271914 DL/ID Issuance System Amended (Word Format)

advertisement
REQUEST FOR PROPOSAL (RFP)
FOR
WISCONSIN DRIVER’S LICENSE/IDENTIFICATION CARD ISSUANCE SYSTEM
RFP # 271914-LF
Issued by:
STATE OF WISCONSIN
DEPARTMENT OF TRANSPORTATION
Division of Motor Vehicles
Bureau of Field Services
Proposals must be submitted
No later than 2 PM CT
Thursday, January 16, 2014
Important: See building security access restrictions in Section 2.3
LATE PROPOSALS WILL BE REJECTED
Faxed or e-mailed proposals are not accepted
There will not be a public opening for this RFP
Clarification and Questions
All questions concerning this RFP must be submitted
in writing via email on or before 4:00 PM (CT), November 1, 2013 to:
Lyman Fuson, Purchasing
Email: lyman.fuson@dot.wi.gov
See Section 1.4
MANDATORY VENDOR CONFERENCE
The MANDATORY Pre-Proposal Vendor Conference will be held at 1:00 PM (CT), November 14, 2013 at the
Wisconsin State Department of Transportation, Division of Motor Vehicles, 4802 Sheboygan Ave, Madison
Wisconsin in Conference Room 364
See Section 1.5
Purchasing Lead
Lyman Fuson
WisDOT Purchasing Unit
Issued: October 17, 2013
TABLE OF CONTENTS
SECTION
1
SUBJECT
GENERAL INFORMATION ....................................................................................................... 4
1.1
1.2
1.3
1.4
1.5
1.6
1.7
1.8
1.9
1.10
1.11
1.12
2
EVALUATION COMMITTEE ........................................................................................................................................16
PRELIMINARY EVALUATION ......................................................................................................................................16
RIGHT TO REJECT PROPOSALS ...................................................................................................................................16
PROPOSAL SCORING ...............................................................................................................................................16
EVALUATION CRITERIA ............................................................................................................................................16
INTERVIEWS/PRESENTATIONS AND/OR SITE VISITS........................................................................................................17
FINAL EVALUATION.................................................................................................................................................17
AWARD AND FINAL OFFERS ......................................................................................................................................17
NOTIFICATION OF INTENT TO AWARD .........................................................................................................................17
NEGOTIATE CONTRACT TERMS..................................................................................................................................17
APPEALS PROCESS ..................................................................................................................................................17
DL/ID SOLUTION – GENERAL OVERVIEW OF REQUIREMENTS ................................................18
4.1
4.2
5
GENERAL INSTRUCTIONS ..........................................................................................................................................14
INCURRING COSTS ..................................................................................................................................................14
SUBMITTING PROPOSALS .........................................................................................................................................14
PROPOSAL ORGANIZATION AND FORMAT....................................................................................................................15
WITHDRAWAL OF PROPOSALS ..................................................................................................................................15
PROPOSAL SELECTION AND AWARD PROCESS ......................................................................16
3.1
3.2
3.3
3.4
3.5
3.6
3.7
3.8
3.9
3.10
3.11
4
INTRODUCTION ........................................................................................................................................................4
ACRONYMS AND DEFINITIONS.....................................................................................................................................4
SCOPE ....................................................................................................................................................................8
CLARIFICATION AND/OR REVISIONS OF THIS RFP ..........................................................................................................11
MANDATORY PRE-PROPOSAL VENDOR CONFERENCE ....................................................................................................12
REASONABLE ACCOMMODATIONS .............................................................................................................................12
CALENDAR OF EVENTS .............................................................................................................................................12
CONTRACT TERM ...................................................................................................................................................12
MINORITY BUSINESS PARTICIPATION ..........................................................................................................................13
DISABLED VETERAN-OWNED BUSINESS (DVB) ............................................................................................................13
CERTIFICATION FOR COLLECTION OF SALES AND USE TAX ...............................................................................................13
VENDORNET REGISTRATION .....................................................................................................................................13
PREPARING AND SUBMITTING A PROPOSAL .........................................................................14
2.1
2.2
2.3
2.4
2.5
3
PAGE #
DL/ID SOLUTION - INTRODUCTION ............................................................................................................................18
DL/ID SOLUTION – GENERAL REQUIREMENTS .............................................................................................................23
PROPOSER INFORMATION AND SOLUTIONS .........................................................................25
5.1
5.2
5.3
5.4
5.5
5.6
5.7
5.8
5.9
5.10
5.11
5.12
DL/ID SOLUTION – GENERAL TECHNICAL REQUIREMENTS .............................................................................................25
FRONT END REQUIREMENTS (IMAGE CAPTURE WORKSTATION) ......................................................................................25
FRONT-END REQUIREMENTS (IMAGE CAPTURE APPLICATION) ........................................................................................35
FRONT-END REQUIREMENTS (FRONT-END DOCUMENT SCANNING AND DOCUMENT AUTHENTICATION) .................................38
FRONT-END REQUIREMENTS (DL/ID CARD RECEIPT) ....................................................................................................39
AUTOMATED PHOTO COMPARISON/FACIAL RECOGNITION .............................................................................................41
BACK-END REQUIREMENTS (CARD REQUIREMENTS) .....................................................................................................42
BACK-END REQUIREMENTS (CARD PRODUCTION CENTER) .............................................................................................52
CENTRAL IMAGE STORAGE SOLUTION .........................................................................................................................57
BACK-END REQUIREMENTS (DAILY PRINT PROCESSING SOLUTION) ..................................................................................60
REPORTING AND IMAGE RETRIEVAL............................................................................................................................62
SUPPORT REQUIREMENTS (DOCUMENTATION) ............................................................................................................63
5.13
5.14
5.15
5.16
5.17
5.18
5.19
5.20
5.21
5.22
6
COST PROPOSAL...................................................................................................................78
6.1
6.2
6.3
7
GENERAL INSTRUCTIONS AND SCORING CRITERIA..........................................................................................................78
FORMAT FOR SUBMITTING COST PROPOSAL ................................................................................................................78
FIXED PRICE PERIOD ...............................................................................................................................................79
SPECIAL TERMS AND CONDITIONS ........................................................................................79
7.1
7.2
7.3
7.4
7.5
7.6
7.7
7.8
7.9
7.10
8
SUPPORT REQUIREMENTS (TRAINING) ........................................................................................................................64
SUPPORT REQUIREMENTS (PROJECT MANAGEMENT PLAN) ............................................................................................65
SUPPORT REQUIREMENTS (CONTRACTOR STAFFING PLAN) .............................................................................................66
SUPPORT REQUIREMENTS (SOFTWARE PRODUCTS MODIFICATIONS AND ENHANCEMENTS) ..................................................69
SUPPORT REQUIREMENTS (MAINTENANCE PLAN).........................................................................................................69
PERFORMANCE LEVEL .............................................................................................................................................72
SYSTEM TESTING AND ACCEPTANCE PERIOD ................................................................................................................74
PROPOSER INFORMATION AND CUSTOMER REFERENCE..................................................................................................77
REPORTING REQUIREMENTS .....................................................................................................................................78
SUBCONTRACTORS .................................................................................................................................................78
CONTRACT RENEWAL/EXTENSION AND/OR TERMINATION .............................................................................................79
LIQUIDATED DAMAGES............................................................................................................................................80
EMPLOYEE IDENTIFICATION ......................................................................................................................................80
CONFIDENTIALITY ...................................................................................................................................................80
INSURANCE ...........................................................................................................................................................81
PERMITS, LICENSES AND TAXES .................................................................................................................................81
REPORTING AND RECORDKEEPING .............................................................................................................................82
SERVICES ..............................................................................................................................................................82
COMPLIANCE WITH LAWS ........................................................................................................................................82
ETHICS IN PUBLIC CONTRACTING ...............................................................................................................................82
SUPPLEMENT TO STANDARD TERMS AND CONDITIONS ........................................................82
8.1
EXECUTED CONTRACT TO CONSTITUTE ENTIRE AGREEMENT ...........................................................................................82
ATTACHMENTS:
Attachment A: Proposer Information
Attachment B: References
Attachment C: MBE/DVB Compliance & Action Plan
Attachment D: MBE/DVB Participation Report
Attachment E: Cost Proposal
Attachment F: WisDOT Architecture Standards
Attachment G: Sample Wisconsin Digitized Image Print Stream
Attachment H: Sample Wisconsin Stats Record
WI DEPARTMENT of TRANSPORTATION
1
RFP #271914-LF
Page 4 of 91
GENERAL INFORMATION
1.1
Introduction
The purpose of this document is to provide interested parties with information to enable them to
prepare and submit a proposal for a multi-year services contract for a secure Driver’s License/Identification
Card (DL/ID) services solution including all necessary hardware, software products, design, development,
customization, installation, training, personnel, supplies, and maintenance, on a firm fixed-price cost-percard basis, as specified in detailed system design discussions with DMV and as required within this RFP
(including all addenda and any resulting contract).
The State as represented by its Wisconsin Department of Transportation (WisDOT) intends to use the
results of this Request for Proposal (RFP) to award a contract for the above listed Driver’s
License/Identification Card services. The contract administrator will be determined at the time of the
contract award.
The terms “must” and “shall” describe a mandatory requirement unless otherwise stated. If no
proposer is able to comply with a condition in this RFP, then the State reserves the right to delete that
condition of this RFP. Failure to meet a mandatory requirement shall disqualify your proposal.
The WisDOT Purchasing Unit is the sole point of contact for the State of Wisconsin during the selection
process. The person responsible for managing the procurement process is Lyman Fuson, Purchasing
Agent Senior, (608) 267-3628 or email: lyman.fuson@dot.wi.gov. Contact with anyone else involved
with this process without the prior authorization of WisDOT Purchasing may result in the
disqualification of your proposal.
1.2
Acronyms and Definitions
Throughout this Request for Proposals, the following phrases, acronyms and abbreviations are used
extensively:
1:N means One-to-Many
20-Hour Customer Service Centers or 20-hour CSCs mean customer service centers located throughout
the state that provide driver license and identification card issuance services 20-hours per week.
AAMVA means the American Association of Motor Vehicle Administrators.
Acceptance Testing means the period of time included in the testing stage of implementation in which
the contractor’s system, functionality, interface, and all other related components must operate
according to specification for a determined period of time before acceptance by the Agency.
ADF means automatic document feeder scanner
Agency means the Wisconsin Department of Transportation.
ANSI means American National Standards Institute.
API means Application Programming Interface.
Back Counter means a common area that is available to CSR’s and houses less used equipment such as a
flat bed scanner or document authentication hardware.
WI DEPARTMENT of TRANSPORTATION
RFP #271914-LF
Page 5 of 91
Back-end means the portion of the DL/ID issuance process that occurs after a fee receipt is issued.
BFS means the Wisconsin Department of Transportation, Division of Motor Vehicles, Bureau of Field
Services.
Biometric Identifier is data that is unique to an individual based on collecting physical characteristics and
reducing those features to a set of numbers that identify the characteristic such as facial recognition,
and fingerprints.
Centralized Issuance System means a system or method for producing and delivering a finished
permanent DL/ID card without the physical presence of the customer. Permanent products are mailed
to the customer. Temporary DL/ID receipts are provided over the counter.
CID Number means the Customer Identification number. Eleven characters long randomly assigned by
the states DL/ID card issuance system.
CIS means Central Image Solution which hosts demographic data, photo and signature images.
Contract means the legally binding document that will result from this Request for Proposal.
Contractor means the Proposer or Vendor who was awarded the contract.
COTS mean a Commercial off the Shelf product.
CPC means Card Production Center
CSC or Customer Service Center means a location within the State of Wisconsin where DL/ID card
services are provided by WisDMV personnel.
CSR or Customer Service Representative means an employee who works for WisDMV and provides
DL/ID services to walk in customers.
DASD or Direct Access Storage Device means a low-latency, high performance, read/write direct access
storage device, such as a magnetic disk drive.
Department, DOT or WisDOT means the Wisconsin Department of Transportation.
DL/ID means driver licenses and non-driver identification cards issued by the Department.
DID Number means Wisconsin Driver Identification number, also referred to as the Driver License
number.
DMV means the Wisconsin Department of Transportation, Division of Motor Vehicles.
DMV Suite is WisDOT’s current internal system used for issuance of DL/ID products.
FDR means Fraudulent Document Recognition
FR means facial recognition
Front counter means a workstation staffed by a CSR.
WI DEPARTMENT of TRANSPORTATION
RFP #271914-LF
Page 6 of 91
Front-end mean the portion of the DL/ID issuance process that occurs before a fee receipt is issued.
Full Implementation means the first day that all DMV Customer Service Centers, including central office
units, are able to issue driver licenses, instruction permits, and non-driver identification cards as
outlined in this Request for Proposal.
Host means a mainframe (IBM z/Series or compatible) system(s) supporting the WISDMV licensing
applications.
ICA means Image Capture Application and is the vendor-provided application used for issuance of DL/ID
products.
ICW or Image Capture Workstation means any workstation or system including hardware and software
which is used to capture and/or produce the required photo DL/ID card product.
ID Suite is the application currently being used to verify the customer at the counter by retrieving the
photo that was taken earlier in the process, and categorizing customer documentation for scanning.
Inventory Control Number is a number assigned to the physical document (consumable) prior to
personalization, which must be inserted into the 2D bar code per REAL ID requirements.
JPEG means Joint Photographic Experts Group and is normally used in reference to the format of a file
containing an image or other graphic data.
MRZ or machine-readable zone means an area which allows electronic capture of data (2D bar code,
etc.).
OCR means Optical Character Recognition.
Off-Line System or Back-Up System means a system that allows for the capture of demographic data,
picture and signature images, and biometric identifier of the DL/ID customer if the mainframe or
network is down and the field equipment is still operational.
Photo means the customer's digital image captured to include on the driver license/ID card, and
maintained by Wisconsin DMV. Digital images may be shared with law enforcement and other
jurisdictions, as required by Wisconsin Statutes.
PII means Personal Identifying Information such as name, address, date of birth, social security number,
etc.
Permanent DMV CSC are DMV Customer Service Centers that are normally open to the public at the
same location on a regular reoccurring schedule (daily) and do not travel from city to city.
Proposer/Vendor means a company or individual submitting a proposal in response to this RFP.
REAL ID refers to Federal legislation which establishes minimum standards for issuance of state-issued
driver’s licenses and identification cards intended to improve the reliability of these documents with
respect to proof of identity and proof of legal presence in the U.S.
WI DEPARTMENT of TRANSPORTATION
RFP #271914-LF
Page 7 of 91
Remote site means a location that a travel team provides service at other than their Home site. This
location may be visited as little as once a week, monthly, or quarterly.
RFP means Request for Proposal.
SLA means Service Level Agreement.
SSOLV means Social Security Online Verification.
State means the State of Wisconsin
Supplies or Consumables are any and all material items necessary to produce a complete, picture driver
license/identification card. (cardstock, laminate, etc).
Temporary DL/ID receipt means the paper receipt, printed on secure paper, which includes the
applicant’s photo, signature, physical description and product type. This receipt serves as a valid license
or identification card, temporarily, until the regular product arrives in the mail.
Test Center means a location at DMV Headquarters in Madison where all testing is done for each
environment. DMV has replicated a 5-day full service station; a 20 hour limited service station and a
travel location with all hardware and software used.
TIF means tagged image format
Travel Team means a team of CSRs that travel to sites from a Travel Team Home site to provide DL/ID
services to walk-in customers, normally on a scheduled basis (once per week, once per month, etc.).
There are currently 11 remote sites served by 8 separate CSR teams.
Travel Team Home site or Home site means the permanent headquarter site for a team with travel
responsibilities for itinerant site service.
UAT means User Acceptance Testing environment.
US PASS means the US Passport validation service.
USPVS means United States Passport Verification System
VLS means Verification of Lawful Status.
VPN means Virtual Private Network using 128 by encrypted IPSec RFC compliant security protocols,
often on the public Internet via a DSL connection or a broadband cable service.
WAN means the state-operated BadgerNet wide area communications network or its successor, using
TCP/IP protocols (currently uses 1.4Mbps (T-1) tail circuits) to WISDMV locations.
WisDOC means the Wisconsin Department of Corrections.
WisDMV or DMV means the Wisconsin Department of Transportation, Division of Motor Vehicles.
WisDOJ means the Wisconsin Department of Justice.
WI DEPARTMENT of TRANSPORTATION
1.3
RFP #271914-LF
Page 8 of 91
Scope
1.3.1 Project Description
In order to enhance the security, integrity, and efficiency of the current driver’s license and
identification card, the solution must:
1. Improve the Security, Integrity & Quality of the Driver’s License & State ID card
DMV intends to utilize central card production services with updated front counter enrollment
technology. This solution must:
 Improve the security, integrity, and quality of the Wisconsin driver’s license and State ID card.
 Reduce the distribution and potential compromise of secure card components.
 Require security standards surrounding card production and personnel.
 Improve the resultant card quality by improving the input images.
 Increase the ability to prevent fraud and misuse of credentials.
 Allow the DMV to produce American Association of Motor Vehicle Administrators (AAMVA)
and REAL-ID compliant DL/ID cards.
 Improve card construction, security features, and designs that are more resistant to
compromise.
 Introduce card designs in which tampering will be readily evident and easily identifiable
through a rapid visual inspection and cursory examination in normal conditions.
2. Reduce Future Risk & Costs
Utilizing open systems architecture, compliant with DMV technical architecture standards,
will provide improved long-term needs and growth opportunities:
 Migrate current proprietary formats and interfaces to an open architecture approach
allowing simpler future enhancements.
 Develop a Central Image database that is accessible using DMV approved development tools
and applications.
3. Improve Wisconsin Resident’s Privacy & Security
DL/ID solution enhancements must provide a better means to reduce the incidence of
identity theft or related fraud:
 Improve security of the current process.
 Improve fraud detection at CSC staff level.
 Provide better inspection of foundation documents.
 Utilize technology to prevent identity theft or assumption.
 Provide useful evidence and tools for law enforcement investigations.
 Enhance the privacy and security of Wisconsin residents by limiting access to data.
4. Improve Auditing & Accountability
 Increase application security.
 Increase physical security.
 Provide efficient auditing practices.
1.3.2
Objectives/Needs
To achieve these objectives, DMV needs a solution that allows us to:
1. Establish the identity of applicants when they first enter the application facility;
WI DEPARTMENT of TRANSPORTATION
RFP #271914-LF
Page 9 of 91
2. Accept only properly secured identity documents with the application and validate
information to the extent feasible and practical;
3. Utilize security features that include visual and tactile features that can be detected
under normal conditions.
4. Ensure the capability to change security features in a proactive attempt to deter
compromise.
5. Confirm the identity of applicants using prior image retrieval;
6. Validate the individual’s entitlement by checking against databases of other
governmental organizations or jurisdictions;
7. Eliminate the potential for fraud using security procedures, audits and technology;
8. Utilize machine-readable forms and automated data capture tools to facilitate and ensure
consistent data entry;
9. Link the issued document to the foundation documents presented at the time of
application;
10. Ensure that the physical document is both secure and durable in view of its intended
applications and the attacks to which it is most likely to be exposed;
11. Adopt a secure production process that limits and controls access to materials,
equipment, processes and information;
12. Ensure a secure, smooth and efficient flow of data to the physical document production
environment;
13. Establish a reliable and secure delivery method for the physical document;
14. Establish a comprehensive internal audit control process;
15. Aid law enforcement by providing better tools to identify legitimate documents;
16. Develop a training program outlining the security features of the issued document for
those who will most frequently be in contact with the issued document for the purpose of
inspection.
1.3.3
Organizational Overview
The Bureau of Field Services (BFS) functions within the Wisconsin Department of Transportation
(DOT), Division of Motor Vehicles (DMV).
BFS operates in 92 locations across the state. 30 Customer Service Centers (CSC’s) offer a wide
range of services from issuing driver licenses and identification cards to registering autos, trucks
and heavy vehicles and issuing plates. These offices operate 5 days a week and are open to the
public approximately 40 hours during the week Monday through Friday only. DMV has an
additional 51 CSC’s that operate in the range of 20-40 hours per week. These offices have
limited services that can include identification and driver license related services. The limited
service offices are open 2-5 days per week with one office open on Saturdays. The full service
and limited service CSC’s have permanent IT equipment and furniture installed. The remaining
11 locations are typically located within a public space such as a library or community center.
Teams carry mobile equipment to these locations, and set-up on site. These locations may be
visited a few times per month or as little as once every 3 months for a few hours per visit. These
locations are visited either on a Tuesday, Wednesday or Thursday. Services offered are typically
the same as the limited CSC’s.
BFS consists of approximately 400 staff with the majority working in the CSC’s assisting
customers. In 2012, BFS CSC customer service representatives processed over 1.2 million
identification and driver related credentials.
WI DEPARTMENT of TRANSPORTATION
1.3.4
RFP #271914-LF
Page 10 of 91
Current System and Business Process
DMV requires that a photo be taken of any DL/ID (driver license/identification card) applicant
before arriving at a processing counter for service (photo-first). Customers wishing to take a
knowledge test are not currently considered applicants until they pass the designated test(s).
Customers taking a skills test are currently not part of the flow process until they pass their test.
In “ticketed” offices, a customer starts at the information desk where it is determined what
services are needed. If the service is DL/ID related, the customer service representative
requires the customer’s name and date of birth to enter into the queuing system. If the
customer physically has a DL or ID, the customer service representative will use a 2-D bar code
reader to retrieve the data from the card. The customer will be handed a ticket with their name,
service requested, date, time, and office location. If the DL/ID service is not related to a
knowledge test, the customer will be directed to the photo waiting area for their name or ticket
number to be called by a customer service representative.
In ticketless offices (which typically have much lower volumes) customers will wait in a line
before getting to a counter. The customer service representative will determine what services
the customer needs. If the service is DL/ID related, the customer service representative requires
the customer’s name and date of birth to enter into the queuing program. If the customer
physically has a DL or ID, the customer service representative will use the 2-D bar code reader to
retrieve the data from the card. The customer service representative and customer will take a
few steps over to the camera to have their picture taken and will then return with the customer
service representative back to the same counter for further processing.
WisDMV has an eight (8) year renewal cycle, and issues approximately 1.2 million credentials
per calendar year.
All DL/ID products in Wisconsin are printed from a central location and mailed to the customer.
The customer receives a printed receipt that is valid for 45 days. Customers typically receive
their product in less than 10 business days. There is one in-house over-the-counter printer for
temporary emergency credentials.
WisDMV allows the WI Department of Corrections to capture Identification Card applicant
images and signatures, and make them available to the image server via FTP. WisDMV
completes processing, and credentials are mailed directly to the correctional institution for
persons scheduled for release.
Wisconsin is a REAL ID compliant state as of January, 2013. MorphoTrust’s “ID Suite”
application is currently being used to verify the customer at the counter by retrieving the photo
that was taken earlier in the process. ID Suite is also used during the issuance process to scan
and store the customer’s identity documents. MorphoTrust is currently the vendor for the
image capture workstations and document authentication equipment. There are currently more
than 16 million images (photo/signature) on the image server.
“DMV Suite” is DMV’s internal application used for issuance of DL/ID products. DMV Suite, the
queuing system and ID Suite communicate using web services to exchange information during
the issuance process for a product being requested by the customer.
WI DEPARTMENT of TRANSPORTATION
RFP #271914-LF
Page 11 of 91
Wisconsin has the following card classifications:
Driver License Regular (Adult and Minor)
Commercial Driver License (Adult and Minor)
Commercial Learner’s Permit (Adult and Minor)
Probationary Driver License (Adult and Minor)
Occupational Driver License (Adult and Minor)
Instruction Permit (Adult and Minor)
Identification Card (Adult and Minor)
Motorcycle Only (Adult)
Special Restricted (Adult)
Juvenile Restricted (Minor)
Restriction Card (Adult and Minor)*
* A “Restriction Card” is held in addition to a regular license. This card is a continuation
of any driving restrictions, which did not fit onto the primary product. This is a
requirement per existing statutory language.
All card types are available in both REAL ID - compliant and REAL ID - noncompliant.
DOT supports multiple levels of environments: Development, System Test and Acceptance as
well as Education and Production. DOT requires that applications move through the various
environments for thorough testing before rolling out to Production. DMV maintains a mock
office for both ticketed and ticketless processes. This includes duplication of all hardware and
software used in the DMV CSC’s. All testing goes through the mock office before going into
production.
The current cost per card is $2.25.
