4301 West Markham Street
Little Rock, AR 72205
Or other ordering entity address as specified. This option will be communicated in the
Consortium Leader’s or Consortium Member’s work order/purchase order.
F. ACCEPTANCE STANDARDS
Inspection and acceptance/rejection of product(s) or services shall be made within
30 days of receipt or turn-up.
The customer shall have the option to return or refuse any product(s) or service(s) within
the 30 day timeframe for any reason. Bid must include a “total satisfaction” policy for all
products and services and shall not impose any liability on the State for such returns or
refusal of service acceptance.
Arkansas e-Link Network Consortium Telehealth Network, FCC RFP 2015-0088
Page 49
G. CANCELLATION
In the event Consortium Leader no longer needs the service or commodity specified in
the contract or purchase order due to program changes, changes in laws, rules, or
regulations, relocation of offices, or lack of appropriated funding, Consortium Leader shall
have the right to cancel the contract or purchase order by giving the vendor written notice
of such cancellation 30 days prior to the date of cancellation.
Consortium Leader shall not be responsible for payment of fees and charges through the
date of termination for Consortium Members.
H. ADDITIONAL REQUIREMENTS (LICENSE AGREEMENTS / SLA / SERVICE
REQUEST DOCUMENTS):
e-Link Network shall not accept or execute any vendor’s license agreements, service
agreements, or service request documents. Do not include any such documents in
the bid response. The RFP and the awarded vendor’s bid response to the RFP, and any
clarifications (if necessary) shall represent the entire agreement for the provisions of
products and services required herein. The vendor will receive orders from the
Consortium Leader on behalf of Consortium Members.
Any language or provisions contained in any of the vendor’s or third party’s web
application “click-through” licensing agreement(s) shall not have force or effect and shall
be nonbinding if such language or provision conflict with the terms and conditions of this
RFP. The terms and conditions of this RFP shall supersede and govern in the event of
conflict with the language or provisions contained in any of the vendor’s or third party’s
web application “click-through” licensing agreement(s).
2.10
VENDOR SUPPORT REQUIREMENTS
A. Restoration of service after catastrophic events such as fires, storms,
earthquakes or accidental damage shall be on an around-the-clock basis, 24 hours a
day/ 7 days a week.
B. The vendor must accept trouble reports from Consortium Leader or Consortium
Leader’s designee in conjunction with the services being provided under this
contract. There shall be no additional charge for this service.
C. Consortium Leader holds standing monthly vendor meetings as part of our vendor
management program to review service results and arrive at remedies to improve or
correct deficiencies. The agenda for each month’s meeting will be sent out in
advance. The successful vendor shall have the appropriate personnel to address all
agenda items onsite or available by vendor-provided and paid Conference Bridge
and/or web meeting.
Arkansas e-Link Network Consortium Telehealth Network, FCC RFP 2015-0088
Page 50
D. The successful vendor must assign a Service Manager responsible for all aspects of
the contract and vendor performance. The Service Manager must act as the central
point for advanced escalations for all issues. The Service Manager will be
responsible for providing reports of measurable results for such things as Network
Provisioning Performance, Network Maintenance Performance, Service Billing
Performance, and other desired metrics. The Service/Project Manager may be asked
to prepare a Service Action Plan (SAP) when there are complex outstanding service
issues. The SAP will be agreed upon by both Consortium Leader and the Service
Manager. Reviews will be conducted to audit progress in implementing action plans
in order to document and measure progress toward the desired outcome
E. The successful vendor must assign account specific, not pooled resources, for
administrative and technical support personnel who are familiar with the video
conferencing networks and Consortium Leader processes to assist in initiating
orders, resolving service problems, trouble escalation, billing errors, etc. Local
resources are preferred.
F. The bidder(s) for access/MPLS backbone network must have out-of-band access
to their network elements that provides the ability to monitor and receive alarms even
if the network is out of service. Consortium Leader desires proactive monitoring for
Ethernet and MPLS services that will initiate an alarm when part of the bandwidth
is lost. When the alarm is received, Consortium Leader requires that the vendor
initiate action to resolve the problem and notify Consortium Leader within fifteen (15)
minutes via e-mail or phone call as selected by Consortium Leader.
G. The following questions MUST be answered prior to contract award.
1. The vendor must provide the one point of contact where all troubles will be
reported for any of the services or facilities specified in this RFP. The personnel at
this location shall be responsible for coordinating all efforts to correct the trouble
and will update Consortium Leader at intervals to be established by Consortium
Leader and the vendor.
2. The vendor must provide a toll free number, which must be attended 24 hours a
day, 7 days a week with qualified personnel to handle trouble reports from
Consortium Leader.
3. The vendor must specify or provide an overview of how they handle critical
outages as defined by Consortium Leader as an outage that has denied
connectivity to a large segment of Consortium Leader customers or isolated a
critical site or service. Examples of these outages include an ice storm,
earthquake, or tornado, etc., disrupting Consortium Leader operations.
Arkansas e-Link Network Consortium Telehealth Network, FCC RFP 2015-0088
Page 51
4. The vendor must provide an escalation procedure with contact information, i.e.
names, titles, phone numbers, and pager number, for 24/7 support for all service
type bids. Consortium Leader must be able to initiate the escalation procedure
24 hours a day, 7 days a week for critical outages.
5. The vendor must list the performance reports and maintenance reports that are
available to Consortium Leader for the services bid and describe how they can be
accessed by Consortium Leader, i.e. Web Interface, telephone or other electronic
access.
6. The vendor must describe the process required for Consortium Leader to initiate
a vendor test of a service and have the results returned. The vendor must also
state the charge associated with a Consortium Leader initiated test in the bid
response sheet.
7. Vendors must submit samples of available reports for various metrics and a
sample Service Action Plan.
8. Consortium Leader desires to use ServiceNow software for electronically opening
trouble tickets which will interface through email protocol or ServiceNow API with
the vendor’s trouble reporting system and have the vendor’s system electronically
return status reports to ServiceNow software. The vendor must state if its trouble
reporting system has interface capabilities with ServiceNow software.
ServiceNow software has the ability to send email to a pre-defined email address
as well as auto- process an email reply to the previously sent email or externally
interface via ServiceNow API.
9. Vendor must describe its software trouble reporting system and how Consortium
Leader can access the system for originating trouble reports and receiving status
reports.
2.11
BILLING REQUIREMENTS USAC RHC PROCESS
A.
The vendor must describe their process for resolving billing errors and the
turnaround time for correcting these billing errors prior to contract award.
B.
The vendor must conduct a first bill review within thirty (30) days of the first bill
cycle to verify correctness of billing. If incorrect rates or quantities are found, they
must be corrected no later than the third billing cycle. Consortium Leader
reserves the right to withhold processing invoices until corrections have been
made and a corrected invoice is received.
C.
The vendor must set up and maintain account billing on an ongoing basis at no
charge as directed by Consortium Leader to facilitate cost accounting and cost
recovery.
Arkansas e-Link Network Consortium Telehealth Network, FCC RFP 2015-0088
Page 52
D.
The vendor must not password protect billing without prior approval of
Consortium Leader.
E.
The vendor must stop billing for service 30 days after the date the notification to
disconnect service is received or on a future date if requested.
F.
Each service location billed on the vendor invoice must have a service location
plus circuit ID, telephone number, Universal Service Administration Company
Health Care Provider (USAC/HCP) number or equivalent which will be used to
identify the location. Vendors must invoice Consortium Leader by line of service
or speed and in the account format directed by Consortium Leader to facilitate
Rural Health filing and OMB A-87 compliance. An invoice with only the
Consortium Leader address, account number and amount is not acceptable.
G.
End to End Circuit billing must be provided on same invoice.
H.
Detailed Contract Rate must match each line item bid as it will appear on the
monthly billing statement.
I.
Detail billing fields should include:
1.
2.
3.
4.
5.
6.
Vendor Account Number
Invoice Number
Invoice Date
Invoice From Date
Invoice To Date
User ID, Extension, Subsystem, Circuit ID, Telephone No., Inventory
number, etc.
7. Quantity
8. Unit Price
9. Total Amount
10. Transaction Date
11. Transaction From Date
12. Transaction To Date
13. Product Code, Service Code, USOC, Inventory Item
14. Description
15. Service Order Number
16. Contract Number
17. Vendor Work Order Number
18. Originating Location
19. Terminating Location
20. Taxes
21. Fees
Arkansas e-Link Network Consortium Telehealth Network, FCC RFP 2015-0088
Page 53
The method of award after vendor selection will be purchase of broadband connectivity,
managed services, networking equipment and warranties through 65% funding support
provided by USAC RHCF Program and 35% directly from Consortium Members.
USAC RHCF invoicing is a joint process between Consortium Leader and vendor. Upon
receipt of a vendor's bill, the Consortium Leader creates and approves an invoice for
services received, certifying that the invoice is accurate and that each consortium
member has paid its 35% contribution. The Consortium Leader then sends the invoice to
the vendor. The vendor certifies the invoice's accuracy and submits FCC Form 463 to
USAC to complete the payment process. All invoices must be received by USAC within
six months of the end date of the funding commitment.
Guidelines and Sample Invoice can be found at:
http://www.usac.org/_res/documents/rhc/pdf/forms/FCC-Form-463-Form-andInstructions.pdf
All RFP winning vendors per USAC regulations, are required to submit Form 463 for
65% reimbursement from USAC. Consortium Leader per USAC regulations is required
to certify Form 463 with RFP winning vendor(s).
Consortium Members will reimburse vendor 35% of the USAC RHCF “eligible
costs”. USAC RHCF support will reimburse vendor(s) 65% of “eligible costs” by
submitting FCC Form 463 in conjunction with Consortium Leader. Consortium Members
that are “ineligible” for USAC RHCF support will reimburse vendor for 100% of “fair share
costs” for broadband connectivity, managed services, networking equipment and
warranties.
UAMS, UAMS CDH, Arkansas e-Link Consortium Leader will not be responsible
for Consortium Members 35% eligible cost payments to vendor. Vendors will bill
and collect the 35% cost payments from individual Consortium Members.
UAMS, UAMS CDH, Arkansas e-Link Consortium Leader will not be responsible
for Consortium Members 100% “ineligible” cost payments to vendor. Vendor(s)
will bill and collect the 100% cost payments from individual Consortium Members.
Sites and Services Substitutions
Consortium Leader requires the vendor(s) to allow site and service substitutions in
accordance with Appendix D, 47 C.F.R. § 54.646. RFP applicants will make site and
service adjustments in accordance with the Sites and Services Substitution rules found
in the HCF Order (47 C.F.R. § 54.646: 746 Appendix D 47 C.F.R. § 54.646
Arkansas e-Link Network Consortium Telehealth Network, FCC RFP 2015-0088
Page 54
2.12
ONGOING PERFORMANCE REQUIREMENTS BY VENDORS.
A. Ongoing performance requirements will begin upon customer acceptance of
service.
B. Consortium Leader’s goal is to have the service maintain a one hundred percent
(100%) up time per site.
C. Vendors must state their remedies, approaches, and/or corporate position that
would support the above performance goal prior to contract award.
D. Consortium Leader reserves the right to conduct vendor meetings during the period
of the contract as needed to review service results and arrive at remedies to
improve or correct deficiencies.
E. If the service fails to meet the RFP requirements within one (1) month of the
installation date, Consortium Leader will work with the vendor to initiate a
performance improvement plan. If that fails, Consortium Leader reserves the right
to terminate the agreement in part or its entirety.
F. In the event a minimum ninety-nine & ninety five one-hundredth percent (99.95%)
up time per site is not maintained for any consecutive two (2) month period, the
vendor will receive formal notice in writing and refund Consortium Leader for the
outage time. The vendor will be required to take the necessary action to increase
the up time to at least ninety-nine & ninety five one hundredth percent (99.95%) in
the month subsequent to written notification. In the event the service does not meet
the required 99.95% up time in any sixty (60) day period, excluding normally
scheduled upgrades and maintenance if the customer has been notified, vendor
must take one or more of the following actions unless Consortium Leader and the
vendor agree that the problem has been corrected and the service is currently in
good working order.
1. Provide an on-site Customer Engineer for analysis and correction of the
problem.
2. Provide back-up service, if available.
G. The vendor must provide Consortium Leader with performance objectives that are
equal to or exceed the objectives, along with the actual monthly results, from Table
2, Performance Objectives:
Arkansas e-Link Network Consortium Telehealth Network, FCC RFP 2015-0088
Page 55
Table 2: Performance Objectives
Performance
Objective
CORE NETWORK
Network Latency
≤ 37 ms: round
trip PE to PE
router
Performance Objective Credit
1/30 Monthly Recurring Charge
(MRC) of service for the sites affected for
each day the objective is not met
Network Data Delivery
≥ 99.95%: PE to
PE Router
1/30 MRC of service for the sites
in the affected region for each day the
objective is not met
Jitter
≤ 2.0 ms round
trip: PE to PE
router
1/30 Total MRC of service for the
sites in the affected region for each day
the objective is not met
Site Availability
100%
Time to restore 8Hrs ≥ 50% total
MRC for the affected sites
Time to restore ≥ 16Hrs: 100% MRC for
the affected sites
ACCESS PPP
Site Availability
100%
Time to restore 8Hrs ≥ 50% total
MRC for the affected sites
Time to restore ≥ 16Hrs: 100% MRC for
the affected sites
ETHERNET ACCESS
Site Availability
100%
Time to restore 8Hrs ≥ 50% total
MRC for the affected sites
Time to restore ≥ 16Hrs: 100%
MRC for the affected sites
Packet Delivery
99.5%
Service credit of 25% of MRC after
30 days of failure to meet service
parameter
Latency
<27 ms one way
Service credit of 25% of MRC after
30 days of failure to meet service
parameter
Arkansas e-Link Network Consortium Telehealth Network, FCC RFP 2015-0088
Page 56
ALL SERVICES
Multiple Outages
More than 2
vendor troubles on
the same circuit in
one 30 day period
Outage time for computation of
service credits will be additive for
the 30 day period
Arkansas e-Link Network Consortium Telehealth Network, FCC RFP 2015-0088
Page 57
H. The vendor On-Time Provisioning Performance Objective must be followed to
complete installation of a new service component including the access lines
connected to such service component by the date negotiated by the customer
and the vendor. If the vendor does not meet this performance objective the
customer may elect one of the following remedies.
1. Cancel the order at no charge. Consortium Leader may cancel the
subsection of the award and rebid.
J. Vendors must provide, prior to contract award, the process that is required by
Consortium Leader to obtain rebates, service outage credits, etc., in the event
the service does not meet performance objectives. Consortium Leader prefers
that the vendors automatically provide the credits when objectives are not met
and inform Consortium Leader electronically that credits have been provided.
K. The vendor shall not be responsible for failure to meet any performance
objectives resulting from the following issues.
1. Negligent conduct or misuse by customers or users.
2. Failure or def icient performance of power, customer equ ipment ,
services or systems not provided by the vendor.
