The vendor required to provide e-911 communications services is the consolidated public safety answering point (PSAP) for, providing 911 and emergency dispatch services to all municipalities within the county, with the exception of airfield, each of which operates its own dispatch center.
- The center manages a high call volume of approximately 600,000 calls annually and supports multiple emergency service agencies across law enforcement, fire, and emergency medical services.
- The center operates with a complex technology environment that includes central square enterprise cad, Motorola p25 trunked radio, intra do viper 7 for 911 call handling, and Mitel telephony for administrative and alarm lines, with a planned migration to cisco VoIP.
- Requirements:
• The county’s insurance and indemnification requirements, which will be incorporated into the final contract.
• Shall maintain cyber liability insurance in an amount sufficient to cover incidents of unauthorized access, disclosure, or loss of 911 call data, personally identifiable information, and associated multimedia records.
• Proof of such coverage must be provided prior to contract execution and maintained for the life of the contract.
• Shall be responsible for migrating at least the most recent three (3) years of retained data, audio and metadata, and must include verification and validation of migrated data, as well as a rollback plan in the event of a failure.
• Shall have the capacity to ensure data retention of three (3) years.
• Data must be maintained in accordance with the act
• Provide and designate a dedicated project manager who will oversee the entire project, including planning, installation, configuration, testing, data migration, and system cutover.
• The project manager will serve as the primary point of contact with the county throughout implementation.
• The system shall carry a one (1) year warranty covering hardware, software, labor, and parts. vendors must provide direct warranty and service (not subcontracted).
- System requirements:
• Record all audio and associated metadata from the county’s intra do viper 7 call-handling system and Motorola p25 trunked radio system through a certified ais interface supporting no fewer than seventy (70) talk groups.
• Administrative and alarm line recording shall be supported for the current Mitel system and must also be compatible with cisco VoIP built-in-bridge or span-based recording.
• System must integrate with central square enterprise cad, allowing for incident and case number capture and enabling searches and playback by these identifiers.
• Ng911 multimedia, including text, images, and video, must be supported.
• Built-in audio redaction tools are required to allow secure removal of sensitive content without altering the original file.
• Redundancy is critical.
• The system must support parallel recording at both the primary and alternate PSAPs and ensure automated failover in the event of a fault.
• Continuous monitoring must be included, with real-time health monitoring and alerts delivered simultaneously to county IT staff and 911 staff if recording interruptions or system faults occur.
• System must include robust search and retrieval capabilities, annotation and incident-linking features, and simultaneous playback for multiple users without performance loss.
• Exports must be in non-proprietary formats (wav, mp4, csv) and must include digital authentication and certificates of authenticity to confirm evidentiary integrity.
• The system must also be capable of packaging complete incident reconstructions, including audio, metadata, and related files, suitable for legal proceedings.
• The system must support multi-factor authentication (MFA) and single sign-on (SSO) integration with azure ad using SAML or OIDC.
• The system must include strong reporting capabilities for usage, channel utilization, call volumes, retention compliance, and system health, with export options to csv, excel, and pdf.
• The system must implement role-based access control (RBAC) following least-privilege principles, support time-limited accounts, and maintain tamper-evident audit logs with export and retention capabilities documenting all user actions.
• Contract awardee shall ensure high system availability, with a target uptime of 99.999%.
• Disaster recovery measures must include geographically diverse redundant storage or equivalent safeguards to maintain operational continuity.
- Questions/Inquires Deadline: December 9, 2025
Set up free email alerts and get notified when new government bids, tenders and procurement opportunities match your industry and location. Choose daily or weekly delivery.