1.4
Clarification and/or Revisions of this RFP
All questions concerning this RFP must be submitted in writing on or before 4:00 PM (CT), November 1,
2013, to: Lyman Fuson, Purchasing Agent Senior; Email: lyman.fuson@dot.wi.gov.
The RFP number 271914 should be in the subject line of the email and noted on the outside of envelopes
and packages submitted in response to this RFP. Responses to inquiries and comments will not be
provided via telephone.
Vendors are expected to raise any questions, exceptions, or additions they have concerning the RFP
DOCUMENTS at this point in the RFP process. If a vendor discovers any significant ambiguity, error,
conflict, discrepancy, omission, or other deficiency in this RFP, the vendor should notify immediately the
above named individual of such error and request modification or clarification of the RFP.
In the event that it becomes necessary to provide additional clarifying data or information, or to revise any
part of this RFP, revisions/amendments and/or supplements will be provided to all recipients of this initial
RFP.
Each proposal shall stipulate that it is predicated upon the requirements, terms, and conditions of this RFP
and any supplements or revisions thereof.
Any contact with State employees concerning this RFP is prohibited, except as authorized by the RFP
manager during the period from date of release of the RFP until the notice of intent to contract is released.
WI DEPARTMENT of TRANSPORTATION
1.5
RFP #271914-LF
Page 12 of 91
Mandatory Pre-Proposal Vendor Conference
The MANDATORY Pre-Proposal Vendor Conference will be held at 1:00 PM (CT), November 14, 2013 at
the Wisconsin State Department of Transportation, Division of Motor Vehicles, 4802 Sheboygan Ave,
Madison Wisconsin in Conference Room 364 to respond to written questions and to provide any
needed additional instruction to vendors on the submission of proposals.
All Prime vendors who intend to respond to this RFP must attend the proposer conference. Bring a copy
of the proposal documents with you. Any changes as a result of the conference and all questions and
answers from the conference will be mailed to all potential proposers in an amendment and posted on
VendorNet.
Proposers must e-mail Lyman Fuson at lyman.fuson@dot.wi.gov with their intention to attend the
conference. No more than three people from an organization may attend.
Failure to attend shall disqualify a vendor’s submitted proposal.
Proposers shall not charge WisDOT for attending the meeting. It is the proposer’s responsibility to signin and obtain the Mandatory Pre-Proposal Vendor Conference Meeting Verification Form. The
completed and signed form must be returned before leaving the pre-proposal meeting. No one will be
admitted after 1:15 PM (CT).
1.6
Reasonable Accommodations
WisDOT will provide reasonable accommodations, including the provision of informational material in
an alternative format, for qualified individuals with disabilities upon request. If you think you need
accommodations at the proposer conference, contact Lyman Fuson, Purchasing, at (608) 267-3628
(voice) or Wisconsin Telecommunications Relay System (TTY) at 1-800-947-3529.
1.7
Calendar of Events
Listed below are specific and estimated dates and times of actions related to this Request for Proposal
(RFP). The actions with specific dates must be completed as indicated unless otherwise changed by
WisDOT. In the event that WisDOT finds it necessary to change any of the specific dates and times, it
will do so by issuing amendments to this RFP. There may or may not be a formal notification issued for
changes of the estimated dates and times.
DATE
October 17, 2013
November 1, 2013
November 14, 2013
November 19, 2013
December 5, 2013
January 16, 2014
1.8
EVENT
RFP issuance date
Last day for submitting written questions
Mandatory Pre-Proposal Vendor conference
Last day for second round of questions
Post amendments to proposers, which include answers to
questions, supplements and/or revisions to the RFP on
VendorNet (estimated date)
Proposals due on or before 2:00 p.m. (CT)
Contract Term
The contract shall be effective on the date indicated on the purchase order or contract and shall
continue for 7 year(s) from that date. By mutual agreement of the agency and the contractor, the
contract may be renewed up to 3 additional one-year periods.
WI DEPARTMENT of TRANSPORTATION
1.9
RFP #271914-LF
Page 13 of 91
Minority Business Participation
The Wisconsin Department of Transportation is committed to the promotion of minority businesses in
the State’s purchasing program. Authority for this program is found in Wisconsin Statutes 15.107(2),
16.75(3m), and 16.755.
Vendors are strongly urged to use due diligence to further this policy by setting up subcontracts to statecertified Minority Business Enterprises (MBE) and/or by using such enterprises to provide goods and
services incidental to this contract (second-tier suppliers), with a goal of awarding 5% of the contract
cost to such enterprises. An MBE means a business certified, or certifiable, by the Wisconsin
Department of Commerce under Statute 560.036(2).
Vendors must submit the attached WisDOT MBE Program Awareness, Compliance & Action Plan
(Attachment C) indicating their proposed utilization of state-certified minority businesses for this
contract. Contact the State’s Minority Business Manager for assistance in locating certified firms at
(608) 267-3293 or the WisDOT Minority Business Program Coordinator at (608)-267-2886. A listing of
State of Wisconsin certified minority businesses, as well as the services and commodities they provide, is
on the State-certified MBE web site: www.doa.wi.gov/mbe
1.10 Disabled Veteran-Owned Business (DVB)
Wisconsin statutes supports purchasing goods/service from Disabled Veteran Owned businesses located
in Wisconsin. Vendors are strongly urged to use due diligence to further this policy by setting up
subcontracts to state-certified Disabled Veteran-Owned Businesses (DVB) and/or by using such
enterprises to provide goods and services incidental to this contract (second-tier suppliers), with a goal
of awarding 5% of the contract cost to such enterprises. A DVB means a business certified, or certifiable,
by the Wisconsin Department of Administration under Statute 16.283 (3).
"Disabled veteran" means a person who is verified by the Department of Veterans Affairs as being all of
the following at the time the person applies for certification:
1. A veteran as defined in s. 45.01(12),
2. A resident of this state, and
3. A person who is in receipt of an award from the U.S. Department of Veterans Affairs of a
service–connected disability rating under 38 USC 1114 or 1134 of at least 30%.
Vendors that feel they qualify should seek certification from the Department of Administration and
mark yes in on page 2 #17 of the Request for Proposal.
1.11 Certification for Collection of Sales and Use Tax
The State of Wisconsin shall not enter into a contract with a vendor, and reserves the right to cancel any
existing contract, if the vendor or contractor has not met or complied with the requirements of s.77.66,
Wis. Stats., and related statutes regarding certification for collection of sales and use tax.
1.12 VendorNet Registration
The State of Wisconsin’s purchasing information and vendor notification service is available to all
businesses and organizations that want to sell to the state. Anyone may access VendorNet on the
Internet at http://vendornet.state.wi.us to get information on state purchasing practices and policies,
goods and services that the state buys, and tips on selling to the state. Vendors may use the same Web
site address for inclusion on the bidders list for goods and services that the organization wants to sell to
the state. A subscription with notification guarantees the organization will receive an email message
each time a state agency, including any campus of the University of Wisconsin System, posts a request
for bid or a request for proposal in their designated commodity/service area(s) with an estimated value
WI DEPARTMENT of TRANSPORTATION
RFP #271914-LF
Page 14 of 91
over $50,000. Organizations without Internet access receive paper copies in the mail. Increasingly,
state agencies also are using VendorNet to post simplified bids valued at $50,000 or less. Vendors also
may receive email notices of these simplified bid opportunities. If questions exist about VendorNet, call
the VendorNet Information Center at 1-800-482-7813 or, for Madison area organizations; call
608-264-7898.
2
PREPARING AND SUBMITTING A PROPOSAL
2.1
General Instructions
The evaluation and selection of a contractor will be based on the information submitted in the proposal
plus references and any required on-site visits, interviews/presentations or demonstrations.
Proposers should respond clearly and completely to all requirements. Failure to respond to each of the
requirements in the RFP may be the basis for rejecting a proposal.
The proposer shall limit their response to 75 pages. The 75 page limit does not include the required
forms, cost proposal and financial documents. Elaborate proposals (e.g. expensive artwork), beyond
that sufficient to present a complete and effective proposal, are not necessary or desired. Proposals
with poor quality copies of materials may be rejected. WisDOT encourages all proposers to print their
submission double-sided to save paper.
2.2
Incurring Costs
The State of Wisconsin is not liable for any cost incurred by proposers in replying to this RFP.
2.3
Submitting Proposals
Proposers must submit, in a sealed package, One complete Original (identified as Original) PLUS seven
(7) copies (identified as COPY) , and one electronic copy (CD, USB, DVD or other acceptable media) of
all materials required for acceptance of their proposal on or before 2:00 p.m. CT, January 15, 2014 to:
U.S. Mail:
Purchasing
WI Department of Transportation
4802 Sheboygan Ave., Room 751
PO Box 7396
Madison, WI 53707-7396
UPS, Fed Ex, etc.:
Purchasing
WI Department of Transportation
4802 Sheboygan Ave., Room 751
Madison, WI 53705
A proposer can hand deliver their proposal package on or before the date and time listed above.
Because of increased building security, access to the WisDOT Purchasing Office is restricted and may
cause delay if hand delivering your proposal. Allow ample time for security clearance to room 751.
All proposals must be time-stamped by the WisDOT Purchasing Office by the stated time. Proposals not
so stamped will not be accepted. Receipt of the proposal by the State mail system does not constitute
receipt of the proposal by the WisDOT Purchasing Office.
WisDOT does not accept facsimile machine or email submitted proposals.
All proposals must be packaged, sealed, and show the following information on the outside of the
package:
 Proposer's Name and Address
 Request for Proposal Title: Wisconsin Driver’s License/Identification Card
 Request for Proposal Number: RFP 271914
 Proposal Due Date: January 15 16, 2014 2PM CT
WI DEPARTMENT of TRANSPORTATION
RFP #271914-LF
Page 15 of 91
COST PROPOSAL: Submit Original (identified as Original) plus one (1) copy (identified as Copy)
(Attachment E). Seal in an envelope and submit within the proposal package. The outside of the
envelope should clearly state “Cost Proposal” and the name of proposer.
FINANCIAL DOCUMENTATION: Submit Original (identified as Original) plus one (1) copy (identified as
Copy). Seal in an envelope and submit within the proposal package. The outside of the envelope should
clearly state “Financial Documentation” and the name of proposer.
2.4
Proposal Organization and Format
Proposal should be typed and submitted on 8.5” by 11” paper and bound securely with page numbers
clearly indicated. The proposal shall contain a table of contents cross-referencing each RFP
requirement.
Proposers responding to this RFP must comply with the following format requirements:
A. Tab 1 - COVER LETTER, RFP SIGNATURE PAGES, DESIGNATION OF CONFIDENTIAL &
PROPRIETARY INFORMATION FORM, and PROPOSER INFORMATION SHEET: Include here any
cover letter, the RFP signature pages 1 and 2, any addendum/amendment signature pages, the
designation of confidential & proprietary information form found in the front section of the RFP,
completed Attachment A--Proposer Information Sheet found at the back of this RFP, and the
Vendor Agreement form.
Proposals submitted in response to this RFP must be signed by the person in the proposer's
organization who is responsible for the proposal submittal, including prices. Each proposal shall
stipulate that it is predicated upon the requirements, terms, and conditions of this RFP and any
addendums/amendments thereof.
B. Tab 2 - RESPONSE TO PROPOSER INFORMATION AND SOLUTIONS: Responses to the
requirements in the proposer information and solutions must be in the same sequence and
numbered as they appear in this RFP. Include here completed Attachment B--References Sheet
found at the back of this RFP. The proposer’s response shall be limited to 75 pages. The 75
page limit does not include the required forms, cost proposal and financial documents.
C. Tab 3 - One (1) electronic device containing identical copies of the submitted proposal
documents. The Cost Proposal documents shall not be copied to this device. The documents
must be in MS Word format or PDF. The device must also contain the language of the narrative
proposal, included with the original proposal. The following are acceptable electronic devices:
CD ROM, DVD ROM, flash drive or memory stick.
D. Separate Envelope - COST PROPOSAL--Attachment E found at the back of this RFP. Provide cost
information as detailed in section 6.0 in this RFP. All costs, as requested, for furnishing the
products and services must be included in this proposal. The cost proposal must NOT be listed
in any other part of the proposal response. The outside of the sealed envelope must clearly
state “Cost Proposal” and the name of the proposer.
2.5
Withdrawal of Proposals
Proposals shall be irrevocable until contract award unless the proposal is withdrawn. Proposers may
withdraw a proposal, in writing, at any time up to the proposal due date and time or upon expiration of
180 days after the due date and time. The written withdrawal notice must be received by the
Purchasing Agent or Purchasing Supervisor managing this RFP process. The notice must be signed by an
authorized representative of the proposer. If a previously submitted proposal is withdrawn before the
WI DEPARTMENT of TRANSPORTATION
RFP #271914-LF
Page 16 of 91
proposal due date and time, the proposer may submit another proposal at any time up to the proposal
due date and time.
3
PROPOSAL SELECTION AND AWARD PROCESS
3.1
Evaluation Committee
WisDOT's evaluation committee will consist of members who have been selected because of their
special expertise and knowledge of the services and/or products that are the subject of this RFP.
Proposers may not contact members of the evaluation committee except at the WisDOT's request.
3.2
Preliminary Evaluation
The proposals will be initially reviewed to determine if mandatory requirements are met. Failure to
meet mandatory requirements shall result in the proposal being rejected. In the event that all
proposers do not meet one or more of the mandatory requirements, WisDOT reserves the right to
continue the evaluation of the proposals that most closely meet the mandatory requirements of this
RFP. WisDOT reserves the right to inquire about and seek clarification of proposals received in response
to this RFP.
3.3
Right to Reject Proposals
The agency reserves the right to reject any and all proposals.
3.4
Proposal Scoring
Accepted proposals will be reviewed by an evaluation committee and scored against the stated criteria.
The committee may review references, request interviews/presentations, conduct demonstrations
and/or conduct on-site visits. The resulting information will be used to score the proposals. The
evaluation committee's scoring will be tabulated and proposals ranked based on the numerical scores
received.
3.5
Evaluation Criteria
The proposals will be scored using the following criteria:
A.
Description
Proposer Information and Solutions (section 5.0)
5.1 General Technical Requirements
5.2 Front-End Requirements (Image Capture Workstations)
5.3 Front-End Requirements (Image Capture Application)
5.4 Front-End Requirements (Front-End Scanning &
Document Authentication)
5.5 Front-End Requirements (DL/ID Card Receipt)
5.6 Automated Photo Comparison/Facial Recognition
5.7 Back-End Requirements (Card Requirements)
5.8 Back-End Requirements (Card Production Center)
5.9 Central Image Storage Solution
5.10 Back-End Requirements (Daily Print Processing Solution)
5.11 Reporting and Image Retrieval
5.12 Support Requirements (Documentation)
5.13 Support Requirements (Training)
5.14 Support Requirements (Project Management Plan)
5.15 Support Requirements (Contractor Staffing Plan)
5.16 Support Requirements (Software Products Modifications
& Enhancements)
Points
50
150
100
75
25
50
150
100
200
25
50
25
25
25
25
25
WI DEPARTMENT of TRANSPORTATION
5.17 Support Requirements (Maintenance Plan)
5.18 Performance Level
5.19 System Testing and Acceptance Period
5.20 Proposer Information & Customer Reference
B.
RFP #271914-LF
Page 17 of 91
50
50
50
25
Cost Proposal (section 6.0)
125
TOTAL
1400
3.6
Interviews/Presentations and/or Site Visits
Top-scoring proposers, based on the evaluation of the written proposal, may be required to have
interviews/presentations to support and clarify their proposals, if requested by the State. The State will
make every reasonable attempt to schedule each interview/presentation at a time and location that is
agreeable to the proposer. Failure of a proposer to complete a scheduled interview/presentation to the
State may result in rejection of that proposer's proposal. WisDOT may conduct site visits of proposer
and/or references’ facilities to clarify or confirm proposal information.
3.7
Final Evaluation
Upon completion of any interviews/presentations and/or demonstrations by proposers, the WisDOT's
evaluation team will review their evaluations and make adjustments to the requirements scores based
on the information obtained in the interview/presentation, demonstration, possible reference checks,
and any other pertinent proposer information.
3.8
Award and Final Offers
Award will be granted in one of two ways. The award may be granted to the highest scoring responsive
and responsible proposer after the original evaluation process is complete. Alternatively, the highest
proposer or proposers may be requested to submit best and final offers. If WisDOT requests best and
final offers, they will be evaluated against the stated criteria, scored, and ranked by the evaluation
committee. The award will then be granted to the highest scoring proposer following that process.
However, a proposer should not expect that WisDOT will request a best and final offer.
3.9
Notification of Intent to Award
All proposers who respond to this RFP will be notified in writing of WisDOT's intent to award the
contract(s) as a result of this RFP.
After notification of the intent to award is made, and under the supervision of agency staff, copies of
proposals will be available for public inspection from 7:30 a.m. to 4:00 p.m., in the WisDOT Purchasing
Section, Room 751, 4802 Sheboygan Avenue, Madison, Wisconsin. Proposers should make
appointments to ensure that space and time are available for the review. Contact the Purchasing Agent
managing this RFP process.
3.10 Negotiate Contract Terms
The agency reserves the right to negotiate the terms of the contract, including the award amount, with
the selected proposer prior to entering into a contract. If contract negotiations cannot be concluded
successfully with the highest scoring proposer, the agency may negotiate a contract with the next
highest scoring proposer.
3.11 Appeals Process
The appeals process applies only to those requests for proposal for services that result in a contract
greater than $50,000. Notices of intent to protest and protests must be made in writing. Protestors
WI DEPARTMENT of TRANSPORTATION
RFP #271914-LF
Page 18 of 91
should make their protests as specific as possible and should identify Wisconsin Statutes and Wisconsin
Administrative Code provisions that are alleged to have been violated.
The written notice of intent to protest the intent to award a contract must be filed with Mark Gottlieb,
P.E., Secretary, Wisconsin Dept. of Transportation, 4802 Sheboygan Avenue, PO Box 7910, Madison, WI
53707, phone number 608-266-1114, facsimile number 608-266-9912, and received in his office no later
than five (5) working days after the notice of intent to award is issued.
The written protest must be received in his office no later than ten (10) working days after the notice of
intent to award is issued.
The decision of the head of the procuring agency may be appealed to the Secretary of the Wisconsin
Dept. of Administration within five (5) working days of issuance, with a copy of such appeal filed with
the procuring agency. The appeal must allege a violation of a Wisconsin Statute or a provision of the
Wisconsin Administrative Code.
4
DL/ID SOLUTION – GENERAL OVERVIEW OF REQUIREMENTS
4.1
DL/ID Solution - Introduction
4.1.1 Document Security – A Serious DMV Concern
The purpose of a driver’s license or identity document is to provide a portable, presentable
proof of one’s identity claim and the privileges associated with that identity. The possession and
inherent security of the document relies upon the due diligence of the DMV.
DL/ID documents are typically secured by various means including holograms, laser engraving,
machine-readable data, etc. Similar to currency, these DMV issued identity documents use
methods or technologies that would be difficult or expensive to acquire or duplicate thereby
resisting counterfeiting (duplication). Since there is general agreement in the identification
business that there will never be a tamper-proof document, often the documents are designed
to resist alteration, such that tampering with them should be readily evident and easily
identifiable through a rapid visual inspection and cursory examination in normal conditions
without the need for tools or aids, thus negating its acceptance as suitable proof of identity.
Lastly, Information Technology security measures combined with controlled auditing and
accountability of the consumable components of the document, and security clearance of
individuals handling or accessing these supplies is designed to provide a resistance to
replication, which can occur when an unauthorized production of a government document
occurs using misappropriated genuine government supplies.
Wisconsin Driver’s License and State ID cards are issued by the DMV. These documents are used
extensively throughout the state and across the country for many identification purposes
including:
 Driving
 Boarding an aircraft
 Check cashing
 Banking
 Proof of identity
It is therefore incumbent upon the DMV to ensure that all possible measures necessary to
prevent the alteration, duplication, and replication of a document issued by the DMV have been
achieved. Since there is general public acceptance and trust placed in documents issued by
State governments, it is also incumbent upon the DMV to ensure the highest level of document
WI DEPARTMENT of TRANSPORTATION
RFP #271914-LF
Page 19 of 91
security is applied, thereby affording their customers the security and safety of a trusted
Wisconsin government credential, while mitigating the risk that may be caused by the
compromise of secure Wisconsin government identification.
4.1.2
DL/ID Solution – Overview
The Wisconsin DMV requires a secure DL/ID solution that provides a new state driver’s license
and identification card that meets or exceeds AAMVA and REAL ID requirements. The new
DL/ID solution must also provide improved productivity and higher quality cards through the use
of newer technology, and improved business process methods.
The Wisconsin DMV requires improved functionality of the DL/ID enrollment process through
the acquisition of replacement technologies. Replacement technologies must include devices
that are proven, and successfully tested in other jurisdictions. Newer technologies must provide
platforms that are easier to support across the state, further reducing costs associated with
maintenance and service.
Wisconsin DMV transitioned to a full central issuance system in 2012, and intends to maintain
this delivery model, provided by a Contractor. This delivery method also serves to provide
overall improvements in the security and handling of sensitive components, further reducing the
potential for security compromise.
Modified and improved business processes will allow the maximum benefit and utilization of
new technology and improved auditing and report generation will serve the DMV’s internal
needs. This will involve changes in the business process of handling customers.
Therefore, a balanced approach that offers moderate business process changes combined with
prudent technology replacements shall provide the DMV with improvements required to
achieve its objectives. This approach also facilitates development and implementation with
minimal risk, while maintaining an accurate, affordable budget.
4.1.3
DL/ID Solution – Current Process
DL/ID card applicants have basic customer information collected (usually via a 2D bar code
reader, but may be manually entered) to identify the person requiring a photo. Customers are
required to have a photo taken prior to being processed for a credential. Currently all CSC’s
have a single camera workstation that is dedicated and operated by DMV CSC staff. This
workstation facilitates image and signature capture only. WisDMV would like the option of
providing more than one camera workstation for busier locations.
Customer photos and signatures are captured via vendor provided equipment. The images are
accepted, and the customer is re-queued (or re-directed at ticketless locations) for DMV
processing assistance.
When called to a processing counter, the DMV staff person verifies that the applicant’s photo
matches the person standing at the counter (currently performed via a vendor-provided
software solution). DMV staff reviews required documentation and visually verifies
authenticity. Each workstation is equipped with an ADF scanner. The back counter houses
office-shared equipment, including vendor supplied and maintained authentication scanners
(used for Passports and out-of-state DL/ID products), and flat bed scanners for larger/delicate
paperwork.
WI DEPARTMENT of TRANSPORTATION
RFP #271914-LF
Page 20 of 91
Via a vendor-provided and maintained software solution, DMV staff categorizes the
documentation presented via the scanning interface. Documentation specific identifiers
(Passport number, Alien number, etc.) are also collected as needed via MRZ reader or manual
entry. Documentation specific identifiers are collected for the purposes of running federallyrequired eligibility checks (US PASS, VLS, etc.).
DMV staff complete application processing via the state’s DMV-Suite system. Eligibility checks
are run, including 1:1 FR (facial recognition) and queries to outside services (VLS, SSOLV, US
PASS).
Once credential eligibility has been approved, a temporary DL/ID receipt is produced. This
receipt includes the customer photo and signature. WisDMV would prefer that the DL/ID
receipt include a representation of the final product (image of front and back of card).
At the end of the day, WisDOT submits a batch print file to the vendor. These files are first run
through 1:N (one-to-many) facial recognition. Print requests requiring manual facial recognition
review are withheld from printing until adjudication is complete. Once DMV staff release the
card from the temporary print hold, the vendor prints and mails the card to the customer. If the
1:N FR match does not pass DMV manual review, DMV staff will confirm the print stop, cancel
the product, mark the record fraudulent, and notify the customer that the product has been
cancelled.
Figure 1 and Figure 2 show the current WisDOT DMV workflows.