3. Periods when a service component is removed from service for
maintenance, replacement or rearrangement purposed or for
implementation of a customer order if the vendor has received a release
from Consortium Leader for maintenance, replacement or rearrangement.
L. Although Consortium Leader specified performance objectives provided
parameters that are to be used to determine when an outage credit must be
received, it is equally important for Consortium Leader to know that the vendor
has tested the service and it has Tested O.K (TOK) or not. Being timely
informed of the status of an outage and that the vendor is working the issue
or that Consortium Leader needs to pursue other options is important. For
each service bid, the vendor shall state the target and expected maximum
response times to provide an initial status, normally tested trouble or TOK, to
Consortium Leader prior to contract award.
M. Consortium Leader uses ServiceNow as our incident management system.
There is a need to make more effective use of our personnel and get information
back quickly concerning the status of service issues. The vendor must
describe any planned automated method for Consortium Leader to be able to
have a test started and/or receive the results electronically prior to contract
award.
Arkansas e-Link Network Consortium Telehealth Network, FCC RFP 2015-0088
Page 58
Contract Exit Management and Transition
PART III: ACCEPTANCE
3.0
ACCEPTANCE
Acceptance consists of Consortium Leader on behalf of e-Link Network agreeing to
the quality and performance level of the vendor's services based on meeting all
requirements of the RFP. If e-Link Network connectivity services have not
conformed to the vendor's published specifications and the specifications as stated
in response to the RFP for thirty (30) consecutive days, the Consortium Leader
Purchasing Official may:
A. Terminate the agreement in its entirety.
B. Accept the services in the event of minor deviations.
C. Upon mutual agreement, continue the acceptance test for an additional sixty
(60) days or until services conform to the vendor's published specifications
and the specifications as stated in response to the RFP for thirty (30)
consecutive days.
PART IV: CRITERIA FOR SELECTION
4.0
CRITERIA
A. After qualification of bids regarding the fulfillment of mandatory requirements,
selection of the successful bidder will be determined in Committee by evaluation
of several factors. All information provided in response to this RFP will be used
to apply scoring criteria. Evaluation of responses will be conducted in
three phases.
1. Preliminary evaluation and assignment of tentative rating points.
2. Site visits and demonstrations (optional).
3. Final evaluation and assignment of final rating points.
B. Vendor should address in their bid response how their experience and abilities
apply to the scoring criterion outlined in this section. See Section 4.1
1. Network Support Services.
2. Vendor history and past performance.
3. Cost.
Arkansas e-Link Network Consortium Telehealth Network, FCC RFP 2015-0088
Page 59
ADDITIONAL AWARD CRITERIA
A. Bids must meet or exceed all defined specifications.
B. Bids must meet all terms and conditions of this RFP and the laws of the State of
Arkansas.
C. Awards will be based on the lowest cost provided by a responsible and responsive
bidder as specified. See 4.1 Point Scoring Evaluation Criteria for specific details
regarding how low cost shall be determined.
D. Awards will be based on a per location, segment, or component of service basis as
described in the RFP and Official Vendor Price Sheet and Vendor Bid Spreadsheet
E. The lowest cost for each location, segment, or component of service will be determined
by the average cost per megabit per second (Mbps) over the life of the contract,
including installation and any construction cost not specifically waived.
F. Secondary and tertiary awards may or may not be selected for the bidder with the
second and third lowest average cost per Mbps per location, segment, or component as
described in the RFP and Official Price Sheet. If awarded, service(s) may or may not be
procured from the secondary or tertiary vendor(s).
4.1
POINT SCORING EVALUATION CRITERIA
A. Network Support Services (Maximum Weight = 25)
The evaluation of the vendor's proposed services will be based upon
1. Demonstrable knowledge of (describe your experience with) both technical
and functional Telehealth Networks
2. Basic and Advanced Video Conferencing Network connectivity
3. Basic and Advanced Data Network connectivity
4. Wide Area Network connectivity
5. Managed Network services including MPLS
6. Advanced Experience with networking equipment – routers, switches, etc.
7. Project management, data collection and analysis
B. Vendor History and Past Performance (Maximum Weight = 30)
The evaluation of the vendor's performance history and business stability will be
based upon
1. Number of Healthcare and Telehealth networked (video and data) customers
and quantity of business currently serviced by the Bidder.
2. Number of similarly designed systems in a healthcare setting comparable to
e-Link Network.
Arkansas e-Link Network Consortium Telehealth Network, FCC RFP 2015-0088
Page 60
3. Number of years in the Network connectivity service business.
4. Number of large scale projects utilizing multiple telecommunications
providers.
5. Financial solvency and profile of the organization.
6. Prior vendor history and past performance delivering services and meeting
project goals and time lines.
C. Cost (Maximum Weight = 45)
This shall be assigned as follows:
1. Lowest total contract cost for the system will receive 45 points. The total
contract cost includes all costs incurred over the contract term and any other
costs for which the vendor will invoice the Consortium Leader.
2. Remaining bids shall receive points in accordance with the following formula:
(a/b) * c = d
a = the lowest cost bid
b = the second (third, fourth, etc.) cost bid
c = the maximum number of points allowed for cost (45 points)
d = number of points allocated to respective bid
NOTE: Consortium Leader will quantify TOTAL system support service costs
based on information gleaned from vendor recommendations, referenced
customers, responses to questions, system presentations, etc.
All charges must be included on the Official Price Sheet and must include all associated
costs for the services being bid.
On the Official Price Sheets and Vendor Bid Spreadsheet, taxes and fees must be listed
separately from the price bid for service, construction, etc. The vendor must provide a
representative example of the taxes and fees that will be charged to the customer on
Official Price Sheet and Vendor Bid Spreadsheet.
Vendor(s) should provide at least one version of their electronic pricing response that is not
password protected and does not contain any locked cells within their submitted electronic
copy of their pricing response. The evaluation committee may use the vendor’s electronic
pricing response to develop pivot tables and other analyses that unrestricted access to the
vendor’s electronic pricing response.
Bid pricing must be valid for one hundred twenty (120) days following RFP opening to
allow sufficient time to evaluate bids.
Arkansas e-Link Network Consortium Telehealth Network, FCC RFP 2015-0088
Page 61
The Consortium Leader and Consortium Members will not be obligated to pay any costs
not identified on the Official Price Sheet and Vendor Bid Spreadsheet(s).
Any cost not identified by the vendor but subsequently incurred in order to provide the
services proposed shall be borne by the vendor.
Official Price Sheet and Vendor Bid Spreadsheet may be reproduced as needed.
Vendors(s) may expand items to identify all proposed services. A separate listing of
additional proposed services, which must include pricing, may be submitted with summary
pricing.
If, during the term of the contract and any extensions, there are any changes to legally
mandated and/or required charges, fees, taxes or other costs that the vendor must pass
through to the customer, the vendor must first provide notice of same to the customer, said
notice must be delivered no later than ninety (90) days prior to any proposed change, and
must include (a) the citation to the specific law, ruling, order, regulation or authorizing
action, (b) a copy of the document establishing the change, and (c) an explanation of how
the change is or will be calculated and applied to the pricing model.
In addition, vendors have the option of recovering certain administrative costs related to the
Universal Service Fund, some of which are addressed in FCC Order 02-329, and other
optional charges, such as, but not limited to, the Access Recovery Charge (ARC), and
others related to the Connect America Fund (CAF) and Intercarrier Compensation Reform
(ICC) addressed in FCC Order 11-161. Should the vendor elect to assess any such
optional charges, fees or other costs of any kind permitted by the above-referenced FCC
Orders or any other statute, order, rule or regulation, the vendor must first provide notice of
same to the customer, said notice must be delivered no later than ninety (90) days prior to
any proposed change, and must include (a) the citation to the specific law, ruling, order,
regulation or authorizing action, (b) a copy of the document establishing the change, and
(c) an explanation of how the change is or will be calculated and applied to the pricing
model. No increase or other adjustment of any charges or costs shall be allowed during the
term of the contract and any extensions without the consent of the customer.
The pricing for services awarded shall be examined at twenty-four (24) months
following contract award and at the time of any subsequent contract renewals. If it is
determined by Consortium Leader that market pricing has dropped, the Vendor must
negotiate new pricing with Consortium Leader at that time. At no time shall the
pricing for any awarded services increase from awarded pricing.
There are multiple pricing tables on the Official Price Bid Spreadsheet. Vendor must
provide pricing on all tables which specify that pricing is required. Vendor is not required to
provide pricing on tables that are specified as optional. See section instructions within the
Vendor Bid Spreadsheet for information regarding requirements for completing the Official
Vendor Bid Spreadsheet tables.
Arkansas e-Link Network Consortium Telehealth Network, FCC RFP 2015-0088
Page 62
ATTACHMENT A CONFIDENTIALITY AGREEMENT
(NOTES: A MODIFIED VERSION OF THIS AGREEMENT WILL NEED TO BE SIGNED AT
CONTRACT SIGNING.)
UAMS ADMINISTRATIVE GUIDE
NUMBER:
REVISION:
3.1.15
DATE: 03/05/02
PAGE: 1 of 2
University of Arkansas for Medical Sciences
CONFIDENTIALITY AGREEMENT EXAMPLE
GENERAL CONFIDENTIALITY AGREEMENT I, the undersigned, reviewed and understand the following statements:
• All patient, employee, student, and proprietary information is considered confidential and should not
be used for purposes other than its intended use.
• I have an ethical and legal obligation to protect confidential information used or obtained in the course
of delivering healthcare or performing other duties and understand that all policies on confidentiality
apply equally to data stored both in the computer and on paper records
• Authorization to disclose information is made only by managers and only on a need-to-know basis as
part of healthcare delivery, education, or research.
• Media contacts concerning any patient, employee, student, or research project must be referred
to the public relations office or to the appropriate Dean, Chancellor or Department Chairman.
• Education Administrators are responsible for communicating Consortium Leader confidentiality policy to
their students.
• Unauthorized use of, or access to, confidential information may result in discipline up to and including
termination of employment and/or dismissal from an academic program. Violation of confidentiality may
also create civil and criminal liability.
COMPUTER ACCESS CONFIDENTIALITY AGREEMENT - Persons with Computer Access
I, the undersigned, acknowledge that in the course of my work at UAMS CDH Arkansas e-Link Consortium Leader or
with personnel located at UAMS CDH Arkansas e-Link Consortium Leader, I will be privileged to information
confidential to UAMS CDH Arkansas e-Link Consortium Leader or to an individual patient, employee, or student. I
acknowledge receipt of my sign-on code to the UAMS CDH Arkansas e-Link Consortium Leader Network and
Systems and understand the following:
•
The sign-on and password code(s) that allow me access to application systems (any patient record,
student record, or financial record systems) are equivalent to my signature and I will not share the
passwords with anyone.
• I will be responsible for any use or misuse of my network or application system sign-on
code(s).
• I will not attempt to access information on the Consortium Leader network except to meet needs specific to
my job/position.
I, the undersigned, further understand and agree that the consequences of a violation of the above
Statements may result in disciplinary action up to and including termination, dismissal from an
academic program, loss of privileges, or termination of the relationship.
Signed:
SSN #
Date:
Print Name:
First Name
Department:
Witness/Manager’s Signature:
Middle Initial
Supervisor:
Last Name
Date:
Arkansas e-Link Network Consortium Telehealth Network, FCC RFP 2015-0088
Page 63
Department Head Signature:
(If Vendor then Department Head Signature required)
Date:
(Please return completed form to IS Security Administrator, Slot 637)
UAMS ADMINISTRATIVE GUIDE
NUMBER:
REVISION:
3.1.15
DATE: 03/05/02
PAGE: 2 of 2
Non-UAMS CDH Arkansas e-Link Consortium Leader Employees, Vendors &
Consultants Please provide the following additional information
1.
UAMS CDH Arkansas e-Link Consortium Leader Sponsor Name/Title?
Department:
2.
What type of access is needed: On-Site
Remote
Describe:
3.
Please describe why the access is needed:
Arkansas e-Link Network Consortium Telehealth Network, FCC RFP 2015-0088
Page 64
ATTACHMENT B
BUSINESS ASSOCIATE AGREEMENT
This Business Associate Agreement is made effective on the _______ of ______, 20 by and between _____________
with offices located
at_________________________, herein after referred to as “Business Associate” and the Board of Trustees of the University of Arkansas acting for and on
behalf of the University of Arkansas for Medical Sciences located at 4301 West Markham Street, Little Rock, AR 72205, hereinafter referred to as “Covered
Entity” (collectively referred to as “Parties”).
WHEREAS, Sections 261 through 264 of the federal Health Insurance Portability and Accountability Act of 1996, Public Law 104-191, known as “the
Administrative Simplification provisions,” direct the Department of Health and Human Services to develop standards to protect the security, confidentiality and
integrity of health information; and pursuant to the Administrative Simplification provisions, the Secretary of Health and Human Services issued regulations
modifying 45 CFR Parts 160 and 164 (the “HIPAA Security and Privacy Rule”); and
WHEREAS, the American Recovery and Reinvestment Act of 2009 (Pub. L. 111-5), pursuant to Title XIII of Division A and Title IV of Division B,
called the “Health Information Technology for Economic and Clinical Health” (“HITECH”) Act, provides modifications to the HIPAA Security and Privacy Rule
(hereinafter, all references to the “HIPAA Security and Privacy Rule” are deemed to include all amendments to such rule contained in the HITECH Act and any
accompanying regulations, and any other subsequently adopted amendments or regulations); and
THEREFORE, in consideration of the Parties’ continuing obligations under the Agreement, compliance with the HIPAA Security and Privacy Rule, and for
other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, and intending to be legally bound, the Parties agree to the
provisions of this Agreement in order to address the requirements of the HIPAA Security and Privacy Rule and to protect the interests of both Parties.
1.
Definitions
Except as otherwise defined herein, any and all capitalized terms in this Section shall have the definitions set forth in the HIPAA Security and Privacy
Rule. In the event of an inconsistency between the provisions of this Agreement and mandatory provisions of the HIPAA Security and Privacy Rule, as amended,
the HIPAA Security and Privacy Rule shall control. Where provisions of this Agreement are different than those mandated in the HIPAA Security and Privacy
Rule, but are nonetheless permitted by the HIPAA Security and Privacy Rule, the provisions of this Agreement shall control.
The term “Protected Health Information” means individually identifiable health information including, without limitation, all information, data,
documentation, and materials, including without limitation, demographic, medical and financial information, that relates to the past, present, or future physical or
mental health or condition of an individual; the provision of health care to an individual; or the past, present, or future payment for the provision of health care to
an individual; and that identifies the individual or with respect to which there is a reasonable basis to believe the information can be used to identify the individual.
“Protected Health Information” includes without limitation “Electronic Protected Health Information” as defined below.
The term “Electronic Protected Health Information” means Protected Health Information which is transmitted by Electronic Media (as defined in the
HIPAA Security and Privacy Rule) or maintained in Electronic Media.