WI DEPARTMENT of TRANSPORTATION
Figure 1
RFP #271914-LF
Page 21 of 91
WI DEPARTMENT of TRANSPORTATION
Figure 2
RFP #271914-LF
Page 22 of 91
WI DEPARTMENT of TRANSPORTATION
4.2
RFP #271914-LF
Page 23 of 91
DL/ID Solution – General Requirements
4.2.1
The Proposer must propose an integrated Driver’s License/Identification Card solution (DL/ID
solution), which includes all hardware, software products, supplies, personnel, and services
necessary (except as otherwise specified herein) to provide the solution and services as
described in this Request for Proposal document including, but not limited to:
1. Image and signature capture
2. Foundation document scanning and capture (DMV will provide hardware)
3. Image upload, retrieval, and display
4. 1:1 and 1:N automated photo comparison capability
5. Central card production
6. Affixing, insertion, and card mailing
7. All necessary materials and supplies
8. Project management, development, testing, training, and statewide deployment
9. Centralized system management and maintenance (such as supervisory functions,
user/security maintenance, system maintenance, system software products upgrades and
distribution, etc.)
10. Service, maintenance, staffing, and support for the proposed DL/ID solution
DMV is seeking an integrated solution that provides all required and necessary hardware and
software products to perform customer enrollment and renewal transactions, communicate with
interfaces maintained by DMV to store this information centrally in Madison, and accept DMVinitiated daily batch transmissions to a Contractor owned and operated central Card Production
Center.
Corresponding exactly to the sections of this RFP, the Proposer must provide detailed narratives in
their proposal describing their proposed solutions, including all functionality, system capabilities
and limitations, and performance capabilities and limitations of the proposed solution.
4.2.2
4.2.3
The integrated DL/ID solution (with a centralized DL/ID production approach) must be
implemented to replace the current centralized DL/ID production solution in operation.
The integrated DL/ID solution must provide sufficient capacity to meet annual production needs
of approximately 1.3 million driver’s licenses and identification cards, as well as any growth in
volume over the contract period. DMV intends to contract for a period of 5 years, with an
additional 5 years of renewal options, with a projected total volume over this period of
approximately 6.5-13 million DL/ID cards.
The annual volumes and 5-10 year projection of approximately 6.5 - 13 million cards is based upon
historical data. DMV makes no guarantee on annual or total card volumes over the contract period.
4.2.4
The current WisDMV credential is REAL ID compliant, and follows the AAMVA card design
standards. The integrated DL/ID solution and any cards produced must be fully capable of being
modified by the Contractor to comply with future Federal and/or State mandates, requirements
and timeframes.
It is DMV’s intent to solicit guidance from the Contractor on recommendations and experiences
that the Contractor has with state/federal (U.S.). / International standards involving personal
identity verification, security and privacy of confidential information. DMV believes that
demonstrated knowledge of the theoretical basis of these standards and secondarily the
application of these standards to working systems is extremely important to the compliance
WI DEPARTMENT of TRANSPORTATION
RFP #271914-LF
Page 24 of 91
that DMV will need to demonstrate in the performance under this engagement. The compliance
could take the shape of new standards imposed after the initial phase of this contract, which
would require that the DL/ID solution/system be retrofitted to demonstrate compliance.
Additionally, it is more than likely that, after implementation of the proposed DL/ID
solution/system, standards will be passed that makes compliance by the DL/ID solution/system
necessary, which would require modification of the implemented DL/ID solution/system to
comply with the new standard(s).
4.2.5
To accomplish the implementation of the DL/ID solution, the Contractor must:
A. Provide all necessary products, design the approaches, develop detailed system design
specifications and requirements, and develop and implement the necessary hardware and
software products solutions based on detailed design discussions with DMV relating to agency
workflow processes and requirements.
B. Furnish, install, and maintain all hardware, software products and interfaces, personnel,
services, and supplies necessary to deploy the DL/ID solution as specified in detailed system
design discussions with DMV and as required within this RFP (including all addenda and any
resulting contract).
C. Provide the necessary project management and project staff working with DMV project staff to
develop a functional and detailed design of all proposed solutions prior to development. The
Contractor must document the functional and detailed design of all software product
applications and receive written DMV approval prior to system development. The Contractor
must facilitate and document joint detailed design meetings.
4.2.6
In response to this proposal, the Proposer should illustrate a detailed breadth of knowledge and
understanding of how such standards/publications/programs fit in with the initial deployment of
the proposed DL/ID solution. Also discuss the flexibility of the Proposer and their proposed
DL/ID solution to meet federal or international standards related to personal identity
verification, security and privacy of confidential information. The Proposer should provide
specific references to pertinent standards/publications/programs. Describe knowledge,
demonstrated ability, understanding, and general or specific experience the Proposer has in
implementing solutions/systems using the various standards/publications/programs and how
such efforts have increased the security and personal identity verification features of these
solutions/systems.
WI DEPARTMENT of TRANSPORTATION
5
RFP #271914-LF
Page 25 of 91
PROPOSER INFORMATION AND SOLUTIONS
Submit response under Tab 2 of proposal--see section 2.4 for proposal submittal format. If subcontractors are to
be used detail the subcontractors, if any, that would be used and what services they would perform.
5.1
DL/ID Solution – General Technical Requirements
5.2.1
The Proposer must use DMV’s technical architecture standards, outlined in Attachment F,
WisDOT Architecture Standards, as the basis for developing their proposed solution.
5.2.2
The Proposer must describe the following features of the proposed DL/ID solution:
A. The Proposer must describe and explain how their proposed solution fits within the DMV
technical environment (see Attachment F).
B. The Proposer must describe and explain any circumstances or portions of their proposed
solution that does not conform to the attached WisDOT architecture standards (see
Attachment F).
C. The Contractor shall provide all necessary software products and APIs to support the
proposed DL/ID solution. All required software products components must be documented
in detail in the Proposer response.
5.2.3
Proposer shall describe how they will meet the following DESIGN REQUIREMENTS:
A. Any proposed system or optional configuration and associated peripherals must be
compliant with and utilize DOT’s content management system (IBM’s Content Manager) for
document acquisition, storage, workflow, and retrieval. DOT integrates existing DOT
applications with our Content Manager using the web service supplied by the Content
Manager product.
B. Vendor Applications must allow DOT applications to access any and all DOT information
stored in the vendor database. The preferred mechanism to interact with DOT’s information
architecture is via web services. DOT database information can be accessed by the vendor
application via DOT provided web services. The vendor application interactions via the DOT
web services must use an XML-based communication mechanism, either SOAP or REST via
https. Authentication options, such as http basic authentication as described in RCF 2617 or
x.509 certificates should be agreed upon at design time with DOT. DOT and the vendor
should agree that integration needs evolve over time and that project work is required by
both parties to create the necessary web service interfaces as the need is presented.
5.2
5.2.4
DMV will provide the necessary network connections for connectivity at DMV locations.
5.2.5
The Proposer must provide documents and diagram(s) that show the systems, interfaces, and
hardware and software products that comprise the architecture of the proposed solution.
Front End Requirements (Image Capture Workstation)
5.2.1 Image Capture Workstation – General Requirements
DMV will furnish and install all system furniture. The Proposer will provide all components of
the Image Capture Workstation, including laptop or desktop computer, backdrop, monitor,
keyboard, signature pad, mouse, finger-print scanner (for staff log-on), 2D bar code scanner,
cables, cords and uninterrupted power supply.
WI DEPARTMENT of TRANSPORTATION
5.2.2
RFP #271914-LF
Page 26 of 91
Image Capture Workstation – Image Capture Solution
A. The Proposer must propose an image capture solution with camera equipment that
provides maximum automation, minimal user involvement, and captures high quality
images. The proposed image capture solution must interface with the ICW. The Proposer
must describe their proposed image capture solution in detail.
B. While it is expected that customer identifiers will come to the ICW via a queuing interface,
the proposed image capture solution must allow for customer data input via manual entry
or 2D bar code scanner.
C. The proposed camera equipment must provide a high level of complete automation
including calibration, be designed to resist tampering and be hot swappable in the event of
failure.
D. The proposed camera equipment must be hardware device independent and optimally
interfaced to the ICW via USB connectivity. The camera must be capable of operating on
the ICW.
E. The proposed image capture solution must allow for photo retakes in a minimal amount of
time and offer features that will improve image quality through the reduction of shadowing,
increased illumination, and other software-controlled actions to further improve image
quality.
F. The proposed image capture solution must allow DMV CSC operators to perform image
capture via a single “mouse click.” Operators must then be provided onscreen a high quality
AAMVA compliant photo image that is consistent in subject location, depth, and allocation
within the capture frame.
G. Proposed image capture solution must allow for manual retrieval of images from the image
database to initiate a new issuance transaction.
H. The proposed image capture solution must minimally provide the following features and/or
specifications:
 Must allow “one click “ capture
 Must offer “hot key” alternatives to mouse clicks
 Must allow automatic calibration, focusing and white balancing
 Must provide for automatic locating of subject, zoom, and cropping
 Must extract/convert to high quality gray scale image
 Must include a secure theft- and vandalism-resistant camera housing
 Housing must be height adjustable to accommodate countertop heights varying from 36
inches to 48 inches
 Must have superior additional flash illumination, supplemental to built-in flash
 Must result in high resolution digital images captured minimally at 1700x1200; 16M color
depth
 Must include solid color backdrop with reflective qualities or software manipulated
backdrop color
 Camera and flash must be ready to capture second image in less than 5 seconds
 Camera/flash or camera housing must provide a single cable for AC power and a single
cable for ICW connectivity
 Camera must optimally connect via high-speed USB interface
WI DEPARTMENT of TRANSPORTATION



















5.2.3
RFP #271914-LF
Page 27 of 91
Must provide red eye elimination
Must provide a mean time between failures (MTBF) of at least 250,000 photo captures
with flash
Must operate with full automatic features at varying focal lengths ranging between 3 feet
and 10 feet
Must display live video of applicant
Must allow employee to capture (freeze) the image
Must automatically crop the image
Must allow for automatic brightness adjustments (no matter what the Service Center
lighting is)
Must perform ICAO (International Civil Aviation Organization) checks and return results
to the employee
Image must meet ISO/IEC 19794-5 Information Technology – Biometric Data
Interchange Formats – Part 5: Face Image Data
Must allow employee to confirm eye placement marking
Must allow employee to unfreeze and recapture the image as many times as necessary
Must allow the employee to make slight adjustments to the image
o Adjust cropping slightly closer or farther
o Adjust cropping slightly left or right
o Adjust cropping slightly up or down
Must allow employee to accept the image
Must recheck for ICAO compliance after manual adjustments
Must allow employee to accept the image when all ICAO checks are successful
Must allow employee to override an image when one or more ICAO checks are
unsuccessful
Must allow for “Image Capture Only” transactions in which no product or document is
processed.
The ICW must generate a unique Vendor generated photo ID number that is
permanently assigned to the image
Document or image compression must meet AAMVA standards for image quality
Image Capture Workstation – Image Consistency
The proposed image capture solution must provide the best available image quality for related
functions such as card printing and automated photo comparison; therefore, the proposed image
capture solution (camera and software products) must provide an absolute consistency in the
following areas:
 The full-face or frontal pose must be utilized for all photo images.
 The subject's captured facial image must always be in focus from the nose to the ears.
 The photo image being captured (full-face pose) must be positioned to satisfy all of the
following conditions:
o The approximate horizontal midpoints of the mouth and of the bridge of the nose
must lie on an imaginary vertical straight line positioned at the horizontal center of
the image. See line AA in Figure 3.
o An imaginary horizontal line through the center of the subject's eyes must be
located at approximately the 55% point of the vertical distance up from the bottom
edge of the captured image. See line BB in Figure 3.
o The width of the subject's head must occupy approximately 50% of the width of the
total image width. This width must be the horizontal distance between the
midpoints of two imaginary vertical lines. Each imaginary line must be drawn
WI DEPARTMENT of TRANSPORTATION
RFP #271914-LF
Page 28 of 91
between the upper and lower lobes of each ear and must be positioned where the
external ear connects to the head. See line CC in Figure 3.
Figure 3 – Image Consistency
5.2.4
Image Capture Workstation – Backdrop Requirements
A. The Proposer must propose a backdrop solution that includes a backdrop for each ICW
mounted upon a tubular steel or similar frame that allows applicants to be captured while
standing or sitting. The frame will allow front or side mounting depending on the office
layout. The CSC Operator must have full view at all times of the person positioned in front
of the backdrop for photo capture.
B. The backdrop material may be a solid board or fabric that is affixed to a board to provide
the required rigidity. Backdrop color must be uniform light blue or white (Pantone 277
preferred). The backdrop must be securely affixed to the backdrop frame and not be
subject to tearing, sagging or creases. The backdrop must meet any/all AAMVA
requirements and include reflective materials that assist in illumination and shadow
reduction.
C. The frame and backdrop must be of sufficient height and width to capture individuals that
may vary in height from 3 feet and 6 inches (3’6”) to a maximum of 7 feet and 6 inches
(7’6”) while sitting and/or standing in front of the backdrop.
5.2.5
Signature Capture
The Proposer must propose a hardware/software solution for signature capture. The signature
must be captured in front of the CSC clerk, who will witness the signature. The proposed
solution must provide high-resolution images that are true representations of the applicants’
hand written signature.
Signature Pad Requirements
 Must utilize current, available technology
 Must have the ability to display messages and check boxes
 Must require no battery power
 Must provide protection against static interference
 Must meet AAMVA DL/ID Card Design Standard for signature
 Must provide a fine-point stylus tethered to the pad
 Must accommodate right-handed and left-handed signers
 Must be easily and quickly replaced if one stops working
 Must display applicant’s name
 Must capture a true representation of the applicant’s written signature
 Must allow applicant to clear and sign again
WI DEPARTMENT of TRANSPORTATION




5.2.6
RFP #271914-LF
Page 29 of 91
Must display live signature on the workstation for the employee to view
Must allow employee to freeze and accept signature on the workstation, overriding the
clear selection on the signature pad
Must allow employee to clear signature to allow the applicant to sign again
Optionally, must be able to capture electronic signature for application interface
Image Capture Workstation – Department of Corrections
In addition to the general use image capture workstation to be used at the DMV Customer
Service Centers, the Proposer must also provide a unique image capture workstation solution
for the Wisconsin Department of Corrections (WisDOC) ID card project. WisDOC has a focused
re-entry program, with the goal of improving the process of returning inmates to the community
after release. To meet this goal, WisDOC aids the inmate in the acquisition of a state
Identification (ID) card. The ID card must be produced by WisDMV.
Customer information including basic demographic data, social security number, portrait image,
and signature portrait will be captured by WisDOC. The image backdrop, image portrait and
signature captured by WisDOC must conform to agreed upon standards. Multiple WisDOC
facilities will submit this information for storage on FTP server. The Proposer must retrieve the
data submitted by WisDOC from the server as a daily batch run using FTP. The Proposer will
then add this data to the image capture/server database, assigning a unique number to each set
of portrait and signature images. WisDMV will later use this image to produce an ID card.
A WisDMV Central Office processor located in Madison will use the dedicated WisDOC
customized version of the image capture workstation to identify the customer, using social
security number, and pull the portrait and signature images submitted by WisDOC to be used for
the issuance of the ID card. The remainder of the process will then follow the agreed upon
issuance solution, including 1:1 and 1:N facial recognition and printing and mailing of the card at
the Card Production Center.
The Proposer must also provide unique report capability, specifically for the WisDMV/WisDOC
ID card project. See section 5.12 Reporting and Image Retrieval.
5.2.7
Image Capture Workstation – Equipment Volume and Locations
DMV requires multiple ICW’s installed at each DMV CSC location to facilitate the business
process changes required to prevent identity fraud, provide redundancy, and meet transaction
peak volumes.
The Proposer must provide an itemized list with quantities and descriptions of all proposed
DL/ID hardware and software products. The Proposer must provide a breakdown of each
separate component and feature along with corresponding technical specifications.
Technical specifications must include, but not be limited to, diagrams and specifications of
hardware components, dimensions (height, depth, length, and weight), electrical and grounding
requirements, footprint, temperature and humidity ranges, software products components
(manufacturer's name, version number, etc.) and features, etc.
The DMV minimally requires the following amount of DL/ID enrollment (ICW) equipment for
each DMV CSC location:
WI DEPARTMENT of TRANSPORTATION
RFP #271914-LF
Page 30 of 91
Figure 4
CSC Location
ICW for
Fixed
Location
ICW
Travel
Laptop
Authenticator
for Fixed
Location
Algoma
1
1
Alma
1
1
Amery
1
1
Antigo
1
1
Appleton
1
2
Ashland
1
1
Baraboo
1
1
Beaver Dam
1
2
Beloit
1
2
Berlin
1
1
Black River Falls
1
1
Chilton
1
1
Crandon
1
1
Darlington
1
1
Dodgeville
1
1
Durand
1
1
Eagle River
1
1
Eagle River Travel
Team to Minocqua
Authenticator
for Travel
Teams
1
1
Eau Claire North
1
2
Eau Claire South
1
1
Elkhorn
1
2
Ellsworth
1
1
Florence
1
1
Fond du Lac
1
2
WI DEPARTMENT of TRANSPORTATION
CSC Location
RFP #271914-LF
Page 31 of 91
ICW tower
ICW
Travel
Laptop
Authenticator
Friendship
1
1
Green Bay
1
3
Hayward
1
1
Hudson
1
2
Hurley
1
1
Iron River
1
1
Janesville
1
2
Kenosha
1
2
Keshena
1
1
La Crosse
1
2
Ladysmith
1
1
Madison East
1
3
Madison West
1
2
Manitowoc
1
1
Marshfield
1
1
Mauston
1
1
Medford
1
1
Medford Travel Team
to Abbotsford
Menomonie
1
1
1
Menomonie Travel
Team to New
Richmond
1
1
1
Menomonee Travel
Team to Stanley
Uses same equipment as New Richmond
Merrill
1
1
Milwaukee Central
1
2
WI DEPARTMENT of TRANSPORTATION
CSC Location
RFP #271914-LF
Page 32 of 91
ICW tower
ICW
Travel
Laptop
Authenticator
Milwaukee DT
1
1
Milwaukee NE
1
2
Milwaukee NW
1
3
Milwaukee SE
1
2
Milwaukee SW
1
3
Monroe
1
1
Neillsville
1
1
Oconto
1
1
Odana Madison
1
1
Oshkosh
1
1
Park Falls
1
1
Park Falls Travel Team
to Phillips
1
1
Peshtigo
1
1
Platteville
1
1
Portage
1
1
Portage Travel Team
to Reedsburg
1
1
Portage Travel Team
to Sauk City
Uses same equipment as Reedsburg
Prairie du Chien
1
1
Racine
1
2
Rhinelander
1
1
Rice Lake
1
2
Richland Center
1
1
Saukville
1
1
Shawano
1
1
WI DEPARTMENT of TRANSPORTATION
CSC Location
RFP #271914-LF
Page 33 of 91
ICW tower
Shawano Travel Team
to Wittenberg
ICW
Travel
Laptop
Authenticator
1
1
Sheboygan
1
2
Siren
1
1
Siren Travel Team to
Luck
1
1
Spooner
1
1
Stevens Point
1
2
Sturgeon Bay
1
1
Superior
1
1
Tomah
1
1
Viroqua
1
1
Watertown
1
1
Watertown Travel
Team to Fort Atkinson
1
1
Watertown Travel
Team to Oconomowoc
Uses same equipment as Fort Atkinson
Waukesha
1
3
Waupaca
1
1
Wausau
1
2
Wautoma
1
1
West Bend
1
2
Westfield
1
1
Whitehall
1
1
Wisconsin Rapids
1
1
DMV Test Center
3
1
WI DEPARTMENT of TRANSPORTATION
CSC Location
RFP #271914-LF
Page 34 of 91
ICW tower
DMV Test Center
Travel Set-up
BDS (Driver Services)
Totals
5.2.8
ICW
Travel
Laptop
Authenticator
1
1
3
87
0
9
112
9
Image Capture Workstation – Integration into Existing CSC Locations
A. The Proposer must describe their proposed solution for equipment placement within DMV
CSC locations. Due to counter space limitations, DMV will work with the Contractor to
finalize a plan for positioning the new ICW’s and camera systems within existing CSC’s such
that they provide the required business process requirements and cause minimal
interruption to existing equipment. Upon award the selected contractor will visit each DMV
location to evaluate the office arrangement.
B. New ICW and peripheral equipment is expected to integrate into existing CSC’s with minimal
adjustment or modification in regard to counters or other environmental or structural
modification. DMV will be responsible for any structural or building modifications required
to implement the additional ICW workstations required at each CSC location. The Proposer
must state in their response the typical technical and facility requirements necessary for the
installation of their ICW and capture system for the CSC, including but not limited to:
1. Counter space width and depth required
2. Countertop minimum and maximum height
3. Number of standard 110v AC outlets required
4. Countertop height preference
5. Minimum and maximum focal distances (Camera to Backdrop)
6. Any unique or unusual environmental requirements
7. Any other infrastructure or technical requirements, such as connectivity, required
bandwidth, etc., for the solution to operate.
C. The Proposer must state clearly in their response the expectation of facility and technical
modifications or adjustments perceived for the implementation of their proposed DL/ID
solution.
5.2.9
Image Capture Workstation – Mobile Workstation
A. The Proposer must propose a mobile workstation solution that can perform the following
functionality. This workstation must be identified in the optional purchase section of the
cost proposal provided. DMV may or may not choose to purchase this feature at DMV’s sole
discretion.
 Generate a local transaction queue
 Must be able to connect at multiple locations, each location having its own individual
network and Internet settings
 Perform the standard image capture function (image and signature capture)
 Interface to the CIS during online connectivity
WI DEPARTMENT of TRANSPORTATION




RFP #271914-LF
Page 35 of 91
Must have the same functionality as CSC ICW’s
Must include a protective case and able to withstand all weather conditions
Should be lightweight – no more than 45 lbs., and no more than 3 boxes
Must be easily transportable – telescopic handles and wheels
B. Components of the ICW travel workstation must include:
 Travel case
 Laptop computer
 Optical mouse
 Camera
 Signature pad
 Barcode scanner
 Uninterrupted power supply
 Surge protector
 Cabling and wiring
 Hubs, mounting hardware, or other accessories
 Fingerprinting or other biometric reader for employee authentication
C. The mobile travel case:
 Must have wheels
 Must be easily transportable by one person
 Must have all devices securely restrained to prevent damage during transportation and
setup
D. Ease of Use - The mobile unit should function with minimal set-up and unpacking. Assembly
and disassembly of the equipment should not require more than one person. Equipment in
any single case must not weigh more than forty-five (45) lbs.
5.3
Front-End Requirements (Image Capture Application)
5.3.1 Image Capture Application – General Requirements
The Proposer must propose an improved, easy-to-use, Image Capture Application (ICA) that will
simplify DMV DL/ID business processes and workflow. The proposed application must also
interface to DMV systems via DMV’s Enterprise Application Infrastructure (see Attachment F) for
receiving customer transaction data, as well as storing and retrieving photo and signature
images.
A. The proposed ICA must be robust, scalable, and demonstrated stable in similar deployments
elsewhere. The application must provide for context sensitive help and provide users with
audible and visible prompts in case of error.
B. The ICA must provide a typical Windows graphical user interface (GUI). The application
must operate and interface with multiple peripheral devices such as cameras, 2D bar code
scanners, signature pads, and other input/output devices.
C. The ICA must interface with the Central Image Server Solution(CISS) to provide for online
photo image and signature image retrieval. The ICA must provide for display of the two
most recent photo and signature images currently stored for the customer being processed.
These images must be available for display (by selecting a past photo icon within the ICA) at
the same time new photo and signature images are captured to facilitate visual comparison
and verification.
WI DEPARTMENT of TRANSPORTATION
RFP #271914-LF
Page 36 of 91
D. The ICA must provide for capture and automatically crop photo and signature images to
current and future AAMVA specifications. Additionally, the ICA must provide for scanning of
applicant breeder documents (approximately 5 pages) to allow for further identity
verification prior to card production. The proposed scanning solution and ICA functionality
must allow the operator to visually review and verify the scanned images of breeder
documents, the scanned signature image, and the cropped photo image prior to storage.
E. To minimize future costs or development charges, modifications or future enhancements to
the ICA must be achieved through the use of common development tools (i.e. Visual Basic,
Microsoft.NET, etc.) and the ICA must offer a Software products Development Kit
compatible with DMV’s development platform (see Attachment F) that includes a
comprehensive sample library.
F. In the event that the integrated queuing system goes down, the ICA must have the ability to
continue to capture photos and signatures. It must be transparent and only add minimal
time and steps to the ICA process. The 2-D barcode scanner being requested will be used to
input the customer’s information at the camera.
G. The ICA must maintain a log of transactions performed, which include (but not limited to)
the operator ID, machine ID, the location ID, overrides, exceptions, date and time. This
information will be used in web reporting (see section 5.11).
5.3.2
Image Capture Application – Image Capture Screens
A. The ICA must provide easy to use GUI capture screens that offer the selection of an input
field through a mouse-click. The image capture equipment must be controlled by the ICA
through Contractor supplied interface drivers with each input device. Menu driven fields
must be designed where applicable.
B. If multiple ICW’s are proposed, the ICA transaction queue must be shared between all ICW’s
within a single CSC.
C. CSC operators must have the ability to select an exception flag for inclusion with the
completed transaction (e.g. valid without photo). This authority is to be limited to a select
group via role based security (see section 5.4.5). The workflow must also accommodate the
capability to create exception flags whenever management discretion is needed in the
document review or issuance process, which requires that the manager release the
transaction for continued processing. If “MD” – Management Discretion, is marked, the
workflow must accommodate resolution in “real time”. This must be an auditable item. An
exception flag must be appended to transactions where there is a suspicion of fraudulent
activity. Exception flags will prevent the record from assembly in the batch print file and
require DMV investigations to review the transaction prior to release for card production.
D. The ICA must be simple to use with pull-down menus where appropriate. In addition, easy
“one-click” functions for image and signature capture must be provided. Features that
allow for the automatic cropping of photo and signature images must be included in the ICA.
E. The ICA must perform the necessary processing to prepare captured photo images for backend automated photo comparison while providing uninterrupted processing of customers at
the CSC. The ICA must report that the captured image meets the requirements of back-end
automated photo comparison by performing a quality analysis of the captured photo image
WI DEPARTMENT of TRANSPORTATION
RFP #271914-LF
Page 37 of 91
prior to processing. Should the ICA determine that the captured image is unsuitable; the
operator must be prompted to recapture another photo image. Refer to section 5.7 Back
End Requirements Automated Photo Comparison/Facial Recognition.
5.3.3
Image Capture Application – Interfaces
A. The Proposer must propose a method of developing an ICA transaction queue for all
pending DL/ID transactions. The customer data required for the queue will be initiated by
the DMV terminal transaction activity performed by the CSC Operator and sent to the ICA.
Using the ICA on the ICW, DMV CSC Operators must be able to select the customer they
wish to process from the ICA transaction queue. Transactions in the queue must be listed in
the order received.
B. The Proposer must propose a method of interfacing the ICA with:
 DMV applications to receive real-time customer transaction information for building the
ICA transaction queue.
 The CIS to provide real-time photo and signature image storage and retrievals.
 The DMV queuing system
The Proposer must use DMV’s technical architecture standards (see Attachment F) as the
basis for developing their proposed solution
C. The ICA must provide a solution for preventing data and images from accidental erasure or
loss. The Proposer must provide sufficient detail in their response to satisfy DMV concerns
regarding the safeguarding of images and successful insertion in the CIS database.
D. The ICA must insert and retrieve data from the CISS database in real time that includes the
following:
 Demographic data
 Photo and signature image
 Automated photo comparison data
5.3.4
Image Capture Application – Data Security
Images along with demographic and other personal data may be temporarily stored on local
workstations and must be secured from inappropriate access in the event of loss or theft of a
machine.
The Proposer must propose and provide methods, including the use of encryption, to safeguard
the personal information that may be temporarily stored on a local workstation. The Proposer
must include in their response measures that will be used to ensure the safety, security, and
privacy of personal information in the DL/ID solution.
5.3.5
Image Capture Application – Operator Login
A. The ICA application must authenticate and authorize access against DOT’s Active Directory
Domain. Each operator will be provided a unique ID for login. The ICA application must
retrieve the authorization to run the ICA application from DOT Active Directory Domain.
If a Biometric login (e.g. fingerprint login) for the ICW is proposed in addition to the WISDOT
supplied logon ID and password for users, the ICA screens must request the Biometric
information after successful return of the WisDOT user credentials. In the event such as an
WI DEPARTMENT of TRANSPORTATION
RFP #271914-LF
Page 38 of 91
exception flag being added to a customer’s captured data (e.g. valid without photo), only
the WisDOT credentials are to be used to add the flag and override the photo during card
production.
B. The ICA application must time out after a configurable time period after which the
application will not work until credentials are provided.
C. The ICA hardware must lock up after a configurable time period. The operator will need to
provide authentication credentials after a lockup prior to being able to enter any
information.
D. Access to the internal application functions must have a minimum of four (4) role based
security levels within WisDOT’s AD Domain. Final functions for each level will be
determined through a combined effort with DMV and the proposer. In addition, if
Biometrics for logon authentication will be used, the ICA must have the ability to allow
those designated to not have suitable fingerprints, to bypass Biometric authentication using
WisDOT’s AD role based authentication.
5.4
Front-End Requirements (Front-End Document Scanning and Document Authentication)
5.4.1 DMV will provide the necessary document scanning hardware (ADF and flatbed scanners. The
Contractor must provide the necessary scanning software solution, with interfaces to the
existing DMV document imaging and storage system, and integration with the Contractor’s
proposed DL/ID applications. The Proposer must describe any specific needs or requirements
that the DMV-provided scanner hardware must support.
5.4.2
DMV intends to store images of breeder documents used for identity verification. The Proposer
must utilize a document scanning software solution that interfaces with DMV’s existing
document imaging and storage system to retain images of up to five 8 ½” x 11” sized documents
in a tagged image format (TIF).
The current customer validation process, which takes place at the processing counter (not the
image capture workstation), includes the following contractor-impacted actions:
A. Call the customer to the window. The customer’s recently captured image is shown on the
processor's screen for a visual validation.
B. Scan required documentation, as identified by document type. Document types should be
configurable so that new documents can be added with minimal-to-no coding changes. In
addition, specific document text data fields should also be configurable.
Categories of documentation include:
1. Product application
2. Proof of name and date of birth
3. Proof of legal presence
4. Proof of name change - if applicable,
5. Proof of social security/identity
6. Proof of residency.
Each document category should allow for designation of a specific document type, i.e., U.S.
birth certificate, U.S. Passport, Foreign Passport, I-94, etc. The software should also allow
WI DEPARTMENT of TRANSPORTATION
RFP #271914-LF
Page 39 of 91
for the insertion of document text data, which may be needed for external system
validation.
C. Eligibility checks that interface with the vendor (via web service call) during the customer
intake process include a 1:1 facial recognition check and a check to ensure documentation
has been scanned in each of the required categories for the product type required.
Each workstation will include a direct connect ADF scanner. Oversize and/or fragile documentation may
be scanned on a networked flatbed scanner on the back counter of the service center (behind
processing counter for shared use). The customer validation software solution must be able to account
for customer documents scanned at the workstation as well as those for the same customer on the back
counter flatbed scanner. The back counter scanning solution should provide the processor with the
opportunity to choose the customer they are working with so that all documentation may be tied
together into a single record.
The existing flatbed scanner workstation also includes an authenticator or fraudulent document
recognition (FDR) technology solution. WisDMV wishes to continue to utilize similar FDR technology, as
provided and maintained by the Contractor. This FDR hardware should have the ability to capture a
scanned image and/or read machine-readable information. The FDR solution must search the scanned
document for security features and determine whether the document is authentic or not. Like the
flatbed scanner, the document information collected via the authenticator is also tied to the chosen
customer and saved as a complete customer record, via the scanning solution software.
Wisconsin DMV minimally requires 112 authenticators for current fixed locations and 9 authenticators
for travel teams, for a total of 121. See Figure 4 in Section 5.3.7.
5.5
Front-End Requirements (DL/ID Card Receipt)
5.5.1 DMV understands that any secure document issuance program is only as strong as the weakest
aspect. For this purpose, DMV intends to print a rendering of the driver’s license on the DL/ID
Card receipt, which will be issued as a part of the new business requirements. The following
table indicates the transactions that require a driving receipt to be issued. The following table is
all inclusive of the transaction types; other transaction types such as “NON” do not require a
driving receipt. The volumes below are estimates and represent calendar year 2012 historical
transaction data.
Figure 5
Type
Estimated Volume
Originals (OCC, PROB, RGLR)
196,451
Learner’s Permits-all (CDLI, CYCI, MPDI, REGI)
135,137
ID Cards (all app types DUP, ORG, REI, RNW, RSM)
131,356
Duplicates (OCC, PROB, RGLR)
239,709
Re-issues (OCC, PROB, RGLR)
52,449
Renewals (RGLR)
Reinstatements (OCC, PROB, RGLR)
Annual Total
472,989
97,037
1,325,128
WI DEPARTMENT of TRANSPORTATION
RFP #271914-LF
Page 40 of 91
5.5.2
The proposed product rendering for the driving receipt will be printed using a standard desktop
printer. DMV will provide the original driving receipt format and processing, using a DMV
provided printer. As part of the DL/ID solution provided by the Proposer, the Proposer must
provide the necessary functionality and integration with the Proposer’s product print
applications to produce the rendering of the requested product, and return that rendering in a
format agreed on by both parties. The Proposer must describe any specific needs or
requirements that the product rendering must support.
5.5.3
The proposed product rendering for the driving receipt must be available “on-demand” via a
web service call, and must include the following fields in addition to standard customer DL/ID
data:

Photo image (high or low resolution on request)

Signature image

PDF-417 barcode

Restrictions formatting

A front and back image for each card to be printed by the factory
5.5.4
The Proposer must propose a rendering of the DMV product based on the print stream
information provided by the DMV-initiated web service call.
5.5.5
Sample product renderings must be included in the Proposer response. A total of ten (10)
samples of the rendered product images must be submitted. Proposers may choose to provide
more than one format of the product rendering and must provide ten (10) copies for each
version submitted. Providing “generic” samples will be compliant as long as the samples
submitted meet the requirements as stated in the RFP. The samples submitted must be
representative of the requirements of the DMV, containing relevant information and features
that are indicated within the RFP.
5.5.6
A front and back will need to be generated for each card produced for the product request.
Example of Product Rendering:
Card 1 of 2
Card 2 of 2 (when necessary)
WI DEPARTMENT of TRANSPORTATION
5.6
RFP #271914-LF
Page 41 of 91
Automated Photo Comparison/Facial Recognition
5.6.1 The Proposer must propose a solution for performing an automated photo comparison process
as part of their proposed DL/ID solution. An automated photo comparison process must
provide 1:1 and 1:N matching prior to card production. This process must identify potential
matches within the Central Image Storage (CIS) database. The automated photo comparison
process must exclude the confidential DL/IDs.
5.6.2
The Proposer must propose a solution for performing an automated photo comparison process
as part of their proposed DL/ID solution. An automated photo comparison process must
provide 1:1 and 1:N matching prior to card production. This process must identify potential
matches within the Central Image Storage (CIS) database. The automated photo comparison
process must exclude the confidential DL/IDs.
5.6.3
Data necessary to facilitate the automated photo comparison process must be created for each
new photo that is captured and sent to the CIS database. The DMV CSC operator will analyze
and adjudicate any 1:1 potential matching issues prior to completing DL/ID processing. The
facial recognition engine must be capable of returning match or non-match 1:1 results within
sub-seconds from the time the search request is received.
5.6.4
Prior to assembly in the daily batch print file, which is to be transmitted to the Central Printing
Facility, the new photo shall be compared against all existing photos on the DMV database for
potential matches. Any 1:N match results shall then generate a flag in the print pending record
and be held out of the print queue until adjudicated. The flagged customer record shall be
included in a web-based photo comparison exception report that is generated overnight and
made available on the exception report daily. DMV Central Office staff in Madison will analyze
and resolve the 1:N potential matching issues. The flagged transaction cannot enter the batch
print queue until a DMV investigator has manually removed the exception flag. (See section
5.12.2 for stand alone 1:N requirement.)
5.6.5
The Contractor must furnish and install the necessary hardware and software products required
to support their proposed automated photo comparison solution that meets the needs of DMV.
The automated photo comparison solution must allow for DMV staff to adjust match thresholds.
Adjustments or modifications required to optimize the match percentages and thresholds shall
not result in any costs to the DMV.
The Contractor must furnish and install the client and server software products and any
hardware (i.e. photo matching server) required to provide the required automated photo
comparison functionality. The DMV and Contractor shall work collaboratively through the first
WI DEPARTMENT of TRANSPORTATION
RFP #271914-LF
Page 42 of 91
12 months of live use to adjust false positive match thresholds to an acceptable factor. The
Contractor shall work with DMV to adjust the thresholds as needed.
5.6.6
The automated photo comparison solution must be integrated with the Image Capture software
to perform photo image quality assurance and data extraction on photo images. To enable the
development of a high quality photo image database, applicants will not be permitted to wear
headgear or other articles, which will interfere with automated photo comparison. System must
be accurate even with images that have slight variations in lighting, head tilt, facial expressions,
cropping, and with individuals who wear eyeglasses
5.6.7
The facial recognition system engine must be capable of 1:1 and 1:N image comparison with all
portrait photos on the DMV database. The image server currently contains 20 million records,
but the future system needs to provide for the growth of images over the length of the contract.
The QA parameters must reject the photo image if the image is not optimal for automated
photo comparison purposes in a 1:N environment. The photo image must be measured for the
following qualities:
 Lighting conditions
 Angle of pose
 Shadowing within the image
 Poor image quality
 Centering (framing of subject)
 Eyes closed
5.7
Back-End Requirements (Card Requirements)
5.7.1
Card Requirements – Overview
One of the primary objectives of the new DL/ID solution is to improve the security and integrity of
driver’s license and identification cards issued by the Wisconsin DMV. The DMV will examine and
consider the security of the cards proposed with the highest scrutiny and therefore urges the
Proposer to place a high degree of emphasis on the sample cards, which shall be included in the
Proposer response.
5.7.2
Card requirements – Card Formats
A. The Proposer must propose multiple DL/ID card formats that may include various levels of
security and security features. The proposed driver’s license and State ID card formats must be
highly secure.
B. In addition to the standard horizontal DL/ID card formats, DMV also requires the production of
an under age 21 driver’s license and state ID card in a vertical format.
C. The following are the minimum card formats required:
ADULT (horizontal) FORMATS
1. Driver License – Regular
2. Commercial Driver License
3. Commercial Learner’s Permit
4. Probationary Driver License
5. Occupational Driver License
WI DEPARTMENT of TRANSPORTATION
6.
7.
8.
9.
RFP #271914-LF
Page 43 of 91
Instruction Permit
Identification Card
Motorcycle Only
Special Restricted
MINOR (vertical) FORMATS
1. Driver License - Regular
2. Commercial Driver License
3. Commercial Learner’s Permit
4. Probationary Driver License
5. Occupational Driver License
6. Juvenile Restricted
7. Instruction Permit
8. Identification Card
OTHER
Restriction Card
D. The proposed solution must be capable of modifying or adding additional card
stocks/types/formats/designs at any time during the contract.
E. The Proposer must possess highly secure card design and formatting capabilities and offer
these inclusive to the DMV for the origination of the above stated card types/formats. The
DMV will work with the Contractor to finalize card designs that the Contractor shall create
during the detailed design phase of the DL/ID solution project. The DMV will have final
authority to determine and accept the card design.
F. Upon the completion and approval of any/all card designs or customized holographic
laminates, etc., the DMV will exclusively and perpetually own all designs, diagrams, layouts,
artwork, or similar materials. The Contractor shall promptly provide an acknowledgement or
assignment in a tangible form satisfactory to the DMV to evidence the DMV’s sole ownership
and provide information to the DMV, which may be required to copyright these designs or
original artwork in the name of the DMV and the State of Wisconsin.
G. The Proposer must describe details of their proposed card design capabilities and services and
submit layouts of sample Wisconsin-specific designs that are applicable to the above
requirements.
H. Specific designs for each card type will be determined during the planning phases after
contract award. Card designs should be based on the 2013 AAMVA DL/ID Card Design
Standard. Card design must include a version number to be included in the bar code
according to current Real ID requirements. The data printed on the front of the card must
include, at a minimum:
 Facial image
 Signature
 Full Name
 Demographic data, such as DOB, address, height, weight, eye color, etc.,
 Applicable classification, restriction and endorsement codes
 Issue and expiration dates
 Organ donor designation
WI DEPARTMENT of TRANSPORTATION





RFP #271914-LF
Page 44 of 91
Veteran designation
Card Type
Station ID Number
DL or ID number
Limited term/non-domiciled designation
The back of the card must include at a minimum:
 Classification, endorsement, or restrictions
 Card serial number
 ID Barcode reader with card serial number
 2D barcode containing same data elements printed on front of card
 All card types must be capable of printing the words “Valid without Photo,” in the areas
where the image or signature would normally appear.
All data must be printed to allow for maximum readability. Sample records must be
distinguishable from production records and marked accordingly as an ordinary overlay with
a DMV-provided message.
5.7.3
Card Requirements – Card Construction/Security Features
A. The Proposer must provide a detailed description of their proposed card construction and
security features solution(s). The finished cards produced shall provide a high degree of
security to Wisconsinites and likewise provide a high level of trust to those that may receive
the document when presented by the cardholder.
B. The DMV recognizes that 100% surface printing techniques such as half tone and ink-jet are
commercially available and may allow the production of facsimile or counterfeit cards.
Therefore, static security features placed upon or within the cards shall be secure via
security printing methods that are not commercially available or reproducible in a facsimile
manner using common, commercial-off-the-shelf technologies. The application of variable
data shall be in a manner that is considered secure and difficult, if not impossible, to erase,
modify or otherwise successfully tamper. All variable data components applied directly to
the cards shall provide for visible means of tamper evidence, i.e. readily evident and easily
identifiable through a rapid visual inspection and cursory examination in normal conditions
without the need for tools or aids. The proposed card solution must include cards
constructed such that application of personal and variable data provides for the highest
quality of printed information including sufficient depth, clarity and resolution.
C. The application of all security features shall be achieved such that individual security
features or elements are strengthened by the application of other security features. The
proposed DL/ID cards must:
1. Be extremely difficult to reproduce, modify, or alter.
2. Provide a durable card construction that survives intact under normal use and must be
warranted by the Contractor for a period of eight (8) years from the date of issuance.
3. Utilize accepted and up-to-date ISO standards in regard to card physical characteristics
and manufacturing methods.
D. All cards proposed by the Proposer shall use security features that must protect sensitive
data on the card such as photo, name, date of birth and other key fields typically subject to
WI DEPARTMENT of TRANSPORTATION
RFP #271914-LF
Page 45 of 91
compromise attack. If the Proposer proposes card types that require a laminate or coating,
then the laminate or coating must contain an integrated optically variable device (OVD)
feature, which is easily viewed on a cursory inspection. The integrated OVD may be in the
form of a holographic embedding in the laminate.
E. Card Materials and Security Features
 Card materials must be serialized (inventory control number).
 Specific card materials and security features will be selected during the planning phase
after contract award.
 Proposals must include secure card materials that are not easily available to the general
public and must be unique to the State of Wisconsin.
 At a minimum, card design must include three level 1, three level 2 and one level 3
security features.
 Pricing for card security features must be presented in the cost proposal individually, so
that appropriate cost comparisons can be made between proposals.
 Card stock should include durable materials such as Teslin, Polycarbonate, or approved
equivalent.
 Card stock must be indicated in the proposal for appropriate comparison of costs.
 Vendors are allowed to offer pricing for more than one type of card.
5.7.4
Card Requirements – Security Features
A. The proposed driver’s license and state ID cards must be produced with multiple levels of
security features. The Contractor shall provide the capability to change security features at
least once during the period of the contract in a proactive attempt to deter compromise.
The produced documents must provide the maximum resistance to compromise attempts
via the following methods:
Type 1: Counterfeit /Simulation
An unauthorized copy or reproduction of a genuine card made by whatever means.
Type 2: Alteration
Includes but is not limited to deletion, modification, erasure, masking, or tampering with
biographical data concerning the original or rightful cardholder
Type 3: Photo /Signature Substitution
Substitution of an impostor's photograph and/or signature in place of the photograph /
signature of the original or rightful cardholder
Type 4: Counterfeit from Cannibalized Cards
Creation of a fraudulent document using card components from legitimate DL/ID cards
B. Proposed cards shall include three levels of security features, as required for REAL ID
compliance. Both the driver’s license and the state ID card must be secure documents,
verifiable as original through complementary security features included for three levels of
inspection:
1. Level One — Cursory examination without tools or aids involves easily identifiable visual
or tactile features for rapid inspection at point of usage. Important Note: The
Proposer’s manufacturing/application method for Level One security features may be
WI DEPARTMENT of TRANSPORTATION
RFP #271914-LF
Page 46 of 91
declared proprietary information/trade secret but the finished security feature itself
shall not be declared proprietary information by the Proposer.
2. Level Two — Examination by trained inspectors with simple equipment (magnifying
glass, UV light, machine reading equipment, etc). Important Note: The Proposer’s
manufacturing/application method for Level One security features may be declared
proprietary information/trade secret but the finished security feature itself shall not be
declared proprietary information by the Proposer.
3. Level Three — Inspection by forensic specialists conducting detailed examination allows
for more in-depth evaluation and may require special equipment to provide true
certification.
Proposed card designs are expected to include features from each of the three levels of
recognized security features. The quality and placement of the security features is more
important than the number of security features. The Proposer’s proposed cards are
expected to contain features that are blended, integrated and interleaved in order to
strengthen individual features. New additional first, second, and third level security
features combined with subtle card design modifications may be included and implemented
during the duration of the contract and any renewal/extension periods.
The manufacturing process of the cards must provide for at least one Level 3 security
feature, embedded within the card body and accessible for verification ONLY through total
destruction of the card and the use of specialized forensic examination equipment.
C. The following security features are common between the driver’s license and the state ID
card.
To further clarify the intent of a security feature requirement and to provide the vendor
community with a better understanding of the DMV’s interpretation of certain security
features, the following definitions are offered:
Security Printing
Security printing is a method of applying ink to documents of various substrates in a manner
that is not generally commercially available, additionally applying information, graphics or
designs that may contain anti-scan or other interference or interpretable patterns. Methods
of security printing include lithographic and intaglio among others. Half tone or inkjet
printing is not considered security printing.
Rainbow Printing
Sometimes called “iris printing,” rainbow printing involves a very subtle shift in color across
the document. Perceived as an element of secure document design, it is commonly used in
conjunction with a fine line or medallion pattern in the background of the document. Welldesigned patterns cannot be accurately reproduced on color copiers or through the use of
document scanners.
Fine Line Printing
Commonly called “guilloche patterns,” this detailing prevents accurate reproduction by
copiers or standard document scanners, especially when used in conjunction with Rainbow
Printing. A fine line background is constructed by using two or more intricately overlapping
WI DEPARTMENT of TRANSPORTATION
RFP #271914-LF
Page 47 of 91
bands that repeat a lacy, web-like curve pattern on fine unbroken lines. Guilloche patterns
are frequently printed on currency or valuable documents to raise a threshold against
copying or the engraving of counterfeit plates.
Ultraviolet (Static)
Ultraviolet ink has long been accepted as a security feature for plastic cards. This invisible
printing can be produced with the availability of a color shift when viewed under long-wave
Ultraviolet light sources. Ultraviolet radiation is not visible to the human eye, but becomes
visible when irradiated with an Ultraviolet light. Custom Ultraviolet fluorescing colors can
be formulated that are not normally available commercially, thereby increasing resistance to
counterfeiting.
Ultraviolet (Variable)
As described above (Ultraviolet) however, the application of information using ultraviolet
ink is unique to the cardholder.
Deliberate Error
A design enhancement such as deliberate misspelling of words or reversed letters could be
used as a checkpoint for verification. This is a common security feature in security
documents, which is not made known to the general public, and provides a simple tool for
law enforcement to check for document authenticity.
Redundant Data
Data can be displayed in more than one location on the ID, thereby raising the resistance to
alteration. A simple visual inspection is required to determine if all data fields match.
Redundant data elements on the DMV DL/ID shall include the primary biographical photo
field.
Overlapping Data
Variable data, such as a digitized signature or text, can be “overlapped” with another field,
such as a photo image. This technique makes it necessary to alter both fields if either one of
them is changed, thereby increasing the tamper resistance of the card by making it more
difficult to alter.
PDF 417 2-D Barcode
DMV requires the continued application of an AAMVA compliant barcode, currently PDF417. The barcode must be placed on the back of the card in a manner that complies with
the AAMVA DL/ID standard with a minimum print standard of 600 dpi.