The term "Required By Law" shall have the same meaning as the term "required by law" in 45 CFR 164.103.
2.
Permitted Uses and Disclosures by Business Associate
Except to the extent that a use or disclosure would violate the HIPAA Security and Privacy Rule if such use or disclosure were done by the Covered
Entity, Business Associate may use or disclose PHI to the extent reasonably necessary and in compliance with 45 CFR § 164.502(b) regarding the minimum
necessary requirements:
(a) to perform functions, activities, or services for, or on behalf of, Covered Entity as set forth in the Agreement;
(b) for the proper management and administration of the Business Associate or to carry out the legal responsibilities of the Business Associate,
provided that disclosures are Required by Law, or Business Associate obtains reasonable assurances from the person to whom the information is disclosed
that it will remain confidential and used or further disclosed only as required by law or for the purpose for which it was disclosed to the person, and the
person notifies the Business Associate of any instances of which it is aware in which the confidentiality of the information has been breached;
(c) to report violations of law to appropriate Federal and State authorities, consistent with 45 C.F.R. § 164.502(j)(1); and
(d) to provide Data Aggregation services to Covered Entity, if requested by Covered Entity, and as permitted by 42 CFR 164.504(e)(2)(i)(B).
3.
Obligations of Business Associate
(a) Business Associate agrees to not use or further disclose PHI other than as permitted by this Agreement or as Required By Law.
(b) Associate agrees to implement administrative, physical, and technical safeguards that (i) prevent use or disclosure of the PHI other than as provided
for by this Agreement and (ii) reasonably and appropriately protect the confidentiality, integrity, and availability of any electronic Protected Health Information
that it creates, receives, maintains, or transmits on behalf of Covered Entity; and ensure that any agent, including a subcontractor, to whom Business Associate
provides such information agrees to implement reasonable and appropriate safeguards to protect it. Business Associate agrees at the request of Covered Entity to
employ technologies and methodologies that render PHI unusable, unreadable, or indecipherable to unauthorized individuals that are consistent with National
Institute of Standards and Technologies (NIST) Special Publications.
(c) Business Associate agrees to, following the discovery of a Breach of Unsecured PHI, as defined in the HIPAA Security and Privacy Rule, notify the
Covered Entity of such Breach pursuant to the terms of 45 CFR § 164.410 and cooperate in the covered entity’s breach analysis procedures, including risk
assessment, if requested. A Breach shall be treated as discovered by Business Associate as of the first day on which such Breach is known to Business Associate
or, by exercising reasonable diligence, would have been known to Business Associate. Business Associate will provide such notification to Covered Entity without
unreasonable delay and in no event later than sixty (60) calendar days after discovery of the breach. Such notification will contain all of the elements required in
45 CFR § 164.410. The Parties agree that Business Associate is not an Agent of Covered Entity.
(d) Business Associate agrees to mitigate, to the extent practicable, any harmful effect that is known to Business Associate of a Breach of Unsecured PHI
or other use or disclosure of PHI by Business Associate in violation of the requirements of this Agreement.
(e) Business Associate agrees to ensure that any agent of Business Associate, including a subcontractor, to whom it provides PHI received from Covered
Entity, or created or received by Business Associate on behalf of Covered Entity, agrees to the same restrictions and conditions that apply to this Agreement to
Business Associate with respect to such information.
(f) To the extent Business Associate maintains any PHI in a Designated Record Set, and such information is not also in the possession of Covered Entity,
Business Associate agrees to provide access, at the request of Covered Entity, and in the time and manner required under the HIPAA Regulations, such PHI to
Covered Entity or as directed by Covered Entity, to an individual authorized by state or federal law to receive the information, in order to meet the requirements
under 45 C.F.R. § 164.524.
(g) To the extent Business Associate maintains any PHI in a Designated Record Set, Business Associate agrees to make any amendments to the PHI that
Covered Entity has agreed to pursuant to 45 C.F.R. § 164.526, upon notification by Covered Entity to Business Associate that such information requires
amendment.
(h) Business Associate agrees to make internal practices, books, and records, including policies and procedures and PHI, relating to the use and disclosure
of Protected Health Information received from Covered Entity, or created or received by Business Associate on behalf of Covered Entity, available to the Secretary
of the United States Department of Health and Human Services or his/her designee solely for the purposes of determining Covered Entity’s compliance with the
HIPAA Regulations..
(i) Business Associate agrees to make available to Covered Entity Protected Health Information in response to a request for an accounting of disclosures
required by 45 C.F.R § 164.528. Business Associate also agrees to document its disclosures of the PHI, if any, and information related to such disclosures, as
would be required for Covered Entity to respond to a request by an individual for an accounting of disclosures of Protected Health Information pursuant to 45
C.F.R § 164.528. In the event of such a request, Business Associate agrees to provide to Covered Entity or to the requesting party, in the time and manner required
by 45 C.F.R. § 164.528, an accounting of any such disclosures.
(j) Business Associate agrees to not directly or indirectly receive remuneration in exchange for any PHI that it receives from or on behalf of Covered
Entity.
(k) Business Associate agrees not to make or cause to be made any written fundraising communication that is prohibited by the HIPAA Privacy and
Security Rule.
4.
Obligations of Covered Entity
(a) Covered Entity agrees to notify Business Associate of any limitations in its Notice of Privacy Practices to the extent that Covered Entity determines
that such limitation may affect Business Associate’s use or disclosure of PHI.
(b) Covered Entity agrees to notify Business Associate of any changes in, or revocation of, permission by the patient to use or disclose Protected Health
Information, to the extent that such changes may affect Business Associate’s use or disclosure of Protected Health Information.
(c) Covered Entity agrees to notify Business Associate of any restriction to the use or disclosure of PHI that Covered Entity has agreed to in accordance
with 45 C.F.R. § 164.522, to the extent that such restriction may affect Business Associate’s use or disclosure of Protected Health Information.
(d) Covered Entity agrees to notify Business Associate of any amendments made or required to be made to PHI in the possession of Business Associate,
pursuant to 45 C.F.R. § 164.526.
5.
Term and Termination.
(a) Except for termination for cause as set forth below, the Term of this Business Associate Agreement shall be effective as of the effective date stated
herein and shall continue for each year thereafter until the Parties agree otherwise in writing, signed by persons authorized to execute such agreements, and as long
as the Business Associate ceases to receive, use, create, disclose or maintain any PHI on behalf of Covered Entity. For such termination to be effective, such PHI
must have been destroyed by Business Associate or returned to Covered Entity in accordance with the terms of Paragraph 5(c).
(b) Upon Covered Entity’s knowledge of a material breach by Business Associate of the terms of this Business Associate Agreement, Covered Entity shall
have the right to (i) terminate immediately the Agreement and this Business Associate Agreement; or (ii) provide an opportunity for Business Associate to cure the
breach or end the violation within the time specified by Covered Entity, and if Business Associate does not cure the breach or end the violation within the time
specified by Covered Entity, then Covered Entity may terminate the Agreement and this Business Associate Agreement.
(c) Except as provided in this Business Associate Agreement, upon termination of this Business Associate Agreement for any reason, Business Associate
shall return or destroy all PHI received from Covered Entity, or created or received by Business Associate on behalf of Covered Entity, including any copies of
such PHI. This provision shall apply to PHI that is in the possession of subcontractors or agents of Business Associate.
In the event that Business Associate determines that returning or destroying the PHI is infeasible, Business Associate shall provide to Covered Entity
notification of the conditions that make return or destruction infeasible. Upon mutual agreement of the Parties that return or destruction of PHI is infeasible,
Business Associate shall extend the protections of this Agreement to such Protected Health Information and limit further uses and disclosures of such Protected
Health Information to those purposes that make the return or destruction infeasible, for so long as BUSINESS ASSOCIATE maintains such Protected Health
Information.
6.
Miscellaneous.
(a) Incorporation into Agreement. The Parties agree that this Business Associate Agreement is incorporated into and made part of the Agreement.
(b) Construction of Terms. To the extent they are not clear, the terms of this Business Associate Agreement shall be construed to allow for compliance
by both Parties with the HIPAA Security and Privacy Rule.
(c) Amendment. The Parties agree to take such action as is necessary to amend this Business Associate Agreement from time to time for the parties to
comply with the requirements of the HIPAA Regulations. All other amendments to this Business Associate Agreement agreed upon by the parties must be in
writing and signed by both parties.
(d) Waiver. The failure of either Party to enforce at any time any provision of this Agreement shall not be construed to be a waiver of such provision, nor
in any way to affect the validity of this Business Associate Agreement or the right of either Party thereafter to enforce each and every such provision
(e) No Third Party Beneficiaries. Nothing in this Business Associate Agreement shall confer upon any person other than the Parties and their respective
successors or assigns any rights, remedies, obligations or liabilities.
(f) Jurisdiction/Governing Law. Any disputes concerning or arising out of this Business Associate Agreement shall be adjudicated or heard in
Arkansas in a court, tribunal, or other administrative or judicial proceeding with competent jurisdiction. To the extent state law applies to this Business Associate
Agreement, or the application and interpretation of this Business Associate Agreement, the law of Arkansas shall govern without regard to its choice of law
principles.
(g) Notices. Notices permitted or required to be given hereunder shall be provided to:
UAMS Privacy Officer
4301 West Markham Street – Slot 829
Little Rock, AR 72205
Fax: [501] 526-7958
Telephone: [501] 603-1379
IN WITNESS WHEREOF, the Parties hereto have duly executed this Agreement to be effective as of the Effective Date.
Board of Trustees of the University
of Arkansas for and on behalf of the
University of Arkansas for Medical Sciences
By: ________________________________
By: ______________________________
Print Name: _________________________
Print Name: Suzanne Leslie
Print Title: __________________________
Print Title: Director of Procurement Services
Date: ______________________________
Date: ______________________________
Required information:
Telephone Number: _______________________
Federal ID Number or Social Security Number: ___________________________________
BAA document must be returned to:
Suzanne Leslie, Director of Procurement Services
Mail Slot 542
4301 West Markham Street
Little Rock, Arkansas 72205
LeslieSuzanne@uams.edu
(501) 686-6134 telephone
(501) 686-8130 fax
ATTACHMENT C LIST OF RFP PROPOSED SITES
Index#
766
785
923
3883
3884
3885
611
336
383
513
514
515
516
26
226
245
593
1
520
107
66
656
131
141
150
170
USAC #
41470
22113
12382
22114
16241
16300
18247
41465
38254
18360
16292
16267
16307
10777
33923
Site Address
City
State
139 School Ln
14701 Hwy. 111 South Bldg 5
1036 Highway 64 East
107 Thicksten Drive
220 Thicksten Drive
221 Thicksten Drive
309 South Edline
210 North Main
201 N. 26th Street
700 Main Street Suite 100
700 Main Street Suite 200
705 Main Stret
802 Main Street
605 S 10th St
3050 Twin Rivers Drive
2910 Cypress Rd
1 Prator Drive
308 Hwy 62 West
714 Ash Flat Drive
724 Ash Flat Dr
150 Keller St
451 West Locke Street
623 N. 9th Street
400 Highway 64 East
800 Main St.
1005 North 4th Street
Acorn
Alexander
Alma
Alma
Alma
Alma
Altheimer
Amity
Arkadelphia
Arkadelphia
Arkadelphia
Arkadelphia
Arkadelphia
Arkadelphia
Arkadelphia
Arkadelphia
Arkadelphia
Ash Flat
Ash Flat
Ash Flat
Ashdown
Ashdown
Augusta
Augusta
Augusta
Augusta
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
Zip Code
NPX 1
NPX 2
71953
72002
72921
72921
72921
72921
72004
71921
71923
71923
71923
71923
71923
71923
71923
71923
71923
72513
72513
72513
71822
71822
72006
72006
72006
72006
479
501
479
783
985
632
870
870
870
870
870
870
870
870
870
870
870
870
866
870
870
870
870
870
870
870
766
342
246
246
246
245
246
246
245
246
246
994
533
994
898
898
347
347
347
347
Latitude
Longitude
33.57571541
34.874693
35.28610197
35.486757
35.49124286
35.486757
36.322705
34.26724584
34.12306324
35.0189806
34.11968122
34.11968122
34.085898
34.11698395
34.12775216
34.12476135
33.21711481
36.24966473
35.13770871
36.22719599
33.67308272
33.45731975
35.28810301
35.284958
35.28223175
35.27427349
-92.85532141
-92.122352
-93.15275615
-94.227174
-94.20965686
-94.227174
-94.02785
-93.46086536
-93.08053142
-92.08125289
-93.05480589
-93.05480589
-93.045684
-93.0582352
-93.08098178
-93.08793115
-92.67416968
-91.61776939
-90.19352128
-91.60714564
-94.12870747
-94.03140501
-91.35796078
-91.362504
-91.36053395
-91.36474787
116
143
225
169
256
291
3832
152
154
158
521
558
1028
389
736
788
55
81
1073
1002
338
319
115
227
1007
410
368
786
100
865
16299
26074
13689
27585
38364
26087
33924
40570
18359
27553
37947
16260
38730
12640
41450
10942
37504
18023
18171
37841
22119
41473
22118
22117
623 N 9th St
178 Hwy 167 North
2802 Highway 367 North
75 East Court Street
815 Fort Street
401 Chateau
1311 Fort St # J
1175 Vine Street
110 Camp Tahkodah
4100 Harrison Street
1800 Myers St
25 Gap Rd
500 East Main Street
1550 Cottonwood Dr.
710 S. St. Louis St.
420 Barnett Drive
120 Weaver Ave
40 Allen Chapel Rd
1710 Harrison Street
1215 SIDNEY ST. SUITE 201
150 North School Street
326 Southside Rd
306 N Gum St
47 Hwy 64 West
1801 Forest Hills Blvd.
307 East Sevier Street
121 Cox Street
6701 Hwy 67 South
1612 Edison Ave.
1 Medical Park Drive
Augusta
Bald Knob
Bald Knob
Bardwell
Barling
Barling
Barling
Batesville
Batesville
Batesville
Batesville
Batesville
Batesville
Batesville
Batesville
Batesville
Batesville
Batesville
Batesville
Batesville
Bearden
Bee Branch
Beebe
Beebe
Bella Vista
Benton
Benton
Benton
Benton
Benton
AR
AR
AR
KY
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
72006
72010
72010
42023
72923
72923
72923
72501
72501
72501
72501
72501
72501
72501
72501
72501
72501
72501
72501
72501
71720
72013
72012
72012
72715
72015
72015
72015
72015
72015
870
501
870
270
479
479
347
724
347
628
434
452
870
870
870
870
870
870
870
870
870
870
870
870
870
870
501
501
501
479
501
501
501
501
501
793
569
307
793
793
569
793
612
793
793
793
307
698
687
654
882
882
751
315
776
860
303
776
35.28810301
35.305421
35.3087275
36.874889
35.32761682
35.32738047
35.33222657
35.77403544
35.773469
35.76736036
36.22717864
36.21722427
33.21017708
35.76138863
34.4849716
36.36706652
35.773469
35.73693731
36.13037057
34.73843609
33.73061
35.43140796
35.07052627
35.06894997
36.20619979
34.56384474
34.56215695
34.61538086
34.55624007
34.5663996
-91.35796078
-91.585816
-91.57001128
-89.00882
-94.30476106
-94.3001897
-94.30981216
-91.64112253
-91.6381
-91.59157275
-91.60715556
-92.6808816
-92.63103441
-91.63875648
-93.03280672
-94.19757616
-91.6381
-91.6363459
-92.12953235
-92.39527159
-92.636797
-92.38611067
-91.88637628
-91.91681246
-94.1381467
-92.5839568
-92.57248442
-92.44802953
-92.55274289
-92.58646115
851
132
522
523
524
769
787
751
772
348
349
350
352
23
689
460
707
74
506
1061
292
293
67
289
594
163
325
708
76
77
37826 100 Rivendell Dr
900 B South Walton Blvd. Suite 21
602 N Walton Blvd
602 N Walton Blvd
602 N Walton Blvd
22122 2508 S.E. 20th Street
37945 1004 S. E. 5th Street
22120 3000 Medical Center Parkway
13825 208 Highway 62 West
101 Potter Street
805 W. College Street
806 W. College Street
705 W. College Street
16238 402 Hailey Rd
16316 214 Carter Street
26589 4102 Memorial Drive
209 S Lockard St
16273 1299 N 10th St
16304 1520 North Division Street
12588 174 North Welsh
1501 E Main
1501 E Main
16268 721 W 1st St
10773 880 West Main
41462 87 Reed Road
26088 615 North Main Street
12010 306 W. Martin Luther King
490 Broadmoor Dr
38718 915 S Grand Ave/409 west 4th
16275 306 Doctor Martin Luther King Dr
Benton
Bentonville
Bentonville
Bentonville
Bentonville
Bentonville
Bentonville
Bentonville
Berryville
Berryville
Berryville
Berryville
Berryville
Berryville
Berryville
Blytheville
Blytheville
Blytheville
Blytheville
Booneville
Booneville
Booneville
Booneville
Booneville
Booneville
Brinkley
Brinkley
Brinkley
Brinkley
Brinkley
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
72015
72712
72712
72712
72712
72712
72712
72712
72616
72616
72616
72616
72616
72616
72616
72316
72316
72316
72316
72927
72927
72927
72927
72927
72927
72021
72021
72021
72021
72021
501
479
800
479
479
479
479
479
870
870
870
870
870
870
417
870
870
870
870
479
479
479
479
479
479
870
870
870
870
870
316
715
587
464
271
273
254
553
423
423
423
423
423
423
820
532
763
763
838
675
675
675
675
849
675
734
400
734
734
734
35.88712333
36.36140098
35.76217499
36.37869058
36.37869058
36.099773
34.5262618
36.375647
36.16246417
36.36829719
36.36820966
36.36839023
36.36818904
36.3631084
35.017534
35.95928129
34.50826128
35.93922379
34.30674683
35.35285432
35.14190906
35.14190906
35.13815914
35.14112148
34.18438067
34.87932283
34.891991
35.92724303
34.891991
34.891991
-90.70184654
-94.22022526
-91.63691711
-94.22021585
-94.22021585
-94.153894
-92.64953956
-94.209338
-94.18401849
-93.57653471
-93.5766934
-93.57672127
-93.57546294
-93.54850993
-94.201396
-89.95670999
-90.62727325
-89.91458107
-92.40033899
-94.35552558
-93.90283348
-93.90283348
-93.93462069
-93.93632562
-93.08916039
-91.19456583
-91.193555
-89.88308887
-91.193555
-91.193555
229
246
157
168
3882
792
70
231
247
387
525
764
82
762
200
144
1074
789
22123
22125
40593
22127
1086
149
698
230
408
484
60
61
624
3864
313
22130
33922
10438
22131
25946
37953
39183
22126
41476
10772
16279
12638
18195
26085
22129
37948
18021
38707
14651
16848
110 North New York Street
4411 Hwy 5 North
5830 Highway 5 West
614 N Grant St.
207 Plaza Blvd
412 Cleveland
118 South 1st Street
205 Westport Drive
205 Westport Dr Ste 1
61 Grasse Street
115 Jefferson St SW
157 Grinstead St.
740 California Ave SW
638 California Ave SW
353 Cash Road SW
821 East Park Street (Hwy 70)
301 South Main Street
1276 S. Main Street
195 Hospital Drive Suite A
2624 Hwy 42
245 Madison Street
198 South Main Street
1021 East Poplar Street
1000 Buchanan Street
6 Professional Park Dr
1219 Rogers Ave
1100 East Poplar Street
311 Central Street
465 Medical Center Parkway
Brinkley
Bryant
Cabot
Cabot
Cabot
Cabot
Cabot
Cabot
Cabot
Calico Rock
Camden
Camden
Camden
Camden
Camden
Carlisle
Cave City
Cave Springs
Cherokee
Village
Cherry Valley
Clarendon
Clarendon
Clarksville
Clarksville
Clarksville
Clarksville
Clarksville
Clarksville
Clinton
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
72021
72022
72023
72023
72023
72023
72023
72023
72023
72519
71701
71701
71701
71701
71701
72024
72521
72718
870
501
501
501
734
847
941
941
501
501
501
501
870
870
870
870
870
870
870
870
479
843
843
843
843
297
836
836
836
361
837
552
283
245
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
72525
72324
72029
72029
72830
72830
72830
72830
72830
72830
72031
870
870
870
870
479
479
479
479
479
257
442
747
787
754
754
754
754
754
501
745
34.891991
34.6195443
34.964998
34.96888852
34.964998
35.13912671
34.97290369
34.964998
34.964998
36.152503
36.37869058
33.5854442
33.57372923
35.70253144
33.58088504
34.78094141
35.76945587
35.78851903
-91.193555
-92.50931721
-92.015595
-92.01885522
34.964998
-90.18732883
-92.0169843
-92.015595
-92.015595
-92.016533
-94.22021585
-92.83029757
-92.83524679
-90.01647533
-92.85111742
-91.73684672
-91.63289618
-91.64242827
35.28723551
35.40223662
35.36330017
34.695459
35.46443026
35.4796497
35.46134981
35.45113067
35.45556175
35.465085
35.55860741
-91.36505305
-90.7999193
-94.35064041
-91.30756
-93.44288437
-93.47290899
-93.44540786
-93.46531721
-93.46075037
-93.471562
-92.45444838
526
1044
111
776
425
147
402
406
473
474
601
602
43
44
248
400
198
595
2
709
27
146
120
218
14
216
220
117
360
856
22132 2526 Highway 65 S Ste 202
Highway 95 East
16297 526 Quality Dr
10250 2500 Hwy 65 South
18362 2526 Highway 65 S
33901 1500 Museum Road
1600 Dave Ward Dr. Suite C
27765 350 Salem Road
1700 South Blvd.
324 S. German Lane
615 East Robins Street
1615 Independence Street
22135 811 N Creek Dr
38641 1101 Museum Rd Ste 7
22136 815 Hogan Lane
22134 2302 College Avenue
350 S. Donaghey
41461 150 East Siebenmorgen Road
22137 1300 Creason Road
22138 602 David St.
16242 301 N Missouri Ave Ste 18
13690 125 Oak Street
211 School Road
208 N. Ark St.
16232 1300 W 5th Ave
13757 1015 Unity Road
22139 1003 Fred LaGrone Drive
18022 1309 E 8th St
10641 719 Detroit St
41460 200 North 3rd Street
Clinton
Clinton
Clinton
Clinton
Clinton
Conway
Conway
Conway
Conway
Conway
Conway
Conway
Conway
Conway
Conway
Conway
Conway
Conway
Corning
Corning
Corning
Cotton Plant
Crossett
Crossett
Crossett
Crossett
Crossett
Danville
Danville
Dardanelle
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
72031
72031
72031
72031
72031
72032
72032
72032
72032
72032
72032
72032
72032
72032
72032
72032
72034
72032
72422
72422
72422
72036
71635
71635
71635
71635
71635
72833
72833
72834
866
501
501
501
501
501
501
479
501
501
501
501
501
501
501
501
501
501
870
533
745
745
745
745
932
499
890
329
327
327
327
450
450
329
513
682
329
857
870
870
870
870
870
870
870
479
479
479
857
459
305
364
364
364
364
495
495
229
33.58496645
35.56981349
35.6136
36.17921698
35.6136
35.0673
35.06993221
35.08361947
35.07988787
35.07419262
35.79235443
35.07715547
35.09650521
35.09424263
35.08973995
35.08495039
35.07319455
35.10296143
36.41869214
34.891991
36.41458489
35.00326241
33.129096
33.129096
33.129096
33.13621822
33.129096
35.06796
35.0542324
35.3337373
-92.82990295
-92.44973751
-92.50578
-94.5598699
-92.50578
-92.3808
-92.44774522
-92.47104869
-92.44792548
-92.4414669
-91.62488601
-92.43415782
-92.42604624
-92.41894692
-92.498095
-92.45848091
-92.45432344
-93.90929121
-90.59077946
-91.193555
-90.58642416
-91.25204314
-91.960667
-91.960667
-91.960667
-91.94978953
-91.960667
-93.373459
-93.38847356
-94.42723186
294
118
405
444
876
106
314
673
151
92
801
11
232
449
477
1075
621
39
443
442
36
466
527
891
684
386
890
892
110
1008
22141
17884
16291
13959
22143
13691
22144
16230
31964
17765
37239
22146
16250
16367
37216
16248
17988
22148
16296
37468
P.O. Box 434 (415 S. 6th Street)
719 North 5th Street
183 College Dr
1306 West Collin Raye Drive
1825 West Elberta Avenue
304 North 4th Street
HC 31 Box 310
300 S. School Street
405 Highway 11 North
204 Main Street
601 South Union St.
1616 S Madison St
1703 South Whitehead Drive
1641 S Whitehead Dr
1641 S. Whitehead Drive
68 Greers Ferry Rd
1180 US-165
751 Highway 65 S
811 Hwy 65 South
805 Hwy 65 South
841 Ruth
526 W. Faulkner St.
412 N Washington Ave
715 N College
700 West Grove
714 West Grove
714 West Grove
710 West Grove
301 American Rd
106 West Main
Dardanelle
Dardanelle
De Queen
De Queen
De Queen
De Queen
Deer
Dermott
Des Arc
Des Arc
DeWitt
DeWitt
DeWitt
DeWitt
DeWitt
Drasco
Dumas
Dumas
Dumas
Dumas
Earle
El Dorado
El Dorado
El Dorado
El Dorado
El Dorado
El Dorado
El Dorado
El Dorado
El Dorado
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
72834
72834
71832
71832
71832
71832
72628
71638
72040
72040
72042
72042
72042
72042
72042
72530
71639
71639
71639
71639
72331
71730
71730
71730
71730
71730
71730
71730
71730
71730
479
479
501
479
870
870
870
870
870
870
870
870
870
870
870
870
870
870
870
870
870
870
870
870
870
870
870
870
870
870
229
229
796
786
584
642
428
538
256
256
946
946
674
946
946
668
382
382
382
382
792
216
863
864
864
863
863
862
792
881
35.221232
35.22371564
34.04136182
34.04604014
35.38192209
34.03918116
35.842526
33.2829145
34.958367
34.958367
34.7389
34.27935131
34.27846024
34.27997135
34.27997135
35.9437767
34.20893642
33.89710042
33.89781434
33.89774307
35.27209637
33.21473417
35.6136
33.214492
33.61760822
33.214492
33.20926886
33.21864418
33.20764241
36.4618259
-93.160284
-93.16241525
-94.36503113
-94.35977871
-94.42635559
-94.34142907
-93.350809
-93.24536808
-91.509222
-91.509222
-92.274633
-91.33951163
-91.3396946
-91.33648987
-91.33648987
-91.54921307
-92.02768557
-91.48843727
-91.48905399
-91.48899211
-90.47183908
-92.66840472
-92.50578
-92.664791
-91.39256125
-92.664791
-92.66560591
-92.67396926
-92.63086716
-94.30052308
145
233
674
331
470
315
249
841
133
768
770
650
842
112
1055
1016
3860
38
433
712
483
915
108
134
749
857
1060
1064
295
296
26084 227 Pine Bluff Hwy
18216 221 NE 2nd Street
22149 579 E. Beouff
104 Park Place
10435 24 Norris
16849 110 Village Lane
22150 381 Dave Creek Parkway
56 West Main Street
2894 McKee Cr Off 101
375 N Rupple Rd
22154 60 West Sunbridge Drive
2590 W. Sycamore
1760 North Woodland Avenue
22153 3270 Wimberly Drive
22152 3215 N. North Hills Blvd
22151 1125 NORTH COLLEGE
202 West Meadow
18020 201 N Spring St
17022 201 North Clifton Street
4451 N Washington St
13882 1601 Newcastle Road
423 front Street
16293 413 N Division St
3800 Rogers Avenue Suite 6
3202 N 6th St
22156 4900 Kelly Highway
37813 3113 South 70th Street
33580 3111 S 70th St
1410 Jacobs
1801 South 74th Street
England
England
Eudora
Eudora
Eureka Springs
Fairfield Bay
Fairfield Bay
Farmington
Fayetteville
Fayetteville
Fayetteville
Fayetteville
Fayetteville
Fayetteville
Fayetteville
Fayetteville
Fayetteville
Fordyce
Fordyce
Forrest City
Forrest City
Forrest City
Forrest City
Fort Smith
Fort Smith
Fort Smith
Fort Smith
Fort Smith
Fort Smith
Fort Smith
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
72046
72046
71640
71640
72632
72088
72088
72730
72703
72703
72703
72703
72703
72703
72703
72703
72701
71742
71742
72335
72335
72335
72335
72903
72903
72904
72901
72901
72903
72903
501
501
870
870
479
501
501
479
479
479
479
479
479
479
479
479
842
842
355
355
229
884
884
267
521
718
695
521
443
521
713
521
870
870
870
870
870
870
479
870
870
870
870
479
479
352
352
630
261
494
633
782
633
633
633
633
646
478
34.54549962
34.54639472
33.52254228
33.10548
36.444978
35.5941
35.61202242
34.58312034
36.10466301
36.22491153
36.34906275
35.81129705
36.04196917
36.11082426
36.03426403
35.83740332
36.05094
33.81249062
33.8089472
34.52230801
35.0326718
35.47769654
35.0109944
35.37154806
34.77952731
35.22024759
35.28963205
34.58402326
35.32447347
35.36604077
-91.9572727
-91.969161
-91.43864609
-91.25988
-93.740676
-92.27772
-92.26115538
-94.22833651
-94.14902021
-94.13742654
-94.18170834
-90.68792412
-94.24129254
-94.15409221
-94.17598455
-90.70220542
-94.1364
-92.41078559
-92.42551139
-90.58715003
-90.77572771
-94.35385281
-90.78988718
-94.39042936
-92.29071176
-93.15651626
-93.72430045
-94.22712201
-94.41885398
-94.35054924
297
298
299
300
301
302
303
304
305
306
307
104
105
690
904
991
1011
1021
3865
780
316
351
603
398
3861
234
13
3862
337
22
22159
38751
22158
22157
41451
37840
22155
22160
22161
22162
22163
16233
10945
16237
2010 Brazil St.
2405 S. 51st Ct.
4401 Yorkshire Dr
5620 Meadow View Rd
5723 South Zero
5812 Remington Circle
7701 South Zero
7701 South Zero Street
7803-7809 Wellslake Rd.