Micro lettering (Static)
Sometimes called microprint, it is miniature lettering, which is discernible and legible using
magnifying readers. Micro lettering can be incorporated into the fine line background or
can be placed to appear as bold lines. Accurate reproduction of microprint cannot be
accomplished by photocopying or by commercially available photography or scanners if this
feature is used. Certain techniques should be incorporated to protect against improved
future reprographic devices. Such techniques include use of variable point sizes, printing on
angles and on curved patterns, and using lithographic ink that is difficult to approximate
with laser printer toners or inkjet ink.
WI DEPARTMENT of TRANSPORTATION
RFP #271914-LF
Page 48 of 91
Micro lettering (Variable)
As described above (Micro lettering) however the application of information using micro
lettering is unique to the cardholder.
D. The Proposer shall describe their proposed Level One and Two security features, and any
differences between their proposed features and the security feature definitions provided
above. All proposed security features must appear on the card samples submitted with the
proposal.
E. In addition, the Proposer must describe their proposed Level Three security features.
Important Instruction Regarding Level Three security features: The Proposer’s description of
their proposed Level Three security features must be submitted with their proposal in one
(1) separate sealed envelope, clearly marked as “Proposed Level Three.” The description of
the proposed Level Three security features shall not appear in the Proposer’s overall
proposal and shall only appear in the separate, sealed envelope. The envelope and its
contents must also be identified as Proprietary Security-Related Information.
F. The Proposer must fully describe any and all patents, royalties, and/or trade
secrets/proprietary information associated with each of the security features proposed.
G. The chart below indicates the minimum requirements for the first and second level security
features. The first column indicates the specific security feature. The second column
indicates the Security Level of the feature. The third and fourth column indicate whether
the security feature applies to the driver’s license or state ID card as follows:
M – Mandatory
D – Desirable
O – Optional
Figure 6
Security Feature
Security Printing
Rainbow Printing
Fine Line Printing
OVD (Optically Variable Device)
Redundant Data
Overlapping Data
Primary Photo Image
Signature
Secondary Ghost Photo Image
Ultraviolet (static)
Deliberate Error
PDF 417 2-D Barcode
Micro lettering (Static)
Micro lettering (Variable)
Ultraviolet (Variable)
Confidential forensic feature
Security Level
Driver’s
License
State ID Card
1&2
1
1
1
1
1
1
1
1
2
2
2
2
2
2
3
M
M
M
M
M
M
M
M
M
M
M
M
M
M
O
M
M
M
M
M
M
M
M
M
M
M
M
M
M
M
O
M
WI DEPARTMENT of TRANSPORTATION
RFP #271914-LF
Page 49 of 91
5.7.5
Optional Security Features
The Proposer may submit optional security features in addition to the minimum specified above
in the Card Security Features Chart. If exercised, any proposed optional features must be
identified and described in the proposal with the appropriate security level identified. Optional
features must be priced separately as an add-on cost to the proposed cost-per-card price. The
Proposer must fully describe any and all patents, royalties, and/or trade secrets/proprietary
information associated with each of the optional security features proposed.
5.7.6
Card Requirements – AAMVA Compliance
A. The Proposer’s proposed DL/ID card solution must be fully capable of complying with
current AAMVA requirements. DMV reserves the right to choose whether or not to apply
individual AAMVA standards as well as to determine the level of compliance with current
and future AAMVA standards at its sole discretion. The Proposer’s response must
demonstrate that their proposed DL/ID cards and any resultant DL/ID cards produced from
the proposed DL/ID solution can adhere to current and future AAMVA standards and
requirements.
B. The Proposer must acknowledge the following AAMVA notable requirements that must be
adhered to:
 DMV will issue a vertical card format for individuals UNDER AGE 21.
 Proposed card designs must be such that they compliment and adhere to the AAMVA
DL/ID standard. The final constructed and personalized card must contain sufficient
security features, exceeding the AAMVA requirements.
 Proposed card designs shall be REAL ID compliant.
 The DL/ID card shall not contain a magnetic stripe and must contain a PDF 417 2D
barcode and a linear barcode.
 The driver’s license must include the HAZMAT expiration date when applicable.
C. The Proposer must provide samples that position data elements in accordance with AAMVA
requirements and in the appropriate zones.
5.7.7
Card Requirements – Card Stock and Printing Method
A. The Proposer must propose a DL/ID card solution where cards must be constructed of a
material that provides for a highly durable card that must survive an 8-year card life. The
proposed cards must provide the highest clarity for information applied using the printing
methods proposed. DMV encourages the Proposers to propose multiple card
stock/types/printing methods and security features.
B. The construction of the card must provide the utmost in security and inventory controls and
must be exposed to minimal human handling.
C. The external surfaces of the card must be printed using recognized industry accepted
security printing methods to resist duplication or facsimile reproduction by commercially
available products.
D. Non-variable printing that represents a security feature (i.e. fine line, guilloche, etc.) must
be accomplished using recognized industry accepted methods for security printing.
E. The Proposer must describe their proposed DL/ID card solution in detail.
WI DEPARTMENT of TRANSPORTATION
RFP #271914-LF
Page 50 of 91
F. Card materials must have a guaranteed life of 8 years against breakage or significant
deterioration or degradation of the data on the front and back of the card. For any
individual card shown to last less than 8 years, the Vendor’s sole liability shall be to provide
a replacement card to WisDOT at no cost, via a credit to a subsequent invoice. Vendor will
not be held responsible for damage to cards due to adverse actions by the card holder.
G. After the card design is finalized during the planning phase of the project, the Contractor
will be required to provide no less than 25 same cards produced with the same card
materials and security features for WisDOT to submit for independent durability testing. The
Vendor will be required to make modifications to the card materials and/or card
manufacturing process and to submit additional samples until the card is able to pass the
required testing.
5.7.8
Card Requirements – ISO Compliance
A. The proposed DL/ID card solution must include cards constructed in accordance and adhere
to ISO/IEC 18013-1.
B. The cards must meet the specified durability and testing criteria and survive the intended 8year card life. Cards may be tested for durability in accordance with ANSI INCITS 322-2008
test methods, and general physical characteristics may be tested in accordance with ISO/IEC
10373-1:2006 standard test methods.
5.7.9
Card Requirements – Card Samples
A. The Proposer must provide 50 produced DL/ID card samples of the proposed solution with
their response to this RFP.
B. The card samples do not have to be the Wisconsin-specific design, but the card samples
provided must fully represent the proposed card type/construction/printing method and
must be produced on equipment identical to that which the Proposer is proposing.
C. For the DL/ID card samples submitted they shall include the required data fields as outlined
in the AAMVA standard and also include the proposed security features. Card samples must
be produced using the substrates, construction and printing methods proposed.
D. If the Proposer proposes optional security features, the Proposer must provide separate
card samples that contain the optional security features and clearly identify them as such.
E. All card samples submitted must be blind samples, meaning they must not indicate in any
way that the Proposer’s company produced them. The Proposer shall include a unique
numerical number in the customer number field on each card sample for tracking purposes.
The Proposer shall not utilize any alpha characters in the unique number. The Proposer
must provide a spreadsheet for DMV use only that cross-references the unique number in
the customer number field. On the cross-reference spreadsheet, the unique number shall
cross-reference to the card proposed and provide information on each card including but
not limited to, its construction, printing method, security features, etc. The Proposer must
clearly identify cards with optional security features.
5.7.10 Card Requirements – Card Testing
A. Card testing is divided into three areas as follows:
 ISO/IEC 10373-1:2006 General physical characteristics
 AAMVA and REAL ID Compliance
WI DEPARTMENT of TRANSPORTATION

RFP #271914-LF
Page 51 of 91
ANSI INCITS 322-2008 Card durability
B. ISO General Physical Characteristics
The Proposer must provide a recent (less than 12 months old) copy of an ISO general
physical characteristics test report, which demonstrates a successful adherence and
compliance to ISO 10373 card testing for the exact same card construction and type
proposed by the Proposer in their submitted samples. The report shall contain the
information set forth below and include the name of the organization having performed the
testing and a copy of their documented formal accreditation for conducting ISO 10373 card
testing.
The report shall include the results of cards tested for their ability to conform to ISO
Standard 10373. The submitted report must contain the methods, procedures, and results
for the tests conducted. If any of the 10373 card tests were not conducted, the submitted
report must contain a detailed explanation for why specific tests were not conducted,
and/or a detailed explanation of any exceptions taken. The detailed explanation must be
prepared by the organization that conducted the testing. The explanation for tests not
conducted and/or exceptions taken must cross-reference and directly relate to DMV’s RFP
requirements.
C. AAMVA and REAL ID Compliance
The card samples will be reviewed for their capability to comply with AAMVA requirements
and assessed using the AAMVA DL/ID standard (June 2012 – or most recent). The card
samples will also be reviewed for compliance with REAL ID standards.
D. Card Durability
The Proposer must provide a recent (less than 12 months old) copy of an ANSI INCITS 322
2008 card durability test report, which demonstrates a successful adherence and
compliance for the exact same card construction and type proposed by the Proposer in their
submitted samples.
The report shall include the results of cards tested for their ability to conform to ANSI INCITS
322-2008 test methods. If any of the card tests were not conducted, the submitted report
must contain a detailed explanation for why specific tests were not conducted, and/or a
detailed explanation of any exceptions taken. The detailed explanation must be prepared
by the organization that conducted the testing. The explanation for tests not conducted
and/or exceptions taken must cross-reference and directly relate to DMV’s RFP
requirements.
5.7.11 Card Requirements – Card Failure and Related Adjustment
A. The Contractor must guarantee DL/ID cards against failure for a minimum 8-year period
from date of issuance. The 8-year guarantee shall remain in effect beyond the expiration of
the contract until all active DL/ID cards issued under this contract have been in circulation
for at least 8 years.
DL/ID cards shall not be considered to be “active” and in circulation until they have
completed the manufacturing and personalization processes, passed Q&A testing and
entered into the mailing system, and are delivered to the intended cardholder in good
condition.
WI DEPARTMENT of TRANSPORTATION
RFP #271914-LF
Page 52 of 91
Active DL/ID cards are expected to remain intact and in acceptable physical condition for up
to 8 years under normal use. DL/ID cards that are determined to have failed and are
returned to the DMV shall be directed to the Contractor for examination and review.
B. The Contractor shall produce replacement cards for failed cards, at no cost to the DMV. This
includes the postage costs necessary to mail each replacement card. The Contractor shall
reduce the monthly billing invoice by the number of failed active cards, along with the
associated mailing costs.
C. Cards that fail in manufacturing, personalization or prior to being considered active shall not
be included in any invoice to the DMV. These cards shall be considered inactive cards and
the spoilage costs borne by the Contractor hence not subject to the liquidated damage
provisions. The DMV shall pay only for cards, which have surpassed all Q&A processes and
have been delivered to the cardholder in good condition.
5.8
Back-End Requirements (Card Production Center)
5.8.1 Card Production Center – General Requirements
A. DMV intends to utilize a Card Production Center (CPC) that is owned and operated by the
Contractor. The CPC shall be staffed and operated by personnel provided by the Contractor.
The CPC must be accessible to the DMV and other Wisconsin State government staff in an
auditing and inspection capacity with or without prior notice to the Contractor. The CPC
must provide access and resources to the DMV to conduct back-end auditing.
B. The CPC must be equipped with sufficient resources to produce the DMV requirement of 1.2
million DL/ID cards per annum. The Proposer must propose a DL/ID solution that can achieve
these anticipated volumes, as well as any growth in volume, and remain fully operational and
supported by the Contractor throughout the period of the contract.
C. It is desirable that the CPC facility also manufacture card blanks to be used for the Wisconsin
DMV. However, cards may be shipped to the CPC facility provided the necessary security
safeguards for shipping and receiving are in place. The Proposer must provide sufficient
detail describing the manufacturing of DL/ID cards from start to finish and any movement or
transportation that may be involved in the delivery of card blanks to the CPC if applicable.
D. The CPC must produce finished DL/ID cards and have them entered in the mail system and
in transit within 2 calendar days (48 hours, Sundays and holidays excluded) of the daily
batch upload received by the CPC. For high-priority batch uploads, the CPC must produce
the finished DL/ID cards and have them in transit within 1 calendar day (24 hours, Sundays
and holidays excluded) of the daily batch upload received by the CPC.
E. The Proposer must provide information that indicates the production capacity of the
proposed CPC including the various types of cards and personalization methods that may be
available for production within the facility. The Contractor shall not relocate the Wisconsin
DMV production to another facility without the prior written approval of Wisconsin DMV.
F. The CPC must be self-sufficient in the event of a major power outage. The self-sufficiency
features should be of a temporary nature that must allow for continued production of cards
for short-term power outages (up to 24 hours). For power outages beyond 24 hours, the
provision of a self-sufficiency capacity shall be utilized to ensure a smooth, uninterrupted
transfer of production capacity to a backup facility.
WI DEPARTMENT of TRANSPORTATION
RFP #271914-LF
Page 53 of 91
G. The CPC must print a unique document identification number on the DL/ID’s generated by
the system (document discriminator). The unique document discriminator number must be
stored on the customer’s record.
H. The Proposer must describe their CPC and backup CPC proposal in detail.
5.8.2
Card Production Center – Physical Security
A. The proposed CPC shall engage in a high level of physical security. The Proposer must
provide details on the physical security features of the proposed CPC that include the use of
the following:
 Man traps
 Surveillance
 Double key operation
 Card or biometric access control
B. Access to key components such as card stock and other materials shall be restricted and
accessed by authorized personnel only. All movements of card stock must be recorded realtime in a written and on-line log. Card stock and other materials shall be kept under strict
controlled inventory that can produce the exact count and location of Wisconsin DL/ID cards
at any given time.
C. The proposed primary CPC must provide evidence of qualified inspection, which indicates
adherence and passes a security level equivalent to ISO 27001, or up-to-date NASPO
guidelines.
The Proposer must submit with their proposal a copy of official clearance, formal
accreditation, and/or certification documents.
If the primary CPC proposed does not meet the aforementioned criteria for card
production/manufacturing and IT security standards, then the Proposer may submit a letter of
commitment that the facility proposed by the Proposer shall meet the criteria specified, prior
to the commencement of production of future Wisconsin DL/ID cards.
A Proposer’s commitment to provide evidence of compliance with the aforementioned
certifications, clearances, and/or accreditations, which is not produced prior to scheduled card
production deadlines, will be deemed to be non-compliant and DMV may avail itself of the
remedies for default or breach.
The Contractor must maintain at least one of the above certifications, accreditation, and/or
clearances throughout the duration of the contract.
5.8.3
Card Production Center – Location
The proposed CPC shall be located within the continental United States. The Proposal should cost
out its solution printing at a facility in the State of Wisconsin, as well as printing at an existing facility
in another U.S. State.
5.8.4
Card Production Center – Backup Facility
A. The Proposer must propose a backup facility that ensures the uninterrupted continuation of
card manufacturing and production. The backup facility must allow for the operations
WI DEPARTMENT of TRANSPORTATION
RFP #271914-LF
Page 54 of 91
required to facilitate an alternate location(s) for manufacturing, personalization, and mailing
of driver’s licenses and state ID cards should the primary CPC become inoperable.
B. The proposed backup facility must be a hot swappable facility that has demonstrated its
ability to receive secure personal data required for card production. The facility must
provide card manufacturing and production services identical to the primary CPC.
C. The proposed backup facility must utilize similar security methods, inventory controls, and
quality assurance practices as the primary CPC.
D. The Proposer must explain how continued card production would occur in the event of force
majeure or other catastrophic failure at the primary CPC.
E. The Proposer must propose a backup facility that is located within the continental United
States. In addition to a continental U.S. facility, the Proposer may propose, as an option for
DMV’s consideration, a backup facility located in any member jurisdiction belonging to AAMVA.
F. The Contractor shall immediately notify DMV in writing and provide a reason, in the event that
Wisconsin DMV’s card production has been moved to the backup facility. The Contractor shall
also immediately notify DMV when production has been moved back to the CPC.
5.8.5
Card Production Center – Emergency Print Capability in Madison, Wisconsin
In addition to the primary and back-up CPC, the Proposer shall separately cost an emergency
print solution, to be located at the Madison Hill Farms State Transportation Building, and staffed
by DMV employees. This solution should have the capability of producing credentials, identical
to credentials produced at the CPC, yet available for same-day production on-site for emergency
purposes only.
5.8.6
Card Production Center – Security and Personnel
A. It is the DMV’s intent to ensure the integrity of any documents produced that provide
privileges and benefits to the residents of Wisconsin. It is also incumbent upon the DMV to
safeguard the interests and personal information of residents of Wisconsin.
Contractor personnel employed within the CPC or considered to have authorized access to
the CPC facility shall minimally have obtained a satisfactory criminal background history
check approved by DMV. The eligibility of the Contractor’s employees (and sub-contractor’s
employees) to work on any aspect of this project (and for the entire duration of the
contract) must be contingent upon satisfactory results of the criminal history check and
other types of background checks which are subject to the standards of review applicable to
DMV employees. In addition, the Contractor must validate any references from prior
employment.
B. It is desirable that Contractor personnel employed within the CPC and having access to
document components have United States Federal government security clearance at the
confidential level.
Confidential: This clearance refers to material, which, if improperly disclosed, could be
reasonably expected to cause some measurable damage to national security. The vast
majority of military personnel are given this very basic level of clearance. It must be
reinvestigated every 15 years.
WI DEPARTMENT of TRANSPORTATION
RFP #271914-LF
Page 55 of 91
It is also desirable that Contractor personnel directly involved in any aspect related to card
design, Level Three security features, or required to perform in a supervisory role within the
CPC facility have obtained security clearance at a secret level.
Secret: Unauthorized disclosure of the information this clearance covers could be expected
to cause grave damage to national security. This level is reinvestigated every 10 years.
C. The Proposer must clearly indicate in their response the extent of background and proactive
security checking that is performed on persons employed to produce secure government
documents and that will be performed through the duration of the contract.
D. The Proposer must propose what is needed for DMV to assist the Contractor to obtain the
desirable security clearance levels.
5.8.7
Card Production Center – Logical Security
A. The Proposer must provide information that ensures the complete security and privacy of
personal data utilized for card production. It shall be required that any data stored
temporarily within the CPC be inaccessible through the theft or loss of any component
including IT equipment.
B. The Proposer must describe the planned process to safeguard the personal information
used for card production and the planned process for dissemination of the information for
card production requirements.
C. The Proposer must identify at least one resource working within the CPC that has obtained a
certified information system security professional (CISSP) designation. The Contractor shall
maintain at least one resource working within the CPC with the CISSP designation through
the duration of the contract. This individual shall be responsible for ensuring the integrity,
security, and privacy of all personal information that may be temporarily housed at the CPC
for the purposes of DL/ID card production.
5.8.8
Card Production Center – Quality Assurance Programs
A. Throughout the card manufacturing, production and/or personalization processes, the
Contractor must provide quality assurance (QA) methods that ensure a high level of quality.
The quality assurance measures must be applied to the manufacturing process such that
cards that may fail do not proceed to the next stage in production or personalization
processes. Quality assurance methods must also be applied which ensure the accuracy of
data matching (photo & text) that is applied to cards. Similarly, QA methods must ensure
the accuracy of printed information on card carriers with that of the card.
QA processes should be automated as much as possible and reduce the handling of cards
through human handling.
The Proposer must provide details of the QA process to be employed to ensure the highest
quality and reliability of cards produced.
The Proposer must provide information in their response describing the safeguards to
prevent photo mix-ups during production and the possible delivery of the wrong card
through insertion or production errors.
WI DEPARTMENT of TRANSPORTATION
RFP #271914-LF
Page 56 of 91
The Proposer must provide details of their proposed approach for destroying failed cards
and card carriers/envelopes.
B. The DMV prefers automated QA procedures and technologies. It is desirable that the
Proposer provide a data match capability, which can review cards during production and
match them with stored photos thus ensuring a photo data match through automated
photo comparison capabilities.
5.8.9
Card Production Center – Insertion, Mail Options, and Delivery
A. The Proposer must provide detailed information, which describes their proposed mailing
and delivery solution and how it improves the efficiency, security, and quality of the delivery
of DMV DL/ID cards.
The DMV envisions a card production system that interfaces with an automated mailing
system. The mailing system must have the capability to personalize the carrier specific to
the cardholder. The mailing system shall fold the carrier and insert it into a windowed
envelope with only the cardholder name and address clearly visible through the window.
The proposed mailing and delivery solution must provide automated quality check methods
to ensure that the card is affixed to the correct carrier and that the address is fully visible
through the envelope window.
The processing of ready to mail cards in envelopes also requires that cards be assembled
into distinct batches based upon card type or priority batch runs.
It is desirable that the mailing and delivery solution has the ability to add additional inserts
that may be required by the DMV. It is desirable that the mailing system be capable of
handling up to two additional inserts.
Pursuant to Wisconsin Statute 343.17(4), when an operator’s license is subject to lengthy
restrictions, WisDOT shall indicate on the license document that the license is subject to
restrictions contained on one or more separate restrictions cards. A separate special
restrictions card shall describe the restrictions, bear the issuance date of the card, specify
the identifying driver number of the license to which it applies and indicate the number and
order of special restrictions cards currently issued by the department to the person, in the
manner “1 of 2”. Proposer should describe how they best utilize space for printing
restrictions.
All cards (primary and restriction) must be in the same mailing envelope, and preferably on
the same insert.
The Proposer must indicate in their cost proposal the standalone cost for producing these
restriction cards. Should this requirement for restriction cards change in the future, the
WisDOT would like to know the cost difference.
B. The Proposer must indicate in their cost proposal their proposed postage fees. The
Proposer must negotiate with carriers for bulk rate and low cost express mail services when
proposing their postage fees. Actual postage fees shall be charged as a separate invoice line
item and not included in the overall price per card.
WI DEPARTMENT of TRANSPORTATION
RFP #271914-LF
Page 57 of 91
C. The Proposer must indicate in their response the expected delivery time from pickup at the
CPC to delivery at the address of the cardholder.
D. DMV also requires the Contractor to have the ability to handle rush orders in an expedited
manner. The Contractor must have in place a method of delivering these rush orders in the
most efficient and fastest manner. The Proposer must propose a method that may allow
the increased delivery costs for rush orders to be collected from the cardholder upon
delivery.
5.8.10 Card Production Center – Special Handling and Mailing Requirements
A. The Proposer must propose and provide for special handling of certain cards produced at
the CPC. These cards require separation and may not be processed through regular mail
processes. Certain special DL/ID’s require accumulation and bulk shipping to a specific
location.
B. The Proposer must provide information on how they propose to handle and separate special
DL/ID cards from regular DL/ID production cards.
C. The Proposer must describe the process for generating the batch print file and the process
for handling special rush orders, differing card types and special requests for batch file
assembly, subsequent card production, and mailing exception.
D. The Proposer must describe the process for pulling a print request from the batch file which
has not yet left the facility for mailing.
E. Special handling and mailing requirements for specific cards will be finalized during the
detailed design phase of the project.
5.8.11 Card Production Center – Customer Status Reporting
A. The Proposer shall provide a web report function that Wisconsin customers may log-into
(directly, or via the WisDMV website) to check on the status of their credential. This report
shall provide time-stamps for when the card was printed, and when the card was mailed. If
this report can allow the customer to track the mailing of their credential once the product
has left the central production center, please describe this in the response.
B. The Proposer must include a proposed sample of this customer report in their submission.
Report designs will be finalized during the detailed design phase of the project.
5.9
Central Image Storage Solution
5.9.1 Central Image Storage Solution – Hardware and Software
A. The Contractor must provide a Central Image Storage Solution (CISS), including the necessary
hardware, software products, staffing and related maintenance that provides a real-time
database for storage and retrieval of photo and signature images. Please include a diagram of
anticipated hardware and network design.
B. All hardware necessary for communication between the central image server and other
Contractor or WisDOT systems must be included.
C. All hardware and software must be current, available, and supported technology.
WI DEPARTMENT of TRANSPORTATION
RFP #271914-LF
Page 58 of 91
D. The Contractor must work with DMV to develop a CISS to integrate with the Contractor’s
overall DL/ID solution.
1. WisDOT would like to store all scanned (ADF, Flatbed, and Authenticated) documents and
associated metadata in a WisDOT managed image repository – Content Manager.
2. Contractor must provide a web service to initiate 1:1 FR.
3. Contractor must provide a web service to get 1:1 FR results.
4. Contractor must provide a web service to get photo and/or signature images.
5. Contractor must provide a web service to accept a card print request.
6. Contractor must provide a web service to return a rendering of the personalized DL/ID
being issued.