914 So. 25th
P.O. Box 11495
3112 S 70th Street
6601 Phoenix Ave Ste A
7301 Rogers Avenue
1001 Towson Ave.
6601 Phoenix Avenue Suite B
512 South 16th Street
612 S. 12th
1340 South Waldron Road
1101 Jackson Str SW
1103 West Main Street
311 Sparky Court
96 Cedar
110 North Broadview
1200 West Center
8544 Edgemont Road
401 N Cherry St
101 South Main Street
402 South Lee Street
1119 Prestress Dr
Fort Smith
Fort Smith
Fort Smith
Fort Smith
Fort Smith
Fort Smith
Fort Smith
Fort Smith
Fort Smith
Fort Smith
Fort Smith
Fort Smith
Fort Smith
Fort Smith
Fort Smith
Fort Smith
Fort Smith
Fort Smith
Fort Smith
Gravette
Green Forest
Green Forest
Greenbrier
Greenbrier
Greenwood
Greers Ferry
Hamburg
Hamburg
Hampton
Hampton
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
72903
72903
72903
72903
72903
72903
72903
72903
72903
72903
72903
72903
72903
72903
72901
72903
72901
72901
72901
72736
72638
72638
72058
72058
72936
72067
71646
71646
71744
71744
479
479
479
479
479
479
479
479
479
479
479
479
479
870
870
870
479
870
646
452
785
928
478
478
478
478
425
785
478
452
478
633
633
785
478
633
479
870
870
501
501
344
438
438
679
679
501
870
825
853
870
870
798
798
35.32600079
35.35962908
35.402445
35.3455
35.3455
35.3455
35.3455
35.3455
35.3455
35.37491863
35.3455
35.35287275
35.3455
36.35833288
33.46065792
34.74313932
33.4616828
33.42694402
35.3896051
36.05386121
36.33711426
36.33400869
35.0976284
35.25012349
35.217776
35.57004
33.22799524
33.22521779
33.53070774
33.513001
-94.41417856
-94.37603628
-94.3826618
-94.37758
-94.37758
-94.37758
-94.37758
-94.37758
-94.37758
-94.40588906
-94.37758
-94.3557049
-94.37758
-93.55147151
-94.01177756
-92.33699475
-94.02904622
-94.04095803
-94.37188629
-91.89773962
-93.45026132
-93.42995662
-92.44531458
-92.38729763
-94.260958
-92.17464
-91.79504729
-91.79751492
-92.47012958
-92.562851
87
528
288
308
604
1022
20
743
3868
472
153
238
166
529
388
29
228
250
461
706
710
711
713
565
958
339
901
1049
833
16283 119 N Main St
18345 4081 Hwy #7 South
707 East Rush Ave.
817 N. Main
206 South Cherry Street
817 N. Main Street
16235 1622 Campus Dr
10711 620 N. Main
501 W. Stephenson
2101 Hwy 80
13692 100 East Front Street
22166 151 S. Livermore
26086 1511 Hwy 25 B North
18363 1716 W Searcy St
74 Cleburne Park Rd
16244 2319 Hwy 110W Suite C
16301 1800 Bypass Road
22167 2102 Hwy 25B
31232 513 Porter St
801 Newman Drive
507 Missouri
211 Missouri
22169 801 Newman Dr
1801 Martin Luther King Drive PO
12007 Box 788
22168 1393 Highway 242 South
10943 205 Smith Road Suite D
17099 300 East 30th Street
16309 2001 South Main
500 South Main Street
Harrisburg
Harrison
Harrison
Harrison
Harrison
Harrison
Harrison
Harrison
Harrison
Haughton
Hazen
Hazen
Heber Springs
Heber Springs
Heber Springs
Heber Springs
Heber Springs
Heber Springs
Helena
Helena
Helena
Helena
Helena
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
72432
72601
72601
72601
72601
72601
72601
72601
72601
71037
72064
72064
72543
72543
72543
72543
72543
72543
72342
72342
72342
72342
72342
870
870
870
870
870
870
870
870
870
479
870
870
501
866
501
501
501
501
870
870
870
870
578
743
743
204
741
743
743
414
391
949
255
255
362
533
362
362
887
206
572
338
572
572
35.56282951
33.21421713
36.2310711
36.23832049
35.23532075
35.37819209
36.2186452
36.238821
36.22992181
32.5368
34.797715
34.77971626
35.50646967
36.238821
35.50119065
35.493501
35.50534555
35.51478878
34.527975
35.14650696
36.42434562
34.5225346
35.012397
-90.71788994
-92.66383382
-93.09740051
-93.10699437
-92.35949793
-94.42009694
-93.08406624
-93.114328
-93.11229226
-93.5349
-91.570184
-91.57988747
-92.02930635
-93.114328
-91.96402253
-92.031852
-92.00092461
-92.02920924
-90.58869
-90.16052289
-90.58100682
-90.58965694
-90.782355
Helena
Helena
Hope
Hope
Hope
Hope
AR
AR
AR
AR
AR
AR
72342
72342
71801
71801
71801
71801
870
870
870
870
870
870
338
572
777
777
777
777
33.64650522
34.74078619
33.5608261
35.493501
35.44241959
34.44894647
-93.59217083
-92.31836046
-93.66587751
-92.031852
-94.33002793
-93.09001585
51
52
171
135
559
382
385
530
735
6
3881
46
917
1004
3870
531
3829
645
317
773
843
71
782
783
784
793
796
797
798
16257 808 W 5th St
38705 100 E 20th St Ste E & F
22170 805 Third Street
3120 Ouachita Ave
102 Chippewa Court
37481 125 Dons Way
22173 505 W. Grand Avenue
1820 Central Ave
41453 1910 Malvern Ave
530 Mount Pine Road
407 Carson
22172 1425 Malvern Ave
22171 300 Werner Street
37836 101 McGowan Court
3604 Central Avenue, Ste C
1600 SW Broad St (PO Box 332)
503 SE Lindsey St.
22174 503 South Broadway St
16850 934 North Gaskill Street
13826 1104 N College St
913 North College
16271 709 N College Ave
2520 West Main
37935 2611 West Main Street
41474 2520 West Main Street
37958 905 North Redmond Road
37966 2411 West Main Street
37975 2400 W Main St
41472 224 North Bailey Street
Hope
Hope
Horseshoe
Bend
Hot Springs
Hot Springs
Hot Springs
Hot Springs
Hot Springs
Hot Springs
Hot Springs
Hot Springs
Hot Springs
Hot Springs
Hot Springs
Hot Springs
Hoxie
Hoxie
Hughes
Huntsville
Huntsville
Huntsville
Huntsville
Jacksonville
Jacksonville
Jacksonville
Jacksonville
Jacksonville
Jacksonville
Jacksonville
AR
AR
71801
71801
870
870
777
777
33.66324377
33.64919342
-93.59910146
-93.58705748
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
72512
71901
71901
71913
71901
71901
71901
71901
71901
71901
71913
71901
71913
72433
72433
72348
72740
72740
72740
72740
72076
72076
72076
72076
72076
72076
72076
870
501
501
501
501
501
501
501
501
501
501
501
670
627
600
624
624
609
321
767
620
624
622
623
870
886
870
479
479
479
479
501
501
501
501
501
501
501
339
735
738
738
738
982
982
982
982
982
982
982
36.21789482
34.496486
35.76664986
34.42469
34.50240616
35.49131405
34.51273027
34.496486
34.49360846
34.49725055
36.18491986
34.87358195
34.46846977
34.49464639
36.04891892
34.396758
36.09455752
36.36265631
36.08629104
36.09288457
35.28028678
34.874693
34.86646752
34.97958446
35.25228
34.86625582
34.874693
-91.75907588
-93.032712
-91.59843134
-93.09629
-93.05909465
-92.04720433
-93.12074226
-93.032712
-93.0515973
-93.03906233
-94.12425008
-92.12483918
93.05942005
-93.05782686
-90.97044963
-90.863995
-93.74308634
-93.56635057
-94.1587599
-93.73614017
-93.73018847
-92.122352
-92.13969498
-92.01923317
-91.84926
-92.13709332
-92.122352
746
94
251
936
978
983
1003
532
741
80
733
753
136
160
533
699
729
7
481
794
1023
3887
33
747
913
972
987
1015
3827
3828
22176
22177
22179
22191
37923
37912
37875
18358
16278
22180
33925
22186
22187
37959
22184
22182
22183
37470
37852
22181
1400 Braden Street
3000 North 1st St
117 Gregory Place
1110 West Main Street
500 Cloverdale
1000 School Street
1400 Braden Street
504 Court St W
611 West Clark Street
506 W Court St
3900 NCTR Road
4301 Greathouse Springs Road
1817 Woodsprings Road Suite D
1530 N. Church St.
1817 Woodsprings Rd
3700 Access Rd
2707 Browns Lane
2725 N. Church
504 Flint Street
2606 E. Matthews Ave.
1817 Woodsprings Rd.
2819 Fox Meadow Lane
611 E. Washington Ave.
3024 Stadium Blvd
225 East Jackson Avenue
303 E. Matthews
520 Carson Street
223 East Jackson
3012 Turman Dr.
1815 Pleasant Grove Rd
Jacksonville
Jacksonville
Jacksonville
Jacksonville
Jacksonville
Jacksonville
Jacksonville
Jasper
Jasper
Jasper
Jefferson
Johnson
Jonesboro
Jonesboro
Jonesboro
Jonesboro
Jonesboro
Jonesboro
Jonesboro
Jonesboro
Jonesboro
Jonesboro
Jonesboro
Jonesboro
Jonesboro
Jonesboro
Jonesboro
Jonesboro
Jonesboro
Jonesboro
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
72076
72076
72076
72076
72076
72076
72076
72641
72641
72641
72079
72741
72401
72401
72401
72401
72401
72401
72401
72401
72401
72404
72401
72401
72401
72401
72401
72401
72404
72401
501
501
501
552
501
501
501
888
870
870
870
479
870
870
870
985
982
241
982
945
526
985
533
446
446
543
684
933
933
934
870
870
870
870
870
972
932
935
931
268
870
870
870
870
870
870
933
936
972
207
336
336
34.81693482
34.89227432
34.88081963
34.773082
34.75660231
34.72067392
35.76930989
36.03964943
36.00874839
36.0086273
33.95191457
36.18125485
35.81859061
35.85956933
36.00862518
34.695459
35.629888
35.87669801
35.83706136
34.87319946
36.23832049
35.78865587
35.83825756
34.87358195
35.61786241
34.75147499
34.69841082
36.34377529
35.800265
35.86102659
-92.23251517
-92.10348167
-92.10983793
-92.358471
-92.23820966
-92.27325445
-91.63683331
-90.98400548
-93.18678267
-93.18648264
-93.8555416
-94.13539502
-90.72891012
-90.70236361
-93.18648812
-91.30756
-94.086149
-90.70279092
-90.71048024
-92.13919577
-93.10699437
-90.67706179
-90.69955492
-92.12483918
-91.26539734
-92.32071301
-92.341709
-92.39377511
-90.714862
-90.64964879
596
695
138
165
162
534
24
25
366
634
535
462
340
62
652
137
612
613
614
536
537
667
125
174
3880
464
485
501
607
41463 4701 Colony Drive
41482 2239 S. Caraway
606 Wilbur D Mills North
13683 606 West Wilbur Mills Avenue
33927 1009 Hwy 18
1652 S Hwy 65 82
16240 1742 Highways 65 & 82 S
38571 608 Highways 65 & 82 S Ste A
10771 2729 Highway 65 and 82 South
38362 635 Childers Street
1000 E Main St
22188 102 West Broad St.
10938 1117 Chestnut Street
16263 1113 Chestnut St
207 Elm St
11219 Financial Centre Parkway
Suite 200
22133 4206 Frazier Pike
1100 N University Ave Ste 125
1225 Martin Luther King Dr
1610 W 3rd St
9914 I-30
22203 1020 W. Daisy L. Gaston Drive
105 E. Roosevelt Rd.
5312 W. 10th St.
2020 W 3rd St, Ste 301
3920 Woodland Heights Rd.
824 North Tyler St.
1110 West 7th Street
6124 Northmoor
Jonesboro
Jonesboro
Kensett
Kensett
Lake City
Lake Village
Lake Village
Lake Village
Lake Village
Lamar
Lamar
Lepanto
Lewisville
Lewisville
Lincoln
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
72401
72401
72082
72082
72437
71653
71653
71653
71653
72846
72846
72354
71845
71845
72744
870
870
501
501
870
870
870
870
870
479
479
870
870
870
870
932
910
742
742
237
265
265
865
265
885
733
475
921
921
339
35.0673
36.30942268
35.232917
35.23617652
35.82034414
35.81859061
33.330484
33.330484
33.330484
34.79839315
33.31558007
35.607107
33.36496404
33.36492992
33.93932991
-92.3808
-94.18293187
-91.670949
-91.67165762
-90.43800751
-90.72891012
-91.284186
-91.284186
-91.284186
-92.2403673
-91.29224368
-90.33552
-93.57856326
-93.57856439
-91.84506273
Little Rock
Little Rock
Little Rock
Little Rock
Little Rock
Little Rock
Little Rock
Little Rock
Little Rock
Little Rock
Little Rock
Little Rock
Little Rock
Little Rock
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
72211
72206
72207
72202
72201
72209
72202
72206
72204
72205
72212
72205
72201
72204
501
501
501
501
501
501
501
501
501
501
501
501
501
501
455
490
663
244
372
565
371
666
666
907
227
664
372
614
34.74708047
34.31511627
34.70777176
34.76172979
35.42661406
34.74882719
34.78382638
34.72415244
34.74300264
34.7488039
34.78966409
34.7591032
36.31529178
36.33254003
-92.40148547
-91.84233656
-92.22892582
-92.3420072
-93.38506374
-92.28977458
-91.90129218
-92.27392271
-92.33228131
-92.29476619
-92.40256521
-92.33363599
-92.35330995
-94.15181776
800
1024
93
95
97
3824
239
242
243
919
934
935
937
938
940
1033
957
959
960
961
962
963
964
965
966
967
968
969
970
971
37949 1410 West Daisy Bates
9720 N. Rodney Parham Rd.
22200 3915 W 8th Street
38735 3600 Cantrell Rd Ste 203
22201 6800 Baseline Road
ACH Audiology
22196 9601 I630 Exit 7
22204 6800 Lindsey Road
22202 11900 Colonel Glenn Road
22197 2 St. Vincent Circle
22189 16221 Saint Vincent Way
22190 1100 N. University S-I
22192 10000 Rodney Parham Road
22193 4202 S. University
22194 2500 E. 6th Street
33909 4301 West Markham St.
37876 4010 W 12th Street
40694 1401 W Capitol Suite 300
37881 9601 Baptist Health Drive
33909 4301 West Markham St.
33909 4301 West Markham St.
33909 4301 West Markham St.
33909 4301 West Markham St.
33909 4301 West Markham St.
33909 4301 West Markham St.
33909 4301 West Markham St.
33909 4301 West Markham St.
33909 4301 West Markham St.
33909 4301 West Markham St.
33909 4301 West Markham St.
Little Rock
Little Rock
Little Rock
Little Rock
Little Rock
Little Rock
Little Rock
Little Rock
Little Rock
Little Rock
Little Rock
Little Rock
Little Rock
Little Rock
Little Rock
Little Rock
Little Rock
Little Rock
Little Rock
Little Rock
Little Rock
Little Rock
Little Rock
Little Rock
Little Rock
Little Rock
Little Rock
Little Rock
Little Rock
Little Rock
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
72202
72227
72204
72202
72209
72202
72205
72206
72210
72205
72223
72207
72227
72204
72202
72205
72204
72201
72205
72205
72205
72205
72205
72205
72205
72205
72205
72205
72205
72205
501
501
501
501
501
375
224
280
280
565
501
501
501
501
501
501
501
501
501
501
501
501
501
501
501
501
501
501
501
501
501
501
501
501
202
490
202
552
552
552
221
562
552
686
614
526
686
686
686
686
686
686
686
686
686
686
686
686
35.15012077
35.81859061
34.74399708
34.76388452
34.66979888
34.7389
34.751922
34.71275299
34.71309224
35.28296038
34.72848966
34.746004
34.86698848
34.774106
34.81290057
34.75147499
34.12218009
34.52648409
34.74616779
34.75147499
34.75147499
34.75147499
34.75147499
34.75147499
34.75147499
34.75147499
34.75147499
34.75147499
34.75147499
34.75147499
-92.73796542
-90.72891012
-92.31680011
-92.31148228
-92.35331977
-92.274633
-92.345672
-92.20194729
-92.40744802
-93.14993156
-92.27903368
-92.29084
-92.12168771
-92.374415
-92.20813856
-92.32071301
-93.08637228
-90.64267269
-92.28657588
-92.32071301
-92.32071301
-92.32071301
-92.32071301
-92.32071301
-92.32071301
-92.32071301
-92.32071301
-92.32071301
-92.32071301
-92.32071301
974
975
979
980
981
982
986
989
990
992
1001
1012
1013
3834
3835
3840
3836
3866
3872
3843
3855
3851
3852
3854
3877
3873
3878
3825
3826
3871
37895
37897
37901
37903
37908
37910
37916
40700
37874
37076
40706
37920
37883
33909
33909
7703 DePriest
7415 Colonel Glenn Road
4901 West 65th Street
7723 1/2 Colonel Glenn Road
2500 East 6th Street
200 East 29th Street
5615 Geyer Springs Road
10411 W Markham
5800 W 10th Street
333 Executive Court
10801 Executive Circle Dr.
11300 Financial Centre Pkwy
2102 Riverfront Drive
4301 West Markham St.
4301 West Markham St.
7701 Scott Hamilton
4303 W. Markham #836
2 Shackleford W. Blvd
4501 West 7th Street
1500 Park Street
16601 LaMarche Drive
319 North Pine Street
401 North Pine Street
700 East 17th Street
1811 Rahling Rd, Suite 12
4301 West Markham St.
1123 South University
419 Natural Resources Dr.
9720 N. Rodney Parham Rd
10 Corporate Hill Drive
Little Rock
Little Rock
Little Rock
Little Rock
Little Rock
Little Rock
Little Rock
Little Rock
Little Rock
Little Rock
Little Rock
Little Rock
Little Rock
Little Rock
Little Rock
Little Rock
Little Rock
Little Rock
Little Rock
Little Rock
Little Rock
Little Rock
Little Rock
Little Rock
Little Rock
Little Rock
Little Rock
Little Rock
Little Rock
Little Rock
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
72205
72204
72209
72206
72202
72206
72209
72211
72204
72202
72211
72211
72202
72205
72205
72209
72205
72221
72205
72202
72223
72205
72205
72206
72223
72205
72204
72205
72227
72205
501
501
501
501
501
501
501
501
501
501
501
501
501
526
526
992
988
753
526
603
682
526
526
614
526
661
501
821
34.767166
34.751922
34.84294542
34.68970218
34.7134612
34.74169676
34.81569157
34.77547168
34.75378198
35.3455
33.61005793
35.37907801
34.760749
34.75147499
34.75147499
34.6791165
34.751922
34.793038
34.7466549
34.73675726
34.746004
34.75345992
34.75425322
34.7316584
34.77240668
34.75147499
34.74289571
34.75541445
34.76309901
34.75237872
-92.254875
-92.345672
-92.13124544
-92.33097767
-92.36215588
-92.24177531
-92.21857825
-92.29265549
-92.38903945
-94.37758
-92.07762586
-94.41650025
-92.445427
-92.32071301
-92.32071301
-92.31934653
-92.345672
-92.535999
-92.32344378
-92.29788914
-92.29084
-92.31618268
-92.31616035
-92.26609669
-92.44767741
-92.32071301
-92.34131185
-92.38890957
-92.38253163
-92.38706763
343
356
3831
696
3833
3838
172
664
69
252
309
19
867
642
538
672
31
670
993
1018
384
539
479
53
235
587
688
643
714
Little Rock
Little Rock
Little Rock
Little Rock
Little Rock
Little Rock
Lonoke
Lonoke
Lonoke
Lonoke
Lowell
Lowell
Lowell
Madison
Magnolia
Magnolia
Magnolia
Magnolia
Magnolia
Magnolia
Malvern
Malvern
Malvern
Malvern
Malvern
Malvern
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
72205
72204
72205
72205
72210
72210
72086
72086
72086
72086
72745
72745
72745
72359
71753
71753
71753
71753
71753
71753
72104
72104
72104
72104
72104
72104
501
501
225
660
501
661
501
501
501
501
479
479
479
870
870
870
870
870
870
870
501
501
501
501
501
501
676
676
676
676
717
770
750
663
234
234
235
235
234
562
332
337
332
332
337
332
103 Huntington Avenue (web
22208 shows 100 N. Walnut Street Suite A Mansfield
12636 530 West Atkins Blvd
Marianna
22209 444 Atkins St
Marianna
AR
AR
AR
72944
72360
72360
479
870
928
295
41479
18218
16270
22205
38562
36952
22206
16246
10770
37071
22147
22207
16258
18217
18322
2000 Aldersgate Road
5800 W 10th St
10025 W. Markham Suite 210
1600 Aldersgate Rd
#10 Otter Creek Court
20400 Colonel Glenn Rd.
1310 North Center Street
518 NE Front St.
306 N Center St
1306 North Center Street
125 S. Bloomington St. Suite C.
107A S Lincoln St
519 Latham Drive
509 W Jackson Street
229 A St
1616 Vine Avenue
207 W Calhoun
101 Hospital Drive
301 West Calhoun
1617 North Washington
1615 Martin Luther King Blvd.
1519 E Page Ave
1625 S. Main
2204 East Sullenberger Ave
1002 Schneider Drive
1001 Schneider Drive
34.73177593
34.74313932
34.753547
35.81744312
34.712586
34.74540532
34.79458159
34.78603008
34.78611923
34.79455385
36.25599537
36.2535504
34.73103872
35.78876024
34.67168277
33.264345
33.26576451
34.65866776
34.75202598
36.18125494
34.3846187
33.26426102
34.35209182
34.35754148
34.36046392
34.35618986
-92.39241356
-92.33699475
-92.3851727
-90.67848406
-92.457803
-92.50012397
-91.8966415
-91.89898775
-91.90014414
-91.89668621
-94.13634039
-94.13195289
-92.37368758
-90.67007837
-92.37685217
-93.233796
-93.24143735
-92.29244906
-92.39045136
-94.1353972
-92.82785844
-93.23862689
-92.80493192
-92.78743266
-92.78566009
-92.80869013
34.58844983
35.013056
34.50826128
-94.22241957
-90.7225
-90.62727325
64
540
88
318
541
905
103
236
3875
155
399
159
330
332
333
40
683
854
142
173
542
56
1087
560
562
1063
819
89
687
675
16265 141 N Hicky St
1227 AR-77
16284 102 Liberty St
11187 2263 Highway 65 N
18356 200 E Main St
406 Highway 65 South
16290 742 Airport Rd
22212 1701 Club Manor Dr.
102 Town Centre Drive
11 N. Railroad Avenue
22214 606 Highway 365
13684 801 North Edmunds Avenue
1610 South First Street
1402 C. B. King Road
1402 1st Street
16251 100 East Oak St
12635 900 South 3rd Street
37212 515 Holley Street
34332 54 Tate Springs Rd.
22215 203 Tate Spring Road
18355 1109 E. Main Street
16261 1015 Haley St
22216 1526 Main Street
1201 S Mena St
22217 136 Health Park Drive
12589 307 South Cherry
201 South Morrow
16286 702 Hornbeck Ave
10769 311 North Morrow Street
25878 766 HL Ross Drive
Marianna
Marion
Marked Tree
Marshall
Marshall
Marshall
Marshall
Maumelle
Maumelle
Mayflower
Mayflower
McCrory
McGehee
McGehee
McGehee
McGehee
McGehee
McGehee
Melbourne
Melbourne
Melbourne
Melbourne
Melbourne
Mena
Mena
Mena
Mena
Mena
Mena
Monticello
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
72360
72364
72365
72650
72650
72650
72650
72113
72113
72106
72106
72101
71654
71654
71654
71654
71654
71654
72556
72556
72556
72556
72556
71953
71953
71953
71953
71953
71953
71655
870
870
870
870
870
870
870
501
295
394
358
448
448
448
448
851
501
501
870
870
870
870
870
870
870
870
870
866
870
870
479
479
479
479
479
479
870
470
470
731
222
222
222
222
222
222
368
347
533
368
368
394
737
394
394
394
394
367
34.772374
34.40154
35.53131049
35.940312
35.18520257
35.37447981
35.940312
34.85435795
34.852398
34.95825275
34.96301264
35.24847718
33.61168547
33.65646
33.61284777
33.62903051
35.26681354
35.225405
36.06217
36.05926412
35.90884656
36.05519229
36.26499322
34.49028211
34.55155391
34.899469
35.58107136
34.58307529
34.58623011
33.11198218
-90.762665
-92.83632
-90.42200687
-92.656563
-90.18451537
-94.42123578
-92.656563
-92.40523237
-92.404691
-92.4268493
-92.42289293
-91.19982137
-91.38514281
-91.40802
-91.38756292
-91.39688234
-93.1339402
-90.788153
-91.89924
-91.88754796
-92.62900817
-91.89039701
-91.55751795
-93.03544404
-93.63981321
-94.094254
-90.71698213
-94.22418365
-94.24358474
-91.25604687
441
543
121
122
41
42
455
357
3869
409
544
391
392
393
395
799
32
920
994
561
724
78
545
17995 790 Roberts Drive
571 W Gaines Ave
168 W. College Street
168 West College
16252 940 Scogin Dr
38640 600D Highway 425 N
10746 778 Scogin Dr
17412 936 Jordan Dr
600 Highway 425 North, Ste B
25947 8 Hospital Drive
1300 AR-9
108 W. Childress
108 W. Childress
109 Strait Street
1008 W. Childress Street
37950 610 West Church
16247 100 Hospital Dr
16315 4 Hospital Drive
37065 411 Lentz Drive
534 Luzerne Street
22218 534 Luzerne Street
16276 346 Luzerne St
18353 8 Medical Plaza
546
315 W 6th St
260
1631 Leo Davis Drive
15
16
16234 206 Bucher Dr
38558 213 E 6th St Ste 40
Monticello
Monticello
Monticello
Monticello
Monticello
Monticello
Monticello
Monticello
Monticello
Morrilton
Morrilton
Morrilton
Morrilton
Morrilton
Morrilton
Morrilton
Morrilton
Morrilton
Morrilton
Mount Ida
Mount Ida
Mount Ida
Mountain
Home
Mountain
Home
Mountain
Home
Mountain
Home
Mountain
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
71655
71655
71655
71655
71655
71655
71655
71655
71655
72110
72110
72110
72110
72110
72110
72110
72110
72110
72110
71957
71957
71957
870
870
870
870
870
870
870
367
367
367
367
367
367
367
354
208
354
354
354
354
354
354
977
354
867
867
867
33.6249
36.06217
33.62360059
33.62360059
33.6249
33.6249
33.61100718
33.6249
33.61943312
35.16735299
33.62927825
35.15963456
35.15963456
35.23866
35.15980925
34.869026
35.16660752
34.74860373
33.26577992
34.57974342
34.695459
34.534979
-91.8009
-91.89924
-91.79419367
-91.79419367
-91.8009
-91.8009
-91.81508016
-91.8009
-91.80155403
-92.72026451
-91.79859331
-92.74365431
-92.74365431
-92.67108
-92.7560195
-92.11461504
-92.72027006
-92.34069645
-93.24242393
-94.23275071
-91.30756
-93.504073
501
501
501
501
501
501
501
501
501
501
870
870
870
AR
72653
870
425
35.15784385
-92.7168304
AR
72653
870
425
36.34101723
-92.39206299
AR
72653
870
425
36.31950524
-92.37549346
AR
AR
72653
72653
870
870
424
425
36.33425585
36.33547127
-92.39627012
-92.38287533
258
10712 624 Hospital Dr
1014
37461 610 BROADMOOR DRIVE
547
18347 106 Mountain Place Drive
109
16295 204 Whitfield Ave
1076
10277 2106 E. Main Street
995
728
730
3863
85
589
54
591
3837
156
548
175
57
518
996
37060 181 Ozarka Collage Drive
#4 Hwy 71 NE
38361 437 North Main
949 North Main Street
16282 15 Caddo Dr
1577 Hwy 371 West
16259 201 E Hempstead St
10768 130 Medical Circle
102 Woodmont Blvd. Suite 200
13685 1507 North Pecan Street
18364 1507 N Pecan St
8149 Curtner Drive
16262 1505 N Pecan St
16306 1205 McLain
36958 221 Lindley Lane
566
4901 Northshore Dr.
96
240
22221 2800 North Willow
22220 3333 Springhill Drive
Home
Mountain
Home
Mountain
Home
Mountain
View
Mountain
View
Mountain
View
Mountain
View
Mountainburg
Mulberry
Mulberry
Murfreesboro
Nashville
Nashville
Nashville
Nashville
Newport
Newport
Newport
Newport
Newport
Newport
North Little
Rock
North Little
Rock
North Little
AR
72653
870
508
36.3428901
-92.39441897
AR
72653
870
698
34.76878129
-92.30751871
AR
72560
870
793
36.33629076
-92.38843149
AR
72560
870
269
35.867456
-92.123865
AR
72560
870
269
35.63333206
-91.95051625
AR
AR
AR
AR
AR
AR
AR
AR
TN
AR
AR
AR
AR
AR
AR
72560
72946
72947
72947
71958
71852
71852
71852
37205
72112
72112
72112
72112
72112
72112
870
870
479
269
867
997
870
870
870
870
285
845
845
845
870
870
870
870
870
870
523
523
523
523
523
523
35.23866
35.773469
35.81211652
35.50948067
34.06374387
34.1193192
33.94227385
33.94814306
36.12315554
35.61928631
35.867456
35.63958924
35.62032188
33.92232732
35.867456
-92.67108
-91.6381
-90.6884674
-94.05214056
-93.69305733
-93.04948542
-93.84588596
-93.84517319
-86.84576893
-91.26459129
-92.123865
-91.18450232
-91.26513228
-93.15169174
-92.123865
AR
72118
501
791
34.5000988
-90.60181983
AR
AR
72114
72117
501
501
791
202
34.80335467
34.78265078
-92.26911246
-92.21797611
973
37921 2023 Allen Street
976
37898 4424 Jacksonville Hwy.