E. The Contractor shall work with DMV to develop the final design of the CISS database format
that allows for the inclusion of all necessary fields satisfactory to DMV unique needs. Certain
fields will be used to determine record status, print status, and exceptions. User, location,
and other tracking fields will also need to be defined to generate transaction and audit
reports.
F. Contractor system must provide an open architecture environment that allows WisDOT to
interface with captured data. The solution must allow authorized WisDOT staff to review
available data, and run custom reports (for custom queries and troubleshooting). The CISS
must allow for simpler future enhancements by using open systems architecture and shall not
use proprietary formats or interfaces.
G. The system must allow for the DL/ID issuance solution to interface with COTS solutions;
including Customer Flow Management system.
H. All servers must be scaled to allow for estimated growth through the life of the contract.
Currently, WisDMV has over 20 million images.
I. All hardware and software should include monitoring capabilities to alert the Contractor staff
and WisDOT staff of failures or errors.
J. Monitoring capabilities should also provide near real time updates on issue resolution status.
The Contractor proposed communication strategy must include notifications to a DOT group.
5.9.2
Central Image Storage Solution – Data Storage
A. The central image system must be capable of storing the facial image files, signature image
files, and demographic and card issuance system data for every transaction through the life
of the contract.
B. Scanned images must be stored, indexed, and retrievable based on Wisconsin keys.
C. Facial image and signature files must be stored in a way so as not to lose image quality
through compression and decompression processing.
WI DEPARTMENT of TRANSPORTATION
RFP #271914-LF
Page 59 of 91
D. The system must log and store audit data for all types of system and data access including
details of specific tasks performed and records accessed.
E. All data in the central image system must be encrypted.
F. Contractor must coordinate with WisDOT to download production data to our test
environments on a timeline established by DOT.
5.9.3
Central Image Storage Solution – Image Storage Format
A. Currently, photo images are stored in a JPEG format. Signature images will be stored in a
compressed Tagged Image Format (TIF). Images must be linked to the applicant through the
unique DL number and image identification number.
B. The Proposer should include a recommended storage format and compression rate in their
submittal. Images shall be compressed when traversing the network for efficient
performance.
5.9.4
Central Image Storage Solution – Migration of Current Images
A. The Wisconsin DMV has a current image repository of over 20 million images, including
photos, signatures, and scanned documents and associated metadata.
B. The Contractor must propose a solution for preparation and use of existing photo images,
signature images, scanned documents, and metadata for use with the new DL/ID solution.
All existing database images must be converted to the extent possible. The Contractor must
propose a solution for converting the existing images.
C. The Contractor must propose a detailed migration plan. The new CISS must be utilized in the
new DL/ID solution to provide real-time insertion, retrieval, and display of images for CSC
operators.
5.9.5
Central Image Storage Solution – High Availability
A. Retrieval from the central image system must be available 24 hours per day, seven days a
week. This retrieval time must be maintained regardless of maintenance, back up, or other
activity that must be performed by or on the central image system.
B. All server hardware must be redundant with failover and load balancing.
C. Contractor system must have Keep Alive technology implemented as necessary to keep
systems available without timing out.
D. Contractor system must not have any single point of failure.
E. Contractor must create and maintain one or more standby/secondary databases to protect
data from failures, disasters, errors and data corruptions.
F. Contractor must provide a method to failover to a disaster recovery database server when
the primary site fails due to the unlikely event of catastrophic failure, or disaster to the
primary location disrupting the access to the primary site. The disaster recovery database is
then transitioned to take over the primary role.
WI DEPARTMENT of TRANSPORTATION
5.9.6
RFP #271914-LF
Page 60 of 91
Central Image Storage Solution – Performance
A. The total time elapsed, from the time the image request is received by the CISS and until the
image file is being transmitted from the CISS, must be sub-second during the life of the
contract. Total time for retrieval excludes the transmission time across the WisDOT
communication network.
B. The database server must be capable of supporting concurrent connections without any
impact to system performance.
C. System must perform optimally at all times, and use methods to maintain efficient
performance levels regardless of system changes (such as operating system upgrades, and
image compression requirements).
D. The proposer should include in their response the compression rates for retrieval and for
facial recognition. The retrieval compression rate can be different than the image storage
rate.
5.9.7
Central Image Storage Solution – Data Access and Security
A. Access to the central image system will be restricted to individuals whose duties require
such access and are authorized by WisDOT.
B. All images and data shall be the sole property of WisDOT. The Contractor may access and
use these records solely for the purpose of WisDOT’s system development, enhancement,
testing, maintenance, and other support activities required to fulfill their obligations under
this contract.
C. By submitting a proposal, vendor acknowledges that the successful bidder will have access
to information which is considered personally identifiable information, the dissemination of
which is limited by federal and/or state law, including the Federal Drivers Privacy Protection
Act, 18 USC 2721 et. seq. Vendor acknowledges that the improper dissemination of
personally identifiable information is a violation of the Federal Drivers Privacy Protection Act
and that any individual or entity that violates this Act is subject to criminal prosecution,
fines, and civil penalties.
D. Security protection to prevent unauthorized access including virus protection must be
included.
E. Secure, remote access to Contractor staff for purposes of support will be allowed via a
mutually agreed upon method.
5.10 Back-end Requirements (Daily Print Processing Solution)
5.10.1 On a nightly basis, WisDOT will transmit (via a web service call) print requests for DL and ID card
applicants that were processed during the day. (See sample record layout in Attachment G)
Approximately 5,000 print transactions will be transmitted per week day.
5.10.2 The proposer must describe the edits they will perform to validate these print requests, such as
missing info, photo/signature not found, duplicate requests, etc.
WI DEPARTMENT of TRANSPORTATION
RFP #271914-LF
Page 61 of 91
5.10.3 The proposer must describe the steps that will be put in place regarding these print requests
to ensure the personal identifiable information is secured and not shared.
5.10.4 The WisDOT print transaction will determine whether or not a print request must be run
through the 1:N facial recognition process. The proposer must describe how they will handle the
fact that some will/won’t be subject to the 1:N process.
5.10.5 The proposer must describe how they will handle “failed” 1:N facial recognition checks and the
process whereby WisDOT can over-ride and allow the print to continue. Additionally, describe
the monitoring process that will be put into place to recognize that a “failed” 1:N request has
not been adjudicated in a timely fashion.
5.10.6 The proposer must describe the process for “stopping” a request from printing or being mailed.
For example, WisDOT recognizes that incorrect data was supplied and wants to stop the
printing/mailing process after the record has been transmitted to the vendor.
5.10.7 Once the print request has passed or bypassed the 1:N requirement, the proposer must
describe how they will handle printing of multiple cards when a customer has long restriction
text which requires additional cards. (Note: The 2D-Barcode only needs to be present on the
primary card which contains the photo/signature)
5.10.8 The WisDOT print transaction will contain a fully formed 2D-Barcode with one exception. The
inventory control number (i.e., number from card stock) from the primary card must be
embedded within that barcode before the printing can occur. The proposer must describe how
they will do this.
5.10.9 The proposer must describe how they will keep track of inventory control numbers in situations
such as when multiple cards are used for one record or in a print malfunction where cards are
no longer usable.
5.10.10 The proposer must describe how cards will be packaged for mailing, including situations where
multiple cards are produced for one customer.
5.10.11 The proposer must describe what verification processes they’re able to perform (per request
from WisDOT in the print request) on the provided mailing address to help with delivery.
5.10.12 The proposer must prepare a transaction file (see sample record layout in Attachment H) for
print requests that have completed that night. This transaction file will then be available to
WisDOT via FTP so they can mark their databases accordingly. The proposer must describe how
they handle the management, security and deletion of these files.
5.10.13 The proposer must describe how they will handle changes to the print requests.
5.10.14 The proposer must describe how they will keep track of inventory and provide reconciliation
reports to WisDOT showing card requests received, printed, failed 1:N, awaiting adjudication,
etc.
WI DEPARTMENT of TRANSPORTATION
RFP #271914-LF
Page 62 of 91
5.11 Reporting and Image Retrieval
5.11.1 DMV Investigations – Investigative Processing Solution – Reporting
A. The Proposer must propose a single sign-on, tiered/multi-level access, web-based
processing solution to be used for investigative functions. Access will be granted to
individual users by DMV. The proposed solution must support various investigative functions
of the proposed DL/ID solution, including but not limited to supporting automated
transaction reporting, reviewing flagged transactions, overrides, etc. The proposed solution
must also be able to query the CISS database and generate reports.
The Proposer must provide the necessary applications, tools, and any specialized software
or hardware to support their proposed investigative processing solution. The Contractor
must supply both pre-defined reports and an ad-hoc report generation tool for use by DMV
investigative employees including, but not limited to, the following types of reports:
 Transactions performed by user ID
 Transactions performed by workstation ID
 Transactions performed by CSC location
 Transactions by customer (name, DLN, etc)
 Transactions performed by date (or date range)
 Transactions performed specifically for Law Enforcement retrieval
 Flagged transactions (fraudulent document or facial recognition flags)
 Override transactions
 Management reconciliation
 Detailed issuance reconciliation
 Details products/cards issued
 Images viewed by user ID
 Transactions viewed by user ID
 Images marked for deletion
 Billing reports
Results of search queries must be available to DMV staff immediately upon request. The
Proposer must ensure that no data is purged from the CISS database without prior approval
from DMV.
Detailed reporting requirements will be finalized during the design phase of the project. The
design and format of the reports is subject to the approval of DMV.
B. The Proposer must describe their proposed investigative processing solution in detail. The
Proposer must describe the investigative capabilities and functionality that are provided
with their proposed solution.
5.11.2 DMV Investigations – Investigative Processing Solution – Photo/Signature Retrieval
A. The Proposer must propose a single sign-on, tiered/multi-level access, web based
photo/signature retrieval processing solution. Access will be granted to individual users by
DMV. The proposed solution must support various functions, including but not limited to,
photo comparison using a standalone version of 1:N facial recognition, and individual
photo/signature retrieval using various search criteria.
B. The Contractor must provide the necessary applications, tools and any specialized software
or hardware to support their proposed photo retrieval solution. The contractor must supply
WI DEPARTMENT of TRANSPORTATION
RFP #271914-LF
Page 63 of 91
pre-defined solutions for use by DMV investigative employees including, but not limited to,
the following types of photo retrieval:
 Individual photo look up by DLN, Customer number, SSN, full or partial name, address or
other data agreed upon by DMV
 1:N stand alone ability, including ability to import .jpg images to run against entire DMV
photo database
 Photo retrieval for Law Enforcement specific purposes using a pre-defined set of data
 Results of search queries must be available to DMV staff immediately upon request. The
Proposer must ensure that no data is purged from the CISS database without prior
approval from DMV.
C. The data files of images, signatures or other collected data shall include, but not be limited
to, the following
 The date and timestamp when captured
 The station ID that captured
 The user ID of the DMV employee who captured
 The associated DL/ID application and product type
 Full customer data (DLN, full name, dob, physical description, address, etc) at time of
capture
 A unique image identifier, other than DLN
 The current status of each image must be maintained in the Proposers electronic files,
from the image capture through the delivery of the final document to DMV
Detailed retrieval requirements will be finalized during the design phase of the project. The
design and format is subject to the approval of DMV.
D. The Proposer must describe their proposed photo/signature processing solution in detail.
The Proposer must describe the capabilities and functionality that are provided with their
proposed solution.
5.12 Support Requirements (Documentation)
5.12.1 Prior to production implementation, the Contractor must deliver electronic copies of all
documentation and user manuals for the DL/ID solution including, but not limited to:
1. Detailed system design specifications.
2. Detailed technical architecture documentation including information and diagrams that show
systems, interfaces, and hardware and software products architecture.
3. A complete description of all proposed DL/ID hardware and instruction on its operation;
including name, description, footprint, power and environmental requirements, model, make
and number required.
4. A complete description of all proposed DL/ID solution software products and instruction on its
operation.
5. Hardware maintenance manuals for all proposed DL/ID hardware along with detailed
descriptions of common malfunctions and solutions.
6. A screen-oriented training manual that contains all the procedures necessary for the successful
operation and interaction with the system.
5.12.2 The Contractor must maintain and update all documentation for any system changes performed
by the Contractor during the contract period and any renewal/extension periods at no cost to DMV.
5.12.3 DMV will have the right to post on its intranet site all documents for internal distribution.
WI DEPARTMENT of TRANSPORTATION
RFP #271914-LF
Page 64 of 91
5.13 Support Requirements (Training)
5.13.1 The Proposer must submit a detailed training plan with their proposal to include training for
Operational and Administrative staff. In addition Front-Line staff training as well as train-thetrainer and development of WisDOT DMV internal training should be included.
Operational staff (approximately 2 individuals per location) must receive sufficient system
management and operations training to provide daily operational proficiency. Training shall be
conducted by the Contractor at each regional DMV training facility and shall include, but not be
limited to, the following:
1. Administrative functions including changing passwords and other routine management
tasks.
2. Trouble shooting and monitoring.
3. Preventive maintenance tasks (i.e. cleaning).
4. DL/ID solution operation.
Administrative Staff (approximately 10 individuals’ total) must receive sufficient system
management and operations training to provide daily operational proficiency. Training shall be
conducted by the Contractor at the DMV Headquarters facility and shall include, but not be limited
to, the following:
1. Administrative functions including changing passwords and other routine management
tasks.
2. Centralized DL/ID solution management and maintenance.
3. Troubleshooting and monitoring.
4. Preventive maintenance tasks (i.e. cleaning).
5. DL/ID solution operation.
6. DL/ID usage, audit trail, and other reporting.
7. Ad-hoc reporting.
For each type of training, the proposed training plans must include:
1. Method of training.
2. Length of training (estimate number of hours for each type of employee).
3. Facility requirements for training.
4. Detailed outline and description of each training session.
5. List of training materials and samples.
6. Description of any self-guided training modules that may reside on the system.
5.13.2 The Proposer must provide a detailed technical training plan for DMV and BITS staff
(approximately 8 individuals total). Technical training shall be conducted by the Contractor at
the DMV Headquarters facility and shall include, but not be limited to:
1. Administrative functions including changing passwords and other routine management
tasks.
2. Centralized DL/ID solution management and maintenance.
3. Available system customization (table changes, etc.).
4. Troubleshooting and monitoring.
5. DL/ID usage, audit trail, and other reporting.
6. Ad-hoc reporting.
7. DL/ID solution operation, as well as an overview of the system hardware and software
products architecture and connectivity, hardware component and system installation,
WI DEPARTMENT of TRANSPORTATION
RFP #271914-LF
Page 65 of 91
hardware and software products problem diagnosis and resolution, software products
distribution, etc.
The proposed technical training plan must include:
1. Method of training.
2. Length of training (estimate number of hours for each type of employee).
3. Facility requirements for training.
4. Detailed outline and description of each training session.
5. List of training materials and samples.
6. Description of any self-guided training modules that may reside on the system.
5.13.3 DMV will establish a training schedule after consultation with the Contractor. This schedule
must coincide with the installation schedule.
5.13.4 Prior to training, the Contractor must present a “dry run” training presentation to DMV staff for
approval. This presentation must represent the material to be presented during the actual
training and must include the final training documents.
5.13.5 Selected contractor will grant access to all training materials to WisDOT DMV so that DMV can
create customized training for its staff
5.14 Support Requirements (Project Management Plan)
5.14.1 Project Management Methodology
A. The Proposer shall fully describe the proposed project management and systems
development methodology for accomplishing all of the requirements identified in this RFP.
B. The Contractor shall perform all related project management tasks and activities including,
but not limited to:
1. Establishing and administering controls to ensure that the quality of deliverables are
acceptable to DMV;
2. Updating the detailed project work plan and schedule on a weekly basis and delivering it
to the DMV project manager;
3. Monitoring project activities to ensure that project schedules are met;
4. Providing weekly and monthly status reports; and
5. Participation and facilitation of project-related meetings, team status meetings, project
briefings, etc.
C. The Proposer shall describe their proposed escalation procedure as it relates to resolving
problems associated with meeting the requirements of this RFP.
5.14.2 Project Work Plan
A. WisDOT expects to have 18 months from the time of award to the implementation of the
new system. The Proposer must submit a detailed project work plan with their proposal
outlining in detail all tasks associated with the entire project including all project phases
such as:
1. Detailed system design
2. System development
3. Initial system testing
4. System acceptance period
5. Site inspections and preparation
WI DEPARTMENT of TRANSPORTATION
RFP #271914-LF
Page 66 of 91
6. Training
7. Implementation of all hardware and software products.
8. Performance and Failover Testing
All hardware and software for CSC office implementation of the solution is to be rolled out
into production at the same time. Please provide in your project plan how you would
accomplish installation at all locations; time frame needed (days), number of staff you plan
to use, etc. Understanding that installation and production testing could take several days;
WisDOT is looking for options with minimum impact on service closures to customers. The
Proposer should discuss their experience doing a multiple site simultaneous production
implementation in other venues.
B. The proposed project work plan must include the time frames and required resources
detailed in each component of the project. DMV reserves the right to negotiate the project
work plan prior to award and during the detailed system design phase of the project.
1. The Proposer must identify milestones in the proposed project work plan to measure
overall progress and as an indicator of conformance with the established project
schedule. Milestones must be identified by completion date.
2. The Proposer’s proposed work plan must include reasonable time for DMV to review
and approve task completion deliverables, without interrupting the continuing progress
towards completion of the project.
C. The Proposer must propose a detailed deployment plan that provides for the progression of
implementation from a development environment, progressing through the various testing
environments, finishing up with statewide production rollout, implementation, and final
system acceptance.
The installation times and schedule will be finalized and approved by DMV in consultation with
the Proposer.
D. Proposals must explain the Proposer’s approach to ensure that this undertaking is closely
coordinated with DMV representatives.
5.15 Support Requirements (Contractor Staffing Plan)
The Proposer must submit a detailed staffing plan with their proposal outlining in detail the proposed
staffing required to support the requirements of this RFP throughout the project and over the term of
the contract and any renewal/extension periods.
5.15.1 Contractor Staffing Plan – Project Staff
A. The Contractor’s project staff must work with the DMV project team during all phases of the
project to include the planning, detailed design, development, testing, system acceptance
period, training, and implementation phases of the project until Final System Acceptance
has been achieved.
The Contractor must provide adequate project staff to include:
1. A project manager to oversee and manage all activities associated with this project and
serve as the central point of contact for all work, products, services, and issues.
WI DEPARTMENT of TRANSPORTATION
RFP #271914-LF
Page 67 of 91
The project manager must be available throughout the duration of the project until Final
System Acceptance has been achieved. Some in-person meetings will be required for
maximum participation and efficiency.
2. Technical and support staff necessary to complete all tasks on schedule and satisfy the
requirements of this project.
An appropriate level of Contractor technical and support staff must be available on-site
at DMV HQ throughout the duration of the project until Final System Acceptance has
been achieved.
The Contractor must provide appropriate level of staff to be on-site at each location during the
deployment period to include:
1. Installation staff on-site at each location for installation activities.
2. Staff fully knowledgeable of the operation of the system to perform on-site refresher
training and system monitoring for the first full day of operation at each site.
3. Support staff on-site at each location and at DMV Headquarters in Madison to resolve
installation and operational problems that may arise.
The Proposer must provide a detailed narrative describing:
1. The Proposer’s proposed staffing approach
2. The number of staff persons over what duration
3. The proposed staffing levels working on-site at DMV during each of the project phases,
if any
4. The specific skills and expertise that the individuals bring to the project
5. All Sub-contractors that the Proposer plans to use during the project, including the
scope of their work and their qualifications
6. The Proposer’s plan for addressing skills and services that are not provided in this base
staffing assignment, and the plans for assigning such staff, how quickly the staff can be
provided, and what procedures must be followed by DMV and the Proposer’s project
manager in acquiring such additional staff
7. The workspace requirements at the DMV Headquarters facility for the proposed level of
Contractor staff working on-site at DMV during each of the project phases, if any
B. The Proposer must provide the resume of the proposed project manager that includes
summaries of similar projects managed by that individual in the past. Summaries must
describe the purpose/intent of the project and the major accomplishments of the project
manager towards achieving the project goals.
The project manager’s resume must include at least three references that may be contacted
to verify the individual’s qualifications and experience. For each reference, list the
individual’s name, title, company name or organization, mailing address, e-mail, and
telephone number.
DMV reserves the right to interview the project manager proposed and either confirm the
recommendation or request that an alternate project manager be proposed subject to
approval by DMV.
WI DEPARTMENT of TRANSPORTATION
RFP #271914-LF
Page 68 of 91
C. The Proposer must provide the resumes of all key project participants being proposed to staff
the project with an overview of each person’s role and their commitment to the project, i.e.
are they proposed as full-time or part-time resources to the project.
Resumes for key project participants must reflect qualifications and recent experience relevant
to the scope of work and areas of expertise required for this specific project.
Each resume must include at least 3 references that can be contacted to verify the individual’s
qualifications and experience. For each reference, list the individual's name, title, company
name or organization, mailing address, e-mail, and telephone number.
DMV reserves the right to interview all key project participants proposed by the Proposer
and either confirm the recommendations, or request that alternates be proposed subject to
approval by DMV.
D. DMV reserves the right to request a replacement of any member of the Contractor’s team at
any time if service, competence, or any other issues identified by DMV warrants such action.
Under such circumstances, the Contractor is required to replace the individual as soon as
possible, but no later than two weeks after the request, and to ensure in advance that the
replacement is acceptable to DMV.
E. The Proposer must identify the anticipated DMV staffing requirements (i.e. number of
people, type of people, estimated number of hours needed, and when) that may be needed
to meet the project requirements and schedules associated with this RFP. DMV reserves the
right to negotiate final project staff provided by DMV.
5.15.2 Contractor Staffing Plan – Operational Staff
Once Final System Acceptance has been achieved, the Contractor shall make available an
appropriate level and quantity of staff to support all requirements of this RFP, including ongoing
operations of the DL/ID solution and services required throughout the term of the contract and
any renewal/extension periods.
The Proposer must describe their proposed operational staffing and support plan to include at a
minimum:
1. An account/contract manager and primary point of contact for system changes,
enhancements, resolution of ongoing problems, etc. This person must attend periodic
contract and service review meetings (as determined and scheduled by DMV), on-site at
DMV Headquarters along with representatives of DMV.
2. A maintenance manager and primary point of contact for remedial and preventive
maintenance support. This person must attend periodic contract and service review
meetings (as determined and scheduled by DMV), on-site at DMV Headquarters along with
representatives of DMV, to review service calls and any open system related maintenance
issues.
3. All necessary production support staff to operate and support the centralized production
and mailing of DL/ID cards.
4. All necessary hardware, software products, communications, and design specialists for
ongoing support, changes, and system enhancements as needed.
WI DEPARTMENT of TRANSPORTATION
RFP #271914-LF
Page 69 of 91
4. All Sub-contractors that the Proposer plans to use during the term of the contract, including
the scope of their work and their qualifications.
5.16 Support Requirements (Software Products Modifications and Enhancements)
5.16.1 A mutually agreed upon Service Level Agreement will be drawn up between Contractor and DMV
prior to Final System Acceptance. Proposer is to supply a sample SLA as part of this proposal.
5.16.2 The Contractor must prepare system changes and software products releases and stage at DMV for
validation in the test environments (Development, UAT and Education). DMV and proposer will
cooperatively perform testing and acceptance as the changes move through each environment. The
Contractor retains responsibility for implementing the change into production and verifying that it
was sent, received, and successfully implemented at all sites. The Proposer must propose an
automated solution for updating all sites with any new system changes and software products
releases from a central location.
5.16.3 The Proposer must propose and provide a separate integrated system-testing environment,
including all necessary DL/ID system components, for testing system changes and enhancements
prior to production implementation.
These test environments must be a mirror image and include all components of the production
environment for various types of office configurations within the DMV maintained Test Center. The
Test Center is located in the Headquarters in Madison. The office configurations maintained are: a
full service 5-day CSC, a limited service 20 hour CSC, and a remote CSC. All devices must be attached
to the DMV network in a manner identical to that of the production DL/ID system components.
The Proposer must fully describe their proposed system-testing environment. An expectation for
test environments is that they be updated when DMV updates their test environments,
approximately 2 times a year.