977
37899 400 North Palm Street
984
37913 1900 N. Pine Street
988
37884 2200 Fort Roots Drive
1005
37918 4701 Fairway Ave
3841
101 Auburn Drive
3842
1401 Crutcher St
3844
1901 Crestwood Drive
3845
2101 Edmond Street
3846
6800 Indian Hills Drive
3847
1800 Fairway Ave
3849
801 East Bethany Road
3857
101 West 22nd
3858
2300 Poplar Street
3850
4901 North Allen
Rock
North Little
Rock
North Little
Rock
North Little
Rock
North Little
Rock
North Little
Rock
North Little
Rock
North Little
Rock
North Little
Rock
North Little
Rock
North Little
Rock
North Little
Rock
North Little
Rock
North Little
Rock
North Little
Rock
North Little
Rock
North Little
Rock
AR
72114
501
758
35.83510204
-90.70285953
AR
72117
501
945
34.71421194
-92.35819763
AR
72114
501
562
34.79282989
-92.19863276
AR
72114
501
562
34.86160496
-92.11997225
AR
72114
501
257
35.8373999
-90.70085338
AR
72116
501
771
34.46969273
-93.06719747
AR
72118
34.80761779
-92.29479147
AR
72114
34.767782
-92.28748343
AR
72116
34.80404533
-92.24432369
AR
72117
34.77408545
-92.20822001
AR
72116
34.81841802
-92.2404305
AR
72116
34.79457729
-92.24644322
AR
72117
34.77399912
-92.19037997
AR
72114
34.77566426
-92.26690212
AR
72114
34.77664212
-92.26416017
AR
72118
34.7995326
-92.27477056
3853
4601 Ridge Road
3859
1200 Bishop Lindsey Street
3879
2402 Main Street
358
75
888
1058
119
691
549
700
49
50
201
1059
68
692
148
394
802
83
237
28
808
615
894
620
27485
16274
16314
12590
16253
13747
22224
16256
38655
10765
12592
16269
13748
13686
16280
18245
16243
10766
22226
22229
200 W 20th St
720 W Lee Ave
611 West Lee
1600 N 18th Street
799 W River St
801 West River Street
PO Box 903 1 Laubach Drive
28 Southpointe Dr
801 Goldsmith Rd
200 N 2nd St
900 W. Kingshighway
415 South 6th Street
150 S Lowder St
500 East Academy Street
5787 Highway 64
1004 B Street
115 S. Pine
1039 N Fourche Ave
518 N. Fourche Ave
1009 South Garfield Ave
1206 Gordon Duckworth Drive
1101 Tennessee Street
2500 Rike Drive
2410 Rike Drive
North Little
Rock
North Little
Rock
North Little
Rock
North Little
Rock
Osceola
Osceola
Ozark
Ozark
Ozark
Paragould
Paragould
Paragould
Paragould
Paragould
Paris
Paris
Paris
Parkin
Perryville
Perryville
Perryville
Perryville
Piggott
Piggott
Pine Bluff
Pine Bluff
Pine Bluff
AR
72116
34.79650709
-92.26566537
AR
72114
34.75880285
-92.25425472
AR
72114
34.77785878
-92.26645771
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
72114
72370
72370
72949
72949
72949
72450
72450
72450
72450
72450
72855
72855
72855
72373
72126
72126
72126
72126
72454
72454
71601
71603
71603
34.77321605
35.70032219
33.55179575
34.75238491
35.48593007
35.35296258
35.61928631
35.824808
36.08198001
36.05769656
36.05247083
35.490486
35.288262
35.48607098
35.271241
34.97292
34.28984567
34.97292
34.97292
36.37303021
34.52903486
34.73920744
33.525724
34.22557583
-92.26820444
-89.97721196
-92.86222839
-92.33883377
-93.83312798
-94.35120663
-91.26459129
-90.697175
-90.47522599
-90.48741892
-90.49774049
-93.83857
-93.728734
-93.83413428
-90.558288
-92.87172
-91.33171613
-92.87172
-92.87172
-90.18448558
-90.58500517
-92.28918147
-91.435385
-91.98770051
870
870
479
479
479
870
563
838
667
667
667
240
870
870
870
479
479
479
870
501
501
501
501
870
870
870
870
870
236
236
239
963
963
963
755
889
889
889
889
598
598
535
435
534
58
59
619
997
1009
1019
3839
22228
38706
22227
37165
37843
22225
2306 Rike Drive
3400 W 34th St
1600 W. 4th Ave
3450 W. 34th Street
4747 Dusty Lake Drive
4010 Mulberry
301 E. 2nd Ave
1088
3
701
452
98
99
480
998
636
676
824
828
79
858
616
617
30
378
379
550
774
758
22230 6200 Batesville Boulevard
22231 141 Betty Drive
22232 2560 Old County Rd
1506 Park Street
16288 1304 Pace Rd
38747 1907 Old County Rd
33255 2801 Medical Center Drive
36968 410 Camp Road
208 South Lawrence
17455 233 N Main St
801 Viney Grove Rd
504 E. 4th St. North
16277 1501 W 1st St N
22233 9755 West State Hwy 22
22234 113 West River Road
22235 505 Sycamore Street
16245 409 E Magnolia St
22236 1233 W Poplar St
3710 Southern Hills Blvd
1200 W Walnut St
37399 1200 W. Walnut St.
2202 N 24th Street P.O. Box 908
Pine Bluff
Pine Bluff
Pine Bluff
Pine Bluff
Pine Bluff
Pine Bluff
Pine Bluff
Pleasant
Plains
Pocahontas
Pocahontas
Pocahontas
Pocahontas
Pocahontas
Pocahontas
Pocahontas
Portia
Portland
Prairie Grove
Prescott
Prescott
Ratcliff
Redfield
Rison
Rison
Rogers
Rogers
Rogers
Rogers
Rogers
AR
AR
AR
AR
AR
AR
AR
71603
71603
71603
71603
71603
71603
71601
870
870
870
870
870
870
535
850
541
534
879
541
34.20891786
34.19448489
34.22948302
35.60363698
33.21177918
33.28255475
34.22834093
-92.02621256
-92.03707616
-92.00333506
-91.25187356
-92.66379493
-93.23946868
-92.00132517
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
72568
72455
72455
72455
72455
72455
72455
72455
72457
71663
72753
71857
71857
72951
72132
71665
71665
72756
72756
72756
72756
72756
501
870
345
892
870
870
870
870
870
870
870
479
870
870
479
870
870
870
479
479
479
479
479
892
892
892
892
892
886
737
718
887
887
635
397
325
325
636
936
631
695
636
36.05660883
36.3105
36.057247
36.27135236
36.24999304
36.3105
36.28984691
34.1944814
33.64913323
33.6249
35.98262194
33.78769701
33.802675
35.40359733
34.21820921
34.44688311
33.95976182
36.33182188
36.28524669
36.057247
36.09997087
35.26747882
-91.85381099
-91.03878
-90.502389
-90.98361266
-90.95320826
-91.03878
-90.99758266
-92.03751322
-93.58575878
-91.8009
-94.31710382
-93.38103814
-93.377033
-94.3770944
-91.99820532
-92.18487608
-92.18631617
-94.13320124
-94.16383992
-90.502389
-93.73800616
-91.6653806
932
18
694
407
551
918
310
488
682
1025
90
91
45
489
164
552
738
795
114
1066
1070
1067
1068
999
47
48
253
254
939
985
38561
36991
27766
22237
22238
38734
16254
16303
26075
22241
37964
16298
16317
22240
16318
22239
37059
16255
38650
22244
22246
22245
37915
3400 Woods Lane
1200 W. Walnut St. Suite 2200
2710 Rife Medical Lane
110 Skyline Drive
1610 S Arkansas Ave
1808 West Main Street
409 N. Elmira Ave
2104 East 16th Street
1205 S. Arkansas Avenue
2504 W. Main Street
203 Weir Rd
1509 E Main Ste 6
510 S Main St
679 North Main
406 Rodgers Drive
3204 E. Moore Ave
1223 Linden Street
9698 North Sawmill Road
112 Brantly Rd
3214 East Race
710 Marion St
1200 South Main
2505 W Beebe Capps Expressway
118 Central Avenue
700 E Center St
204 North Oak St Ste A
1409 South Rock
2001 E. Kiehl #7
2215 Wildwood Ave.
307 Verona
Rogers
Rogers
Rogers
Russellville
Russellville
Russellville
Russellville
Russellville
Russellville
Russellville
Russellville
Russellville
Salem
Salem
Searcy
Searcy
Searcy
Searcy
Searcy
Searcy
Searcy
Searcy
Searcy
Searcy
Sheridan
Sheridan
Sheridan
Sherwood
Sherwood
Sherwood
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
72801
72756
72758
72801
72801
72801
72801
72801
72801
72801
72802
72801
72576
72576
72143
72143
72143
72143
72143
72143
72143
72143
72143
72143
72150
72150
72150
72120
72120
72120
479
479
479
479
479
479
479
479
479
479
479
479
870
870
501
501
501
636
986
636
967
967
968
967
967
968
967
968
890
895
895
279
268
268
501
501
268
268
501
380
501
870
870
870
501
501
501
305
942
942
942
835
255
883
35.25228
36.32735343
34.89592056
35.28822497
36.32735343
34.46613295
35.282948
35.48581149
36.223245
34.76309901
35.28108038
35.27844617
36.36165547
35.282948
35.23545037
35.26311605
33.802209
35.83453997
35.20425576
36.179938
35.22405658
35.25060601
35.22722073
36.3105
34.30714286
34.30788376
34.32059638
34.8327758
34.723843
34.77265476
-91.84926
-94.09772942
-94.06577442
-93.16516541
-94.09772942
-93.06749364
-93.138428
-93.82537829
-92.682994
-92.38253163
-93.10695525
-93.11475085
-91.83172704
-93.138428
-91.73184974
-93.13440273
-93.37708
-90.67748199
-91.73431641
-94.145696
-91.72363453
-91.70313531
-91.73222825
-91.03878
-92.39354865
-92.4014303
-92.39558045
-92.21078256
-92.347871
-92.26001984
3848
3856
380
886
775
885
844
17
381
496
625
916
553
771
752
467
845
846
847
848
849
3886
113
1006
1017
677
123
65
1089
341
37398
22247
16313
18024
37397
22249
22248
38771
37842
37462
33322
16266
22250
10944
5410 Landers Road
402 Dee Jay Hudson Drive
500 S Mount Olive
1500 N Mount Olive St
710 Holly Street
603 North Progress Avenue
1300 North Patriot
101 W University St
610 E Emma Ave
2878 Powell St
900 Powell St
614 East Emma Ave
750 Mathias Dr
2400 S. 48th Street
609 W. Maple Ave
3917 S. Old Missouri Rd
1763 Ford Avenue
2006 Kim Avenue
2871 American Street
3917 South Old Missouri Road
3918 South Old Missouri Road
1200 N 40th St.
1772 W Sunset Ave Ste 6 & 7
2422 N. Thompson St.
601 WEST MAPLE AVE.
233 S Jefferson Street
901 South Drew St.
214 S Lincoln Ave
58 East River Drive
253 South Concord
Sherwood
Sherwood
Siloam Springs
Siloam Springs
Siloam Springs
Siloam Springs
Siloam Springs
Siloam Springs
Springdale
Springdale
Springdale
Springdale
Springdale
Springdale
Springdale
Springdale
Springdale
Springdale
Springdale
Springdale
Springdale
Springdale
Springdale
Springdale
Springdale
Star City
Star City
Star City
Strawberry
Strong
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
72117
72120
72761
72761
72761
72761
72761
72761
72762
72762
72762
72764
72762
72762
72764
72762
72764
72764
72764
72764
72764
72762
72762
72764
72764
71667
71667
71667
72469
71765
479
479
479
479
479
479
479
479
479
479
479
479
479
479
479
479
479
479
479
524
524
524
215
373
549
751
750
872
751
750
751
751
872
872
872
927
872
872
479
479
479
870
870
870
870
870
927
751
751
628
367
628
528
797
34.8005158
34.84782214
36.18121731
36.18056486
36.32735343
36.18820942
36.09563389
36.18626409
36.18492637
36.3834
35.46428037
35.00818191
35.2530271
36.09800138
36.33819566
36.14977802
36.19626179
36.17691035
36.17543567
36.1593869
36.14977802
36.19556669
36.17483017
34.79840505
36.0775421
33.23496308
33.93235484
33.939645
35.564579
33.10992628
-92.21296807
-92.23449294
-94.54211456
-94.51456148
-94.09772942
-94.54100283
-93.73745299
-94.54169673
-94.12436114
-90.195043
-93.44415454
-90.78573612
-91.69493372
-94.16110982
-94.190208
-94.11880243
-94.52995245
-94.10693065
-94.11124515
-94.14507437
-94.11880243
-94.17424319
-94.14981585
-92.23311328
-94.15716062
-91.51272992
-91.84505137
-91.844739
-91.626652
-92.3565285
504
12
241
244
255
167
139
554
902
903
759
941
942
943
3823
73
367
1010
3867
1020
463
555
86
556
1047
1048
5
311
1026
930
16231
12639
22251
22252
13687
37497
37494
22254
15783
37834
22253
26588
16285
22257
22257
41458
427 South Maple
1602 N Buerkle St
1703 North Buerkle Road
1609 N. Medical Drive
2118 S. Buerkle
300 East Main Street
300 East 6th Street
4323 Jefferson Ave
3005 East 39th Street
2904 Arkansas Boulevard
6101 N State Line
1608 North Robinson Road
3015 East 19th Street
940 Pecan Street
1000 Pine St
503 Walnut
2600 St. Michael Drive
4010 Jefferson Avenue
3417 U of A Way
300 East 6th
417 West Main Street
417 W Main St
119 N Main St/1204 West Main
2711 Oak Ln
2705 B Oak Ln
2705 B Oak Ln
3305 Kibler Rd.
819 N. 28th
2925 alma Hwy.
East Main and So. 20th Street
Stuttgart
Stuttgart
Stuttgart
Stuttgart
Stuttgart
Swifton
Texarkana
Texarkana
Texarkana
Texarkana
Texarkana
Texarkana
Texarkana
Texarkana
Texarkana
Texarkana
Texarkana
Texarkana
Texarkana
Texarkana
Trumann
Trumann
Trumann
Van Buren
Van Buren
Van Buren
Van Buren
Van Buren
Van Buren
Van Buren
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
TX
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
72160
72160
72160
72160
72160
72471
71845
71854
71854
71854
71854
71854
71854
71854
75501
71854
75503
71854
71854
71854
72472
72472
72472
72956
72956
72956
72956
72956
72956
72956
870
870
870
870
870
870
870
870
870
870
903
903
870
870
673
673
674
673
673
485
773
773
773
777
791
832
774
774
870
903
870
773
614
773
870
870
870
870
479
479
779
483
483
483
471
474
479
479
479
479
471
474
471
474
33.214492
34.51659095
34.51764188
34.22361
34.48282521
35.82340833
33.42694402
36.180785
33.81299957
33.45982742
36.35402142
34.74169676
33.436576
33.44078198
33.42797083
33.42559134
33.461416
34.198278
33.436576
34.18912846
35.67181464
33.4647509
35.66694
35.67181464
34.59445496
35.44241959
35.43668351
35.44504349
35.28524121
33.10547915
-92.664791
-91.55713898
-91.55931586
-91.52111
-91.55845202
-91.12812867
-94.04095803
-94.167717
-93.54125276
-94.01075707
-94.15284542
-92.24177531
-94.019848
-94.01145372
-94.04672841
-94.04158519
-94.072824
-92.034403
-94.019848
-92.01572223
-90.51167576
-94.02915087
-90.53916
-90.51167576
-93.00679228
-94.33002793
-94.3185327
-94.32909646
-93.15748645
-93.46520278
34
914
401
644
1062
101
102
693
870
4
702
63
639
640
21
321
1000
597
806
84
140
22256 2040 Chestnut Ave.
22255 2800 Fayetteville Road
1122 Main Street
35274 14066 Highway 44
12593 1857 Rice Rd
16289 316 Featherston St
38748 73 Highway 71 S
36769 1341 West 6th Street
22258 1331 West 6th Street
25509 201 Colonial Drive
22260 102 SW Larkspur Dr
16264 1050 W Free St
10767 1309 West Main
10767 1309 West Main
16236 208 Bragg St
12633 404 South Bradley Street
36966 206 N. Bragg Street
41487 1 Center Cir
1221 West Highway 49
16281 110 Shirley Hicks Dr
1028 North Missouri Suite 6
459
22261 900 North 7th Street
703
22266 905 N 7th St
790
791
35
401 South Woods St
37952 208A West Jackson Street
22265 901 North 7th St
Van Buren
Van Buren
Vilona
Wabash
Waldron
Waldron
Waldron
Waldron
Waldron
Walnut Ridge
Walnut Ridge
Walnut Ridge
Walnut Ridge
Walnut Ridge
Warren
Warren
Warren
Warren
West Helena
West Helena
West
Memphis
West
Memphis
West
Memphis
West
Memphis
West
Memphis
West
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
72956
72956
72173
72389
72958
72958
72958
72958
72958
72476
72476
72476
72476
72476
71671
71671
71671
71671
72390
72390
479
479
501
870
479
479
479
479
479
870
474
314
769
827
452
637
637
637
637
886
886
886
886
226
226
226
537
572
572
35.43517892
35.83740169
35.08407524
34.77055463
35.13868775
34.89708918
34.90351651
35.28989458
33.62909517
36.09072
36.3105
36.07150042
36.0713878
36.07467988
33.6099147
33.60982645
35.23664965
35.78466135
34.533018
34.546617
-94.33868164
-90.70228587
-92.2045479
-90.77462474
-93.91810271
-94.09016219
-94.10721998
-93.72444621
-91.75702964
-90.95958
-91.03878
-90.96594612
-90.96608989
-90.9689945
-92.07763585
-92.05875715
-91.73413565
-90.6764189
-90.601243
-90.645529
870
870
870
870
870
870
501
870
870
AR
72301
870
735
35.1586083
-90.18482652
AR
72301
870
735
35.15388639
-90.17592702
AR
72301
36.07373969
-90.96981938
AR
72301
870
735
36.275844
-94.203808
AR
AR
72301
72301
870
870
735
735
35.14179321
35.15388744
-90.18475151
-90.17574675
426
3830
678
161
704
715
429
718
37
430
312
557
868
72
261
22262 120 W. Tyler Ave.
703 Calvin Avery Dr.
22267 203 McComb Street
13688 611 E. Julia
22268 661 Addison Dr
661 Addison
506 Commercial Ave. East
613 North Church Street
16249 704 Canal St
12634 310 S. Falls Blvd.
30962 358 E. Valley Street
18342 319 Hwy 14 S #1
308 West 11th Street
16272 707 Highway 202 W
22269 414 West Old Main Street
Memphis
West
Memphis
West
Memphis
Wilmot
Wynne
Wynne
Wynne
Wynne
Wynne
Wynne
Wynne
Yellville
Yellville
Yellville
Yellville
Yellville
AR
72301
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
AR
72301
71676
72396
72396
72396
72396
72396
72396
72396
72687
72687
72687
72687
72687
870
733
870
870
473
238
870
870
870
870
870
870
870
870
870
870
238
238
238
238
238
449
449
449
449
508
35.14419603
-90.18708945
35.1459354
33.939645
35.225405
35.15383997
34.77079
35.225405
33.93029874
35.22164109
35.224386
36.22463279
35.44206913
36.24944233
36.24272705
36.22549386
-90.20173249
-91.844739
-90.788153
-90.17574647
-90.77342718
-90.788153
-93.84698727
-90.78641368
-90.78659004
-92.68076583
-94.330738
-94.14701887
-92.70475129
-92.68898534
ATTACHMENT D SUMMARY BID PRICE SHEET
Summary Bid Price Sheet
AR – RFP 2015-0088 Vendor Pricing List .xlsx must be completed by bidder.
An Adobe pdf is attached for documentation purposes. For convenience, please use the Excel version
located on www.arkansaselink.com
e-Link Network Connectivity Services Pricing Overview
Network Connectivity Services for approximately 700
locations
Cost per Megabit
Monthly Circuit Fees
Managed Services
Moves Adds Changes
Network Equipment
Equipment Warranties
Class of Service
Standard Service Delivery Intervals
(If in excess of stated intervals)
Schedule of Expedite Charges
See required Vendor Bid Spreadsheet
sheet
Network
Connectivity
Services for
Hubs
Connectivity
Cost per Site(s)
Documentation Costs
Fixed Amount or Hourly Rate Billing
(F/H)
Rates for Work Outside Bounds of
Contract
GRAND TOTAL
IMPORTANT: VENDOR MUST EXPAND ON ALL ITEMS AS NECESSARY. ALL QUOTED PRICES MUST BE FIRM FOR ONE HUNDRED TWENTY
(120) DAYS AFTER BID OPENING. COST NOT INCLUDED ON THIS DOCUMENT and VENDOR PRICING SPREADSHEET “VENDOR PRICE LIST” WILL
BE BORNE BY THE VENDOR. VENDOR MUST PROVIDE A COST FOR EACH AREA ON THIS DOCUMENT. PLEASE INDICATE IF THERE IS NO COST
INVOLVED. FAILURE TO ADDRESS EACH ITEM ON THIS COST SHEET MAY RESULT IN REJECTION OF VENDOR'S PROPOSAL.
ATTACHMENT E: SITE AND SUBSTITUTION ADDITIONAL SERVICES EXPENSE TYPES
“Interested Bidders may propose and submit equivalent technologies and services where referenced in this Request For
Proposal and in the AR-RFP 2015-0088 Vendor Bid Pricing List for Internet2, Fiber, and Dark Fiber.” If the information
technology product, service or system being offered by the Bidder does not completely meet the RFP Standards, the Bidder
must provide an explanation with the RFP response and with the AR-RFP 2015-0088 Vendor Bid Pricing List
Spreadsheet detailing the deviation from these standards.
Vendors are requested to provide the cost for (1) owning and (2) leasing the requested infrastructure:
Annual Internet2 Subscription
Annual NLR Subscription
Bundled Network Management and Operation Services
Cable, copper (HCP owned)
Cable, fiber (HCP owned)
Channel Service Unit/Data Service Unit (CSU/DSU) and
switches (HCP owned)
Channel Service Unit/Data Service Unit (CSU/DSU) and
switches (leased)
Construction
Construction - Engineering
Construction - Inspection Services
Construction - Make Ready
Construction - Management Services
Construction - Mobilization
Construction - Pole Lease (10 Year)
Construction - Pole Lease (15 Year)
Construction - Pole Lease (20 Year)
Digital Subscriber Line (DSL)
Direct Current Power Supply – Aggregation Equipment
Ethernet
Fiber Network Transport Equipment
Fiber – Dark
Fiber – Lit
Fiber – Lit Recurring Costs
Firewall (HCP owned)
Firewall (leased)
Indefeasible Right of Use (10 Year)
Indefeasible Right of Use (15 Year)
Indefeasible Right of Use (20 Year)
Infrastructure/Plant Upgrade By Carrier
Installation of Equipment
Installation of Recurring Services
Maintenance Contract (3-year)
Maintenance Contract (5-year)
Managed Ethernet
Managed MPLS
Managed Services
Managed Network Services
Managed Video Services
Microwave service
MPLS
Multiplexer
Network Design
Network Maintenance
Network Management Services (HCP Premises)
Network Management Service (Consortium Site Premises)
Network Operation
Network Server (HCP owned)
Network Server (leased)
Network Server (warranty 3-year)
Network Server (warranty 5-year)
Network Shared Infrastructure
Network Shared Maintenance
Network Switch (HCP owned)
Network Switch (leased)
Optical Network Equipment
Pre-Paid Lease (10 Year)
Pre-Paid Lease (15 Year)
Pre-Paid Lease (20 Year)
Pre-Paid Lease (24 months)
Pre-Paid Lease (48 months)
Professional Services
Routers (HCP owned)
Routers (leased)
Satellite Service
Software for Network Management
Switches (HCP owned)
Switches (leased owned)
T-1/DS-1
T-3 / DS-3
Uninterruptible Power Supply (UPS)/Battery Backup
Virtual Private Network (VPN)
Warranty (3-year)
Warranty (5-year)
Wide Area Network (WAN)
Wireless Equipment (HCP owned)
Wireless Equipment (leased)
ATTACHMENT F UAMS e-Link WAN MAP
ATTACHMENT G PRIMARY AGGREGATION HUBS:
Site City
Fayetteville,
Site
State
AR
Zip
Code
72701
Latitude
36.05094
Longitude
-94.1364
U of A - Monticello
Site Address
772 Discovery Way
112 Service St (East
Fiber Hut)
Monticello
AR
71656
33.63072
-91.7911
UAMS PDC
4501 W 7th St
Little Rock
AR
72205
34.7466549
92.32344378
Southeast Arkansas
College - Pine Bluff
(SEARK)
2300 W 18th Ave
Pine Bluff
AR
71603
33.6249
-91.8009
U of Arkansas - Fort
Smith
5316 Grand Ave,
Gardner Bldg
Fort Smith
AR
72913
36.18626
-94.5417
Forrest City
AR
72335
35.0124
-90.7824
ASU Jonesboro
1802 New Castle Road
2713 C Pawnee ITS
Bldg
Jonesboro
AR
72467
36.32735
-94.0977
Arkansas State
University Mountain
Home - Mountain Home
(ASUMH)
195 High Ave
Mountain Home
AR
72653
33.62903
-91.3969
U of A Fayetteville,
South, Research &
Technology Park
772 W. Discovery Way
Fayetteville
AR
72701
36.0577
-90.4874
UA Southwest
Research and
Extension Center hut
site, Hope East
358 HWY 174 North
Hope,
AR
71801
33.66151
-93.5894
Site Name
FYVL
East Arkansas
Community College Forrest City (EACC)
ATTACHMENT H PLANNED AGGREGATION HUBS
Site Name
Site Address
Site City
Site
State
Zip
Code
Latitude
Longitude
UAMS Northwest Campus Fayetteville
1125 North College
Fayetteville
AR
72703
36.0775421
36.0775421
Camden Hut
15705 W. Arkansas 274
Hwy.
1701 Pioneer Drive
18 W Archer St
Camden,
AR
71701
33.5814
-92.81934
Harrison,
Tulsa
AR
OK
36.238821
36.159273
-93.114328
-95.994723
Dallas
TX
32.800787
-96.8219124
Batesville Hut
Malvern Hut
North Little Rock Hut
1950 North Stemmons
Fwy
2007 White Drive
2666 S. River Creek Dr.
2809 Eanes Road
72601
741032205
75207
AR
AR
AR
72501
72104
72117
35.7915518
34.3910419
34.7772878
-91.6198703
-92.8347305
-92.1600605
Beebe Hut
Melbourne Hut
West Memphis Hut
306 N. Orange Street
310 College Drive
360 N. College Blvd.
AR
AR
AR
72012
72556
72301
35.0702605
36.0545633
35.146563
-91.8944569
-91.8977696
-90.177352
Newport Hut
Level 3 - Memphis
El Dorado Hut
3714 Comet
3993 Crowfarn Road
415 1/2 W. Wesson Street
A
428 West Campus
Batesville,
Malvern,
North Little
Rock
Beebe,
Melbourne,
West
Memphis
Newport,
Memphis
El Dorado
AR
TN
AR
72112
38118
71730
35.55396
35.0295174
33.2088074
-91.1925
-89.9319941
-92.6676457
Morrilton,
AR
72110
35.23866
-92.67108
Van Buren
Little Rock
AR
AR
72956
72205
35.4691364
34.75147499
-94.2609082
-92.32071301
Harrison Hut
Level 3 - Tulsa
Equinix - Dallas
Morrilton Hut
Alma Hut
UAMS Secondary "data center
VLS Hub"
6803 Alma Hwy.
4301 West Markham
Download