Equipment supplied by the Contractor must be a mirror image of the equipment they provide for
production systems. Equipment supplied by DMV will be a mirror image of the equipment
provided by DMV for production systems.
5.16.4 Additional functionality, enhancements, and expansion may be added to the DL/ID solution while
this contract is in effect, at DMV's option. Proposals must describe the Proposer's means for
implementing future applications, enhancements and expansion with the proposed solution.
5.17 Support Requirements (Maintenance Plan)
The DMV’s service to the customer is considered mission critical. It is not acceptable to have recurring
or lengthy outages. As a result, maintenance quality, expediency, remedial and preventive maintenance
practices are key to providing a high level of system availability.
5.17.1 Maintenance Plan – General Requirements
A. All maintenance shall be performed in a manner to ensure continuous operation of the DL/ID
solution at ALL locations. The Proposer must submit with their proposal a detailed
maintenance plan. At a minimum, the maintenance plan must include:
1. The number of proposed service representatives available and their office locations
throughout the state and how they are assigned to this program (i.e. dedicated to the
Wisconsin DL/ID program or assigned to support various systems for various organizations).
WI DEPARTMENT of TRANSPORTATION
RFP #271914-LF
Page 70 of 91
2. The plan for training the proposed service representatives to be fully knowledgeable of the
DL/ID solution including all hardware and software products components and their
operation.
3. A description of how parts supply and back-up equipment availability is assured for all
locations.
4. A detailed explanation of anticipated response times for unscheduled service needs.
5. Reliability data or industry-recognized independent user ratings on all equipment being
proposed, if available.
6. The method the Proposer proposes to use to coordinate maintenance visits with DOT Data
Center and DMV Customer Service Center management.
B. The Proposer must furnish DMV with a weekly report on all maintenance performed on any
equipment by site, identifying the type of problem, malfunctioning equipment, location of
equipment, problem resolution, etc.
C. The Proposer must provide a URL and secure logon to be used by DMV staff to view all
incidents that have been reported to the Proposer’s Support Desk. Information to be included
at a minimum is date, time, location, caller, caller’s phone number, steps to resolution detailing
what actions were taken, status of the problem and date incident was resolved. Training on use
of the system must also be provided.
D. The Proposer must participate in periodic contract review meetings (determined and scheduled
by DMV) to review service levels, performance, and contract issues.
E. The Proposer must provide a single point of contact for all service problem reporting during
normal DMV business hours (Monday through Saturday) throughout the contract period
following Final System Acceptance to answer any questions related to the operation of the
system or problems.
F. The Proposer must provide on-site off-hours support for any Proposer supplied software
and hardware products (including upgrades) as needed to keep operations functional per
the SLA.
5.17.2 Maintenance Plan – Remedial Maintenance
A. At the time of installation, all equipment must be of new manufacture and in good working
order. It shall be the Proposer’s responsibility to make all necessary adjustments, repairs, and
replacements, without additional charge, to maintain each system and related components in
good working order for the term of the contract and any extensions.
B. The Proposer must react immediately to restore services to sites that are not functioning.
Once a service call is placed to the Contractor by DMV, the Contractor must:
1. Respond back within 10 minutes to the malfunctioning site via return call response.
2. Take all necessary corrective actions to restore services and bring the system to an
operational state within 4 DMV business hours at all permanent CSC locations and
within 6 hours at all other CSC locations. Total downtime shall not exceed number of
specified business hours in this section.
WI DEPARTMENT of TRANSPORTATION
RFP #271914-LF
Page 71 of 91
Downtime shall commence when DMV reports the malfunction to the Proposer at its
designated contact point, and shall end when the malfunctioning system becomes available
for operational use.
Software products maintenance to restore services and bring the system to an operational
state must be completed by the Proposer at no charge to DMV and the Proposer must
coordinate with DMV to manage the release of software products fixes, if required. Proposer
may only use new standard parts or parts equal in performance to original parts.
All hardware items associated with the successful and reliable operation of the system are
required to be repaired or replaced by the Proposer at no charge to DMV in order to restore
services and bring the system to an operational state.
The Proposer must fully describe their proposed solution for meeting these requirements.
5.17.3 Maintenance Plan – Preventive Maintenance
The Proposer must submit with their proposal a detailed preventive maintenance plan describing
all preventive maintenance tasks, schedule, frequency of each task, time required to perform each
task, who is responsible for performing each task, etc.
The Proposer shall provide the necessary preventive maintenance, required testing and inspection,
calibration, and other work necessary to maintain the equipment in good working order and
complete operational condition.
Preventive maintenance work must be scheduled outside business hours to ensure continuous
operation to customers. Preventative maintenance must be performed at a time mutually agreed
to by DMV and the Proposer.
5.17.4 Maintenance Plan – Backup and Recovery Plan
The Proposer must propose a backup and recovery plan and solution for the various components of
the proposed DL/ID solution.
The Proposer must describe the proposed backup and recovery plan and solution in detail. In
addition, the Proposer must describe any backup and recovery tasks that DMV technical support
staff must perform.
5.17.5 Maintenance Plan – Single Point of Notification
The Proposer shall provide a single point of notification and backup contact for all maintenance
Monday through Saturday during DMV hours of operation. The Proposer shall provide a toll free
telephone number for the purpose of contacting the Proposer’s designated call center or help
center. Proposals must describe the Proposer’s intended call center or help center procedures
for reporting, tracking, and obtaining status on problems and the plan for dispatching service
staff , coordinate, resolve, and follow-up.
5.17.6 Maintenance Plan – Emergency Print Materials and Supplies
A. The Proposer must furnish all necessary materials and supplies required for the successful
operation of the proposed DL/ID Emergency Print solution at the DMV Headquarters in
Madison (including, but not limited to DL/ID card materials, printing supplies and materials,
etc.).
WI DEPARTMENT of TRANSPORTATION
RFP #271914-LF
Page 72 of 91
B. The Proposer must deliver all necessary supplies for producing Emergency Print DL/ID’s to a
designated DMV staff person.
C. The Proposer must furnish DMV a list and description of all necessary materials and supplies
required for the successful operation of their proposed Emergency Print DL/ID solution with
their proposal.
D. The costs of all failed, rejected, and spoiled cards due to defects in workmanship, materials,
damage (including damage or loss in transit), supplies, or equipment provided by the Proposer
shall be the responsibility of the Proposer over the term of the contract and any
renewal/extension periods.
E. The Proposer must fully describe their proposed solution for maintaining and delivering the
necessary materials and supplies to the Emergency Print location. DMV will develop
accountability procedures, based on the Proposer’s proposed solution, which include
verifications and controls from when secure items are received through issue to the
customer. The Proposer must propose their method of controlling secure items and the
features to be provided to assist DMV with accounting for secure items.
5.17.7 Maintenance Plan – Central Print Facility
A. The Proposer must furnish all necessary materials and supplies required for the successful
operation of the proposed DL/ID Emergency Print solution (including, but not limited to DL/ID
card materials, printing supplies and materials, etc.).
B. The Proposer must furnish DMV a list and description of all necessary materials and supplies
required for the successful operation of their proposed Emergency Print DL/ID solution with
their proposal.
C. The costs of all failed, rejected, and spoiled cards due to defects in workmanship, materials,
damage (including damage or loss in transit), supplies, or equipment provided by the Proposer
shall be the responsibility of the Proposer over the term of the contract and any
renewal/extension periods.
D. The Proposer must fully describe their method of controlling secure items specific to
Wisconsin within the Central Print Facility.
5.18 Performance Level
5.18.1 All components of the DL/ID solution (including all equipment and software products) shall be
capable of continuous operation.
5.18.2 In the event of any system failure or unexpected application unavailability in a mutually agreed
upon timeframe, the Contractor will immediately notify WisDOT of any loss of service, inform
WisDOT of the estimated time the system will be out of service, and will make every reasonable
effort to restore full service of the system within in a mutually agreed upon timeframe. The
contract will include a liquidated damages clause for outages exceeding this.
5.18.3 DMV reserves the right to request a replacement of any DL/ID solution or system component, at
DMV’s sole discretion, if any DL/ID solution component remains inoperable for more than three
(3) consecutive DMV-business days.
WI DEPARTMENT of TRANSPORTATION
RFP #271914-LF
Page 73 of 91
5.18.4 DMV reserves the right to request a replacement of any DL/ID solution or system component
that has more than three service calls placed for the same problem within any consecutive 30
day period. This will be exercised by DMV when, at DMV’s discretion, DMV feels that the
maintenance service is not resolving an ongoing, repetitive problem.
5.18.5 If the Proposer fails to meet any requirement of section 5.19 PERFORMANCE LEVEL, DMV may
require a replacement of any DL/ID solution or system component and/or may avail itself of the
remedies for default, breach, and/or liquidated damages. If a replacement is requested by
DMV, such replacement shall be with new products of comparable quality and shall be installed
and operational no later than 10 calendar days following the request for replacement, at no
additional cost to DMV.
5.18.6 The following is a proposed process for performance metrics. This process will give DMV
Contract Administration a means of documenting performance metrics and enforcing noncompliance. The Proposer shall provide and integrate:
1. DL/ID Application Use Support - (post implementation operational support)– this includes
deployment of resources to resolve problems that impact DMV, Proposers and government
agencies that connect to the DL/ID solution as implemented by the Proposer.
2. Help Desk – this includes telephone and Web-based support for problem reporting and
resolution relative to the DL/ID solution. It also includes tools, procedures and resources for
logging, managing, resolving, escalating and dispatching resources to resolve problems with
the DL/ID solution hardware, software, and connectivity supplied by the Proposer to DMV
and DMV business partners. The specific workflow is yet to be determined, but the WisDOT
helpdesk will be the first point of contact, then the call will be relayed to the Proposer Help
Desk.
3. Administration and Security – this includes development, deployment, and monitoring of
procedures governing user access to physical and information resources of the DL/ID
solution. It also includes management of the infrastructure to ensure secure reliable access
to network and information resources and monitoring of compliance with overall State and
DMV security requirements. The Proposer System Administrator function located on-site
must monitor how the DL/ID solution integrates to the hardware, how operational issues
will be solved in the use of Proposer provided hardware/software to DMV provided
database tier/image tier integration.
4. Backup and Recovery – this includes regular backups, onsite and offsite, plus recovery of
the system in the event of a disaster recovery event, of the DL/ID solution; The Proposer
must plan and participate in annual disaster recovery testing. The Proposer must also
provide services for disaster recovery events as well as services coordinated with DMV
Continuity of Operations Plan (COOP).
5. Contract administration – this includes providing DMV contract administration authority
reporting, meetings (face-to-face or teleconference), and issue resolution relative to
contract performance.
5.18.7 The details of the performance metrics and consequences for non-compliance will be included
in a separate Service Level Agreement (SLA). A finalized System Environment SLA will be
finalized by DMV and presented for discussion and agreement during contract negotiations.
Compliance weighting factors, help desk, severity levels and corresponding response criteria,
WI DEPARTMENT of TRANSPORTATION
RFP #271914-LF
Page 74 of 91
etc. will be mutually defined and agreed upon during this time. The baseline for the
measurement under the SLA will be established from the first six months of system
performance.
5.19 System Testing and Acceptance Period
5.19.1 The system acceptance period must consist of the following stages:
1. UAT: Full system integration testing, prior to production implementation, at the DMV
Headquarters test center.
2. Final System Acceptance: Final acceptance review and monitoring after all DL/ID systems are
fully operational statewide.
5.19.2 Unless otherwise specified by DMV:
A. The requirements of this RFP must be completed and the UAT Period must begin within a
mutually agreed upon number of calendar days from the date of contract execution. Proposer
is to provide in the Project Work Plan (5.15.2) the number of calendar days needed to reach the
UAT Period based on information provided in this RFP.
B. Final System Acceptance must be achieved within 120 calendar days from the start of the
full production implementation.
If the Proposer fails to meet any of the RFP requirements, DMV may require a replacement
of the DL/ID solution or any solution component (to be provided by the Proposer) and/or
may avail itself of the remedies for default, breach, and/or liquidated damages. If a
replacement is requested by DMV, such replacement shall be with new equipment of
comparable quality and shall be furnished and installed by the Proposer no later than 10
calendar days following the request for replacement, at no additional cost to DMV.
5.19.3 The DL/ID solution shall be initially delivered to and installed at the Madison DMV Headquarters
at 4802 Sheboygan Avenue and all packing materials and debris shall be removed by the
contracted vendor.
5.19.4 Notwithstanding DMV's rights under the contract to extend one or more testing periods, the
DL/ID solution is required to achieve Final System Acceptance on a mutually agreed upon
number of calendar days after contract execution.
5.19.5 Extensions, if any, to the UAT or Final System Acceptance periods shall not constitute a waiver of
DMV's rights or remedies under the contract for breach/default.
5.19.6 DMV will provide written confirmation following successful completion of the UAT and Final
System Acceptance periods. Such confirmation shall not be conclusive evidence of complete
conformance in all respects to the contract specifications and other requirements, or the nonexistence of potential latent defects.
5.19.7 DMV will, and the Proposer must, maintain appropriate records documenting performance
during the UAT and Final System Acceptance Periods and such records shall be conclusive for
purposes of determining compliance with all testing criteria and Final System Acceptance
requirements.
WI DEPARTMENT of TRANSPORTATION
RFP #271914-LF
Page 75 of 91
Confirmation of Final System Acceptance shall not be conclusive regarding the non-existence of
latent defects. DMV shall be the sole judge of compliance with testing criteria and whether any
failure to satisfy or pass testing criteria was due to operator error or malfunction.
5.19.8 The Proposer shall not be entitled to, and DMV will not pay, any charges, either beforehand or
retroactively, associated with the Proposers failure to satisfy any testing criteria, pass any test
period, and/or achieve Final System Acceptance.
5.19.9 The Proposer shall provide a proposed written test plan which shall include, but not be limited
to, all necessary criteria and tests to be performed to ensure that the DL/ID solution as a whole,
and all components thereof, satisfy the requirements and desirables agreed to in this RFP, a
description of all phases of testing, provisions for the documentation of testing results, problem
detection, and corrective measures taken to permanently address problems, and a description
of the resources, including DMV and Proposer staffing, necessary to conduct testing.
Notwithstanding the foregoing, DMV shall have the sole discretion to determine the test plan,
including all details contained therein, that will ultimately be used in the determination of
whether the DL/ID solution, and all components thereof, satisfy the requirements and
desirables agreed to in this RFP (including all addenda and any resulting contract). The Proposer
must finalize and document the written test plan, with DMV consultation, prior to the beginning
of UAT.
5.19.10 System Testing and Acceptance Period – UAT
A. The UAT Period will begin upon receipt of written notice and documentation from the
Proposer that delivery and installation of the DL/ID solution has been completed and a
system audit and successful testing during development was performed at the site
demonstrating that the system meets the design/performance capabilities stipulated by the
contract.
B. The UAT Period must be a fully integrated system testing period, in a non-production
environment, where the Proposer must successfully demonstrate all requirements of this RFP
(including all addenda and any resulting contract) to DMV’s satisfaction in order to pass.
C. The UAT Period must include, but not be limited to testing to confirm, to DMV's satisfaction,
that the DL/ID solution:
1. Performs successfully in accordance with all the mandatory requirements specified in this
RFP (including all addenda and any resulting contract).
2. Performs successfully in accordance with all manufacturer's and Proposer’s technical
and user specifications; DMV reserves the right to conduct measurements of the
performance specifications at any time during this period.
3. Demonstrates ease of operation.
4. Operates effectively and efficiently, without equipment, component, or software
products failures, to DMV’s satisfaction.
5. Demonstrates problem-free interfaces to DMV system applications.
6. Is secure and equipped with effective security features.
7. Has acceptable reporting capabilities and produces a variety of useful reports.
8. Produces acceptable cards that meet the specified security and durability criteria.
D. The Proposer must, in order to pass the UAT Period, demonstrate its ability to provide
adequate service and maintenance of the DL/ID solution, throughout the entire UAT Period.
WI DEPARTMENT of TRANSPORTATION
RFP #271914-LF
Page 76 of 91
5.19.11 System Testing and Acceptance Period – Final System Acceptance
A. Once the UAT Period is declared successful by DMV, system training and system installation
shall commence as determined and scheduled by DMV in preparation for Final System
Acceptance. The Proposer must, and DMV will, conduct an operational site systems test and
review after each site is installed and certified ready for production implementation.
B. Once all sites are declared ready for production implementation by the Proposer and DMV in
writing, Final System Acceptance will begin. Final System Acceptance must be a statewide
production monitoring period where the Proposer must successfully demonstrate all
requirements of this RFP (including all addenda and any resulting contract) for 30 consecutive
calendar days, or less at DMV’s option.
C. In order to pass Final System Acceptance testing, the Proposer must successfully
demonstrate that the DL/ID solution meets all requirements of this RFP (including all
addenda and any resulting contract) and performs all functions for 30 consecutive calendar
days, or less at DMV's option, while operating statewide in full production mode.
D. Final System Acceptance monitoring must include, but not be limited to monitoring to
confirm, to the satisfaction of DMV, that the DL/ID solution:
1. Performs successfully in accordance with all the mandatory requirements specified in this
RFP (including all addenda and any resulting contract).
2. Continues to perform successfully in accordance with all manufacturer's and Proposer’s
technical specifications and user specifications; DMV reserves the right to conduct
measurements of the performance specifications at any time during this period.
3. Demonstrates ease of operation.
4. Operates effectively and efficiently, without equipment, component, or software
products failures, to DMV’s satisfaction.
5. Demonstrates problem-free interfaces to DMV system applications.
6. Is secure and equipped with effective security features.
7. Has acceptable reporting capabilities and produces a variety of useful statistical reports.
8. Produces acceptable cards that meet the specified security and durability criteria.
E. The Proposer must, in order to achieve Final System Acceptance, demonstrate its ability to
provide adequate service and maintenance of the DL/ID solution statewide throughout the
entire Final System Acceptance period.
F. In order to achieve Final System Acceptance, any and all equipment provided pursuant to
this RFP (including all addenda and any resulting contract), and the DL/ID solution as a
whole, must, to the satisfaction of DMV, conform to all specifications published or provided
by the Proposer or manufacturer, including but not limited to, physical characteristics,
operating characteristics, space requirements, power requirements, performance
requirements, and maintenance.
G. In order to achieve Final System Acceptance, any and all software products, including, but
not limited to any customizations thereto, shall, to the satisfaction of DMV, conform to all
specifications published or provided by the Proposer or developer in all respects, including,
but not limited to, operating performance and interfacing with DMV’s system applications.
H. If the DL/ID solution does not meet or sustain performance and meet all of the other criteria
set forth in this requirement and any other criteria determined by DMV, during the 30
WI DEPARTMENT of TRANSPORTATION
RFP #271914-LF
Page 77 of 91
consecutive calendar days, or less at DMV's option, of the Final System Acceptance period,
the Final System Acceptance period may continue at DMV’s sole discretion, on a day-to-day
basis until the DL/ID solution, in DMV's sole judgment, meets all such criteria for 30
consecutive calendar days, or less at DMV's option.
5.20 Proposer Information and Customer Reference
5.20.1 The Proposer must describe how they can offer the long-term commitment and the financial
resources necessary to undertake the services required by this RFP. Based on past performance
and future prospects, the Proposer must describe why DMV can be confident of their firm's
viability for the next 7 to 10 years. Upon request, the Proposer must provide their most recent
annual financial report. Upon request the Proposer may be asked to describe their capability to
raise the necessary capital for the initial investments needed for this project and must include
any pertinent independent financial ratings or endorsements of financial backing.
5.20.2
The Proposer must explain why their firm is particularly suited to fulfill the requirements of this
RFP. The Proposer must include their firm's primary business, years of operation, number of
employees, ownership (public company, partnership, subsidiary, etc.), and years of providing
enrollment and secure card production services as requested in this RFP, and the number of
employees engaged in delivery of enrollment and secure card production services. The
Proposer must provide background information for any subcontracted firms as well.
5.20.3
The Proposer must describe previous or current engagements (of a similar size, nature, and
complexity as defined by the RFP requirements) that they have performed within the last 5
years that demonstrate your firm's capability to perform the service required in this RFP. The
Proposer must include the following:
1. Contract duration, including dates.
2. Geographic area served and size of system installation.
3. Type of cards produced.
4. Brief written description of the solution provided and the methodology employed.
5. A reference from each previous/current engagement that can be contacted for verification of all
data submitted (include name, title, company name, address, and telephone number).
6. Volume of enrollment and secure card production services operations on a yearly basis.
7. Name, address, and number of sub-contractors used, if any.
The Proposer must state if they have no such contracts to report. The Proposer must use the
attached customer reference form (see Attachment B) to report information for each engagement.
5.20.4
The DMV requires a certain level of experience and demonstrated success in delivering a system
of similar scope and complexity. Where it is stated that the Proposer shall meet the
requirements it shall be understood that the requirement is equally applied to the Proposer, it’s
sub-Proposer and any other third-party, which the Proposer intends to propose as part of their
DL/ID solution response to this RFP.
The Proposer or operator of the card production facility MUST demonstrate successful
experience in producing and delivering highly secure government or financial cards. It is
required that the Proposer or CPC operator has successful experience in producing and
delivering secure cards in at least two programs for the same/similar services as required in this
RFP. These cards may be driver’s licenses, state ID cards, federal ID cards, financial cards or
similar cards. It is highly desirable that the Proposer has demonstrated successful experience in
producing an annual volume in excess of 2 million cards per year, per program. The Proposer
WI DEPARTMENT of TRANSPORTATION
RFP #271914-LF
Page 78 of 91
must furnish complete details of the experience of the proposed card production facility in
producing highly secure cards.
The Proposer must provide evidence that they are experienced card producers or manufacturers
and have engaged in this activity for at least 5 years, producing highly secure government or
financial cards.
The Proposer must have extensive experience in the design of high security documents. The
Proposer must provide information that supports this level of skill and specialized knowledge,
which must be made available to the DMV.
The Proposer must demonstrate experience in the design, development, and delivery of
enrollment systems. The Proposer must have completed two projects of a similar scope across a
large geographical area where they have successfully deployed systems used for the enrollment
of individuals.
5.21 Reporting Requirements
The Proposer shall provide weekly project status reports to the DMV Project Manager outlining
the specific efforts taken, problems, and issues along with plans for resolution, accomplishments
achieved during the reporting period, plans for the next reporting period, etc.
5.22 Subcontractors
The Contractor shall be responsible for Contract performance when subcontractors are used.
However, when subcontractors are used, they must abide by all terms and conditions of the
Contract. If subcontractors are to be used, the Contractor must clearly explain their
participation.
6
COST PROPOSAL
6.1
General Instructions and Scoring Criteria
The cost proposal must be submitted in a separate envelope within the written proposal package. All
prices must be quoted in U.S. Dollars.
The Purchasing Agent will score the cost proposals by prorating with the lowest cost proposal given the
highest score. The formula is as follows: Calculation of points awarded to subsequent proposals will use
the lowest dollar proposal amount as a constant numerator and the dollar amount of the firm being
scored as the denominator. This number is then multiplied by the number of points given to the cost
section of the RFP, resulting in the cost proposal score.
Lowest Proposed Cost
___ (constant) ____
X
Maximum evaluation points given to cost
Other Proposer's Cost
(varies according to proposal being scored)
6.2
=
Score
Format for Submitting Cost Proposal
Cost must be submitted on Attachment E, Cost Proposal. Submit one original plus one copy.
Attachment E, Part A will be used as the basis for awarding cost points. The cost points will be based on
the cost per card. The cost should not include postage. Postage will be paid at the prevailing rate at time
of production.
WI DEPARTMENT of TRANSPORTATION
RFP #271914-LF
Page 79 of 91
Additional costs for the travelling image capture station as well any other costs should be listed on
Attachment E, Part B. Part B will not be used to issue the cost points for the RFP but will establish
contract pricing for the awarded vendor.
6.3
Fixed Price Period
All prices, costs, and conditions outlined in the proposal shall remain fixed and valid for acceptance for
ninety (90) days starting on the due date for proposals.
The awarded contractor must hold the accepted prices and/or costs for the entire contract period. Any
adjustment to prices and/or costs at the beginning of a contract renewal period will be negotiated
between WisDOT and the Contractor.
7
SPECIAL TERMS AND CONDITIONS
7.1
Contract Renewal/Extension and/or Termination
7.1.1 Contract Renewal and Extension
This agreement may be renewed for additional terms if not terminated pursuant to the
following provisions by either the Contractor or the Department. Any extension beyond all
contract terms must be authorized by mutual agreement of the contractor and WisDOT.
7.1.2
Department Termination Rights and Responsibilities
The Department may terminate the contract at any time at its sole discretion by delivering a 6
month written notice to the contractor. The Department shall have the right to terminate the
agreement at the conclusion of the initial term or the extensions, by giving the contractor
written notice six (6) months prior to the end of the term.
7.1.3
Contractor Termination Rights
The Contractor shall have the right to terminate the agreement at any time by giving written
notice of termination to the Department six (6) months prior to the effective date of
termination.
7.1.4
Default or Breach of Contract
Either party may terminate the agreement for default of the other party. An act of default or
breach of contract shall occur in the event that one party:
a. Fails to perform any material obligation required under this agreement.
b. Commits any act of bankruptcy or insolvency or becomes insolvent or is declared bankrupt.
c. Allows any final judgment to stand against it unsatisfied for a period of ten (10) days.
d. Makes an assignment for the benefit of creditors.
After an act of default or breach of contract by a party, the other party, once it learns of the
default, shall by written notice, specifying the breach or default, give the defaulting party ten
(10) days after such notice to rectify and correct its default or breach. If the defaulting or
breaching party, after such notice, does not rectify or correct its breach or default within a
period of ten (10) days after such notice, the other party may immediately terminate the
agreement by a second written notice.
WI DEPARTMENT of TRANSPORTATION
RFP #271914-LF
Page 80 of 91
A notice shall be considered duly served when it is delivered either at a party's business office to
a responsible person of legal age or by certified or registered mail to a party's last known
business address.
7.1.5
Contractor Responsibilities at Notice of Termination
After notice of termination has been given by either party, the Contractor shall have no further
obligation to promote, develop or market advertising but it shall continue to operate the
program until the effective date of termination.
7.1.6
No Default Clause
No default in the performance of the terms, covenants, or conditions of this agreement on the
part of either party will be deemed to continue if and so long as the Department or the
Contractor, as the case may be, is delayed in or prevented from remedying the default by:
a. Any change in Wisconsin Statutes which renders continuance of the program on the basis
contracted impossible.
b. Strike or other labor disputes.
c. Any order, directive, or other interference by municipal, state, federal, or other
governmental official or agency materially affecting the performance of either party under
this agreement.
7.1.7
7.2
The delay or failure of the Department or the Contractor at any time to insist upon a strict
performance of any of the terms, conditions and covenants herein shall not be deemed a waiver
of that breach or any subsequent breach or default in the terms, conditions and covenants
herein.
Liquidated Damages
This shall be surety for fulfillment of the contract(s) including quality, performance and delivery under
the terms of this Request for Proposal. Liquidated damages during the implementation phase of the
contract (approximately 18 months after award) will be determined in the Statement of Work that will
develop time lines and bench marks for each phase of the implementation.
After Production Cut-Over date, the contractor acknowledges damages incurred by the state will be in
the amount of $10,000 per day for each day the system is inaccessible to the Wisconsin DMV.
The Contractor agrees that the State shall have the right to liquidate such damages through deduction from
the Contractor's invoices the amount equal to the damages incurred or by direct billing the Contractor.
7.3
Employee Identification
All Contractors’ employees, while working on WisDOT property, must wear a clearly displayed photo
identification badge (provided by the Contractor at the Contractor’s expense) showing they are
employees of the Contractor.
7.4
Confidentiality
Contractor acknowledges that some of the data and documentation it may become privy to in the
performance of this contract is of a confidential nature. Contractor shall make all reasonable efforts to
ensure that it or its employees and subcontractors do not disseminate such confidential information.
Contractor or its employees and subcontractors will not reuse, sell, or make use in any format the data
researched or compiled for this contract for any venture, profitable or not, outside this contract.
WI DEPARTMENT of TRANSPORTATION
RFP #271914-LF
Page 81 of 91
Contractor agrees to observe complete confidentially with respect to all aspects of any confidential
information, proprietary data and/or trade secrets and any parts thereof, whether such contents are the
State's or the manufacturer's, bidder's, or distributor's whereby Contractor or any Contractor's
personnel may gain access while engaged by the State or while on State premises.
The restrictions herein shall survive the termination of this contract for any reason and shall continue in
full force and effect and shall be binding upon the Contractor or its agents, employees, successors,
assigns, subcontractors, or any party claiming an interest in this contract on behalf of or under the rights
of Contractor following any termination. Contractor shall advise all Contractors’ agents, employees,
successors, assigns and subcontractors which are engaged by the State of the restrictions, present and
continuing, set forth herein. Contractor shall defend and incur all costs, if any, for actions that arise as a
result of noncompliance by Contractor, its agents, employees, successors, assigns and subcontractors
regarding the restrictions herein.
7.5
Insurance
The Contractor, at its own expense, shall carry and keep in force during the full term of this agreement,
including any extensions or renewal thereof, a policy or policies of insurance which also name(s) the
Department, its employee, agents or officers as additional insured, in the amount and the types as
follows:
7.5.1 Commercial General Liability insurance with limits of at least $2,000,000 per occurrence and
$5,000,000 annual aggregate; and $2,000,000 products-completed operations coverage limit.
7.5.2
Workers’ compensation insurance in a form and amount as required by state law.
7.5.3
Business Automotive Liability insurance covering ownership, operation and maintenance of all
owned, non-owned and hired motor vehicles with limits of at least $2,000,000 per occurrence
and $5,000,000 annual aggregate for bodily injury and property damage combined.
The policy or policies described herein shall cover and include the construction, operation and/or
maintenance of the Specific Information Sign program and any operation incident thereto, and the
Contractor shall furnish the Contract Administrator with certificates of insurance evidencing such
coverage. These certificates shall also provide that the insurance will not be modified or cancelled
without prior written notice to the Department at least 15 days prior to the effective date of the
modification or cancellation. Contractor shall require the same minimum insurance requirements,
as listed above, of all its contractors and subcontractors.
Except where prohibited by law, all insurance policies shall contain provisions that the insurance
companies waive the rights of recovery or subrogation, by endorsement to the insurance policies,
against WisDOT, its subsidiaries, its agents, servants, invitees, employees, co-lessees, co-ventures’
affiliated companies, contractors, subcontractors, and their insurers.
Failure by the Contractor to procure and maintain the insurance as set forth above shall be
considered a default and cause for termination of this contract. Further, at least fifteen (15) days
prior to the expiration date or dates of expiring policies, certified copies of renewal, or new policies,
or other acceptable evidence of adequate insurance shall be provided to the Contract
Administrator.
7.6
Permits, Licenses and Taxes
The Contractor shall procure any and all permits and licenses; pay all charges, fees, and taxes; and give
all notices necessary and incidental to the due and lawful prosecution of the work. When requested, the
WI DEPARTMENT of TRANSPORTATION
RFP #271914-LF
Page 82 of 91
Contractor shall furnish the Contract administrator with evidence indicating that it has complied with all
permit, license and tax requirements.
7.7
Reporting and Recordkeeping
WisDOT and any federal agencies shall have the right to audit, review, examine, copy, and transcribe any
pertinent records or documents held by the Contractor related to this contract. The Contractor shall
establish, maintain, report as needed, and submit upon request records of all transactions conducted
under the contract. All records must be kept in accordance with generally accepted accounting
procedures. All procedures must be in accordance with federal, State of Wisconsin and local ordinances.
The contractor shall keep such records as necessary to document compliance with the EEO
requirements. The Contractor shall retain all records pertaining to this procurement for three (3) years
after the final payment and any other pending matters are closed. WisDOT may request reports about
subcontractor activity relating to the contract resulting from this RFP. Reports will be in a format
acceptable to WisDOT.
7.8
Services
Pursuant to WI State Statute 16.705, all services provided under this contract must be performed in the
United States.
7.9
Compliance with Laws
Projects which include federal funding must be carried out in accordance with Federal laws and
regulations. The awarded vendor shall warrant and certify that in the performance of the resultant
contract it has complied with or will comply with all applicable statutes, rules, regulations and orders of
the United States, and any state or political subdivision thereof, including laws and regulations
pertaining to labor, wages, hours and other conditions of employment. All materials, equipment, and
supplies provided must comply fully with all safety requirements, rules of the Industrial Commission on
Safety, and all applicable OSHA Standards.
7.10 Ethics in Public Contracting
By submitting their proposals, Proposers certify that their proposals are made without collusion or fraud
and that they have not offered or received any kickbacks or inducements from any other Proposer,
supplier, manufacturer or subcontractor in connection with their proposal, and that they have not
conferred on any public employee having official responsibility for this procurement transaction any
payment, loan, subscription, advance, deposit of money, services or anything of more than nominal
value, present or promised, unless consideration of substantially equal or greater value was exchanged.
8
SUPPLEMENT TO STANDARD TERMS AND CONDITIONS
The state of Wisconsin reserves the right to incorporate standard state contract provisions into any contract
negotiated with any proposal submitted responding to this RFP. Failure of the successful proposer to accept these
obligations in a contractual agreement may result in cancellation of the award. In addition to the Standard Terms
and Conditions (DOA-3054), the contract will contain the following provisions:
8.1 Executed Contract to Constitute Entire Agreement
The WisDOT’s Request for Proposal, the proposal response, written communications and this
Agreement constitute the entire agreement between the parties. The hierarchy of documents in order
for resolution:
8.1.1 Official Wisconsin Department of Transportation Purchase Order and/or Contract (Standard
Terms and Conditions attached to any of these procurement documents govern unless modified
within the document)
WI DEPARTMENT of TRANSPORTATION
RFP #271914-LF
Page 83 of 91
8.1.2 Written communications and the resulting Statement of Work regarding contract terms agreed
upon in writing
8.1.3
Vendor’s Proposal as submitted
8.1.4
Request for Proposal #271914
WI DEPARTMENT of TRANSPORTATION
RFP #271914-LF
Page 84 of 91
Attachment A
PROPOSER INFORMATION--Submit this completed form under Tab 1 of proposal; see section 2.4
1.
PROPOSING COMPANY/ORGANIZATION NAME
FEIN (Federal Employer ID Number)
Phone
(
)
FAX
(
)
Address
City
2.
Zip + 4
(
(
)
)
Title
Toll Free Phone
Email Address
State
(
)
Zip + 4
Any vendor awarded over $25,000 on this contract must submit affirmative action information to the
department. Please name the Personnel/Human Resource and Development or other person responsible
for affirmative action in the company to contact about this plan.
Name
Phone
FAX
Address
City
4.
State
Name the person to contact for questions concerning this proposal.
Name
Phone
FAX
Address
City
3.
OR
SOCIAL SECURITY NUMBER (if sole proprietorship)
Toll Free Phone
(
)
Email Address
(
(
)
)
Title
Toll Free Phone
Email Address
State
(
)
Zip + 4
Mailing address to which state purchase orders are mailed and person the department may contact
concerning orders and billings.
Name
Phone
FAX
Address
City
(
(
)
)
Title
Toll Free Phone
Email Address
State
(
Zip + 4
)
WI DEPARTMENT of TRANSPORTATION
RFP #271914-LF
Page 85 of 91
ATTACHMENT B
REFERENCES
(Submit this completed form under Tab 2 of proposal; see sections 2.4 & 5.21 for instructions)
PROPOSER:
_____________________________________________________________________________
Provide company name, address, contact person, telephone number, and appropriate information on the
product(s) provided to customers similar to those requested in this solicitation document. Potential
subcontractors cannot be references. Any subcontractor arrangement for the completion of this work shall be
listed on a separate proposal page.
Company Name:
________________________________________________________________________
Address (include Zip + 4) ___________________________________________________________________
Contact Person _____________________________________ Phone No. __________________________
Email Address: __________________________________________________________________________
Product(s) Used and/or Service(s) Provided: ____________________________________________________
Company Name:
________________________________________________________________________
Address (include Zip + 4) ___________________________________________________________________
Contact Person _____________________________________ Phone No. __________________________
Email Address: __________________________________________________________________________
Product(s) Used and/or Service(s) Provided: ____________________________________________________
Company Name:
________________________________________________________________________
Address (include Zip + 4) ___________________________________________________________________
Contact Person _____________________________________ Phone No. __________________________
Email Address: __________________________________________________________________________
Product(s) Used and/or Service(s) Provided: ____________________________________________________
Company Name:
________________________________________________________________________
Address (include Zip + 4) ___________________________________________________________________
Contact Person _____________________________________ Phone No. __________________________
Email Address: __________________________________________________________________________
Product(s) Used and/or Service(s) Provided: ____________________________________________________
WI DEPARTMENT of TRANSPORTATION
RFP #271914-LF
Page 86 of 91
ATTACHMENT C
WisDOT MINORITY BUSINESS ENTERPRISE (MBE) PROGRAM
DISABLED VETERAN-OWNED BUSINESS (DVB) PROGRAM
AWARENESS, COMPLIANCE & ACTION PLAN
As a matter of sound business practice, the Wisconsin Department of Transportation is committed to “supply diversity” by
promoting the use of minority business and disabled veteran-owned business whenever and wherever possible.
Additionally, as an agency of the State of Wisconsin, WisDOT shares in the state goal of placing five (5) percent of its total
annual purchasing dollars with state-certified minority and disabled veteran-owned businesses.
State of Wisconsin procurement policy provides that Minority Business Enterprises (MBE) and Disabled Veteran-owned
Businesses (DVB) certified by the Wisconsin Department of Administration should have the maximum opportunity to
participate in the performance of its contracts/projects.
You, as a contractor, are strongly urged to use due diligence to further this policy by awarding subcontracts to MBEs and
DVBs by using such enterprises to provide goods and services incidental to this agreement (second-tier suppliers), with a
goal of awarding 5% of the contract cost to such enterprises.
Authority for these programs is found in Wisconsin Statutes 15.107(2), 16.283(3), 16.75(3m), 16.755 and 560.036(2), and
details about the program can be found at: http://www.doa.state.wi.us/category.asp?linkcatid=677&linkid=113&locid=0
Monthly reports are requested to be submitted to the Department of Transportation Purchasing Unit, itemizing the costs
of services and goods provided by certified firms. Reports should state the costs for the previous contract/project month.
Your complete response on the following form must address the following components of your
company’s/organization’s commitment/action plan:
a) Indication that you understand the WisDOT’s goal,
b) Listing of any MBE/DVB vendors with which you intend to subcontract,
c) Description of the various second tier MBE/DVB expenses (goods and services procured that are incidental to
the contract/project; examples are: specific office supplies to perform the contract, percentage of cost for
uniforms for contract staff, travel to perform the contract/project, percentage of facility maintenance services
for your facility used directly by your staff during the contract/project period) your company/organization will
be able to report that are in direct connection with the administration of this contract,
d) Statement expressing your commitment to complete the required monthly reports that will reflect your
subcontracts and second-tier expenditures for the period.
For information on certified State of Wisconsin Minority Business Enterprises, please contact:
June Robinson
MBE Program Coordinator
WisDOT Division of Business Management
4802 Sheboygan Avenue, Room 751
Madison, WI 53705
Phone: 608-267-2886 Fax: 608-267-3609
www.dot.wisconsin.gov/business/mbe
june.robinson@dot.wi.gov
A complete listing of certified minority businesses, as well as the services and commodities they provide, is available on the
web at: www.doa.wi.gov/mbe and Information regarding certification of minority businesses is available at:
http://commerce.wi.gov/BD/BD-MBD-Index.html.
WI DEPARTMENT of TRANSPORTATION
RFP #271914-LF
Page 87 of 91
ATTACHMENT C
WisDOT MINORITY BUSINESS ENTERPRISE (MBE) PROGRAM
DISABLED VETERAN-OWNED BUSINESS (DVB) PROGRAM
AWARENESS, COMPLIANCE & ACTION PLAN
Complete, sign, and include in your bid response.
Failure to complete this form as a component of your bid may result in rejection of your bid.
Our company/organization is a Wisconsin-certified Minority Business Enterprise (MBE)
Our company/organization is a Wisconsin-certified Disabled Veteran-owned Business (DVB)
Our company/organization is a minority business but has not yet received Wisconsin certification (please
provide details): _____________________________________________
Our company/organization is a disabled veteran-owned business but has not yet received Wisconsin
certification (please provide details): _____________________________________________
We are aware of the WisDOT’s goal to spend at least 5% of their total annual purchasing dollars with statecertified MBE /DVB firms.
We are aware that if awarded this contract/project our company/organization will provide monthly or quarterly
reports to WisDOT reporting all expenditure activity directed to MBE/DVB subcontractors or second-tier
MBE/DVB suppliers that directly relate to this contract. (Any non-certified minority or non-certified disabled
veteran-owned businesses could be a potential subcontractor/second-tier supplier--indicate these on your plan.
WisDOT will work with those businesses for possible certification.)
Subcontractors: Our company/organization intends to subcontract at least 5% dollar volume with certified
MBE/DVB firms listed below (names, addresses, telephone numbers):
 Yes
 Yes
 No
 No
 Yes
 Yes
 No
 No
 Yes
 No
 Yes
 No
 Yes
 No
Second-tier Suppliers: In addition to direct subcontracting efforts, your company/organization can help WisDOT achieve the 5%
goal by managing your second-tier MBE/DVB purchases. Second-tier business refers to incidental business expenses your
company may spend with Wisconsin-certified MBE/DVB firms as it pursues the normal course of business supplying the
WisDOT-contracted products or services. Here are some examples:
 Percentage of your office supplies specifically used during the course of this contract/project.
 Percentage of uniform costs for staff performing this contract/project.
 If you travel to perform this contract/project, you could use a state-certified MBE travel agency and report that
expense.
 Percentage of facilities maintenance services for facility(ies) directly used by your staff during the course of this
contract/project.
These second-tier expenses can only be reported to the extent that they directly relate to your business with WisDOT. The
percentage of the expense you can report is determined by the amount of your WisDOT sales as it relates to your total sales
volume. Per the terms of your contract, you should actively pursue directing business towards these types of companies, and
report your efforts in this regard on a monthly basis.
***************************************************************************************************
In paragraph form, describe your company/organization’s commitment/action plan with regard to the planned use of statecertified MBE/DVB businesses in subcontracting efforts, as well as developing MBE/DVB second-tier suppliers. Please list your
specific commitments (attach sheet, if necessary).
SIGNATURE: _________________________________________ DATE: __________________________________
PRINTED NAME & TITLE: _______________________________________________________________________
COMPANY: __________________________________________ PHONE NUMBER: _______________________
WISCONSIN DEPARTMENT
OF TRANSPORTATION
ATTACHMENT D
MINORITY BUSINESS
DISABLED VETERAN-OWNED BUSINESS
PARTICIPATION REPORT
Wisconsin Department of Transportation
DT1230 8/2006 s.16.75(3m) Wis. Stats.
Instructions: Complete and submit to Wisconsin Department of Transportation by the 20 th of each month.
Return via FAX to:
OR
Return via e-mail to:
608-267-3609, ATTN: Purchasing Minority Business Coordinator
Report Date
Contract / Purchase Order #
DOTTIPSCOrrespond@dot.wi.gov
Time Period Covered by Report
Monthly:
through
Project Name / Contract Title
Prime Vendor / Contractor Name
Contractor Name, Address and Telephone Number
Indicate if MBE or DVB
Federal Employer Identification Number – FEIN
Product / Service
Purchased
Subcontract
$ Amount
Second Tier
$ Amount
If no business was awarded to Minority Business Enterprises (MBE) or Disabled Veteran-owned Business (DVB) for
this period, please describe the efforts made to encourage their business participation. If you have questions,
please call the WisDOT Minority Business Program Specialist, 608-267-2886.
___________________________________________________________________________________________________________________________________
___________________________________________________________________________________________________________________________________
I certify that the information contained on this report is true and correct.
I also certify that I am an authorized representative of the above-identified Prime Vendor / Contractor.
(Prime Vendor/Contractor Authorized Representative Name)
WISCONSIN DEPARTMENT
OF TRANSPORTATION
ATTACHMENT E
Original plus one Copy (Submit in separate envelope within proposal package)
PROPOSER’S NAME ______________________________________________________________
COST PROPOSAL
Part A: Cost per card. This section will be used as the basis for issuing the cost points.
Cost per card issued. The cost should not include postage.
Postage will be paid at the prevailing rate at time of
production.
$
Part B: Other Costs
Proposer should include other costs necessary including the costs for the mobile capture workstation per the
specifications outlined in Section 5.3.9. The costs listed will not be a basis for award but will be used to establish contract
pricing. Proposer should attach addition costs on a separate sheet.
Mobile Image Capture Workstation per Section 5.3.9
$
WISCONSIN DEPARTMENT
OF TRANSPORTATION
ATTACHMENT F
WisDOT Architecture Standards
This attachment is a technical architecture overview of the supported environment. Any system implemented will
need to execute within the DOT’s computing environment. Vendor should describe what deviations from that
environment are required.
This Attachment takes precedence over any other conflicting technical architecture items referred to elsewhere in
the RFP.
The selected Vendor must commit contractually to work with the described architecture not only now but with
future planned upgrades. It will be the Vendor's responsibility to keep up-to-date with the identified commercial
products used by or interfaced by the Vendor, such as in this case, IBM Content Manager.
Technical Architecture
1. All desktops and laptops are Intel based using Microsoft Windows 7 Professional 64 bit. Microsoft Internet
Explorer version 8 is the currently supported browser with DOT expected to upgrade to a new version within
the next year. Office 2007 is the currently supported productivity suite.
2. The application must be compatible with the current Windows server and Desktop operating systems in use
by the Department. The Vendor must support at least the two most recent Microsoft Windows Server and
desktop operating system releases. The Vendor must support new Microsoft Windows Server and desktop
operating system releases within 12 months after release by Microsoft. Operating system on servers is
2008R2 Standard and Enterprise for Windows, and Red Hat for Linux. The mainframe system is an IBM zSeries
running z/OS.
3. Vendor is expected to test their application with Microsoft security patches. Normal patches are expected to
be tested within one month of release, critical security patches are expected to be tested within two weeks of
release, and OOB (out of band) patches are expected to be tested within one week of release.
4. If the application requires .NET, the .NET runtime required shall be at a level generally available from
Microsoft.
5. The DOT operates an environment with shared web application servers It is preferred that any proposed
system that runs on a Local Server utilize a Virtual Server running on DOT’s current version of VMWare ESX
Server. Must support new releases of VMWare ESX Server. Desktop systems are not utilized to provide
server type services. . If the application requires a dedicated application server, then the cost associated with
licensing must be considered during evaluation of the RFP. Supported web application servers are IBM’s
WebSphere Application Server 7.0, running under JRE 1.6.x, and Microsoft IIS version 6 (where needed).
6. The supported Database Management Systems are Oracle 11g on HP-UX (Itanium), MS SQL Server 2008
Standard edition on Windows Server, and IBM DB2 version 10 on zSeries.
7. Transaction management on zSeries is provided by CICS Transaction Server 4.1.
8. Supported web servers are the IBM HTTPD v6, Microsoft IIS version 7, Microsoft IIS version 7.5 and Apache
2.3.
WISCONSIN DEPARTMENT
OF TRANSPORTATION
9. ETL processing is supported by Infomatica’s PowerCenter. Reporting and Business Intelligence is supported by
Business Objects version XI.
10. DOT supports shared database instances. If the application requires a dedicated database instance, then the
cost associated with licensing will be considered during evaluation of the RFP.
11. Any proposed system must conform to the DOT Base Network Configuration. DOT operates an internal
network. The Wisconsin Department of Administration (DOA) operates the BadgerNet Converged Network
(BCN), which the Department uses as a Wide Area Network for connections between the central offices and
the regional offices, with speeds ranging from 1.4 to 100 Mbps. DOT has co-located its server environment at
the state’s Femrite Data Center, and operates a redundant 2 x 10Gb link (full duplex) between our main Hill
Farms office and the data center.
12. Any proposed system or optional configuration must utilize a DOT provided authentication and authorization
method. No standalone user databases are allowed. The Department hosts applications that are accessible to
internal and external users. Reverse proxies and firewalled security zones have been implemented to protect
networked internal systems from unauthorized access. Authentication of external users to web applications is
provided by Novelle Directory and Novell Access Manager; authentication of internal users is provided by
Microsoft Active Directory.
13. DOT’s content management system is IBM’s Content Manager Version 8.4.3.
14. Current Antivirus application is Symantec Endpoint Protection (SEP) 12 for workstations and SEP 11 and SEP
12 for servers.
Download