Technical, Management, and Training Services For The Emergency Communications Board - UPDATED
Federal opportunity from Central Procurement Office • Tennessee Department of General Services. Place of performance: TN.
Market snapshot
Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 11 more rate previews.↓
Point of Contact
Agency & Office
Description
09-18-25v2 RFP
STATE OF TENNESSEE
DEPARTMENT OF COMMERCE AND INSURANCE
TENNESSEE EMERGENCY COMMUNICATIONS BOARD
REQUEST FOR PROPOSALS
FOR
TECHNICAL, MANAGEMENT, AND TRAINING SERVICES
FOR THE EMERGENCY COMMUNICATIONS BOARD
RFP # 33501- 265001
RFP CONTENTS
SECTIONS:
1. INTRODUCTION
2. RFP SCHEDULE OF EVENTS
3. RESPONSE REQUIREMENTS
4. GENERAL CONTRACTING INFORMATION & REQUIREMENTS
5. EVALUATION & CONTRACT AWARD
ATTACHMENTS:
6.1. Response Statement of Certifications & Assurances
6.2. Technical Response & Evaluation Guide
6.3. Cost Proposal & Scoring Guide
6.4. Reference Questionnaire
6.5. Score Summary Matrix
6.6. Pro Forma Contract
09-18-25v2 RFP
RFP # 33501- 265001
1 1. INTRODUCTION
The State of Tennessee, Department of Commerce and Insurance, Tennessee Emergency
Communications Board, hereinafter referred to as “the State,” issues this Request for Proposals (RFP) to
define minimum contract requirements; solicit responses; detail response requirements; and outline the
State’s process for evaluating responses and selecting a contractor to provide the needed goods or
services.
Through this RFP, the State seeks to procure necessary goods or services at the most favorable, competitive prices and to give ALL qualified respondents an opportunity to do business with the state as
contractors, subcontractors or suppliers.
1.1. Statement of Procurement Purpose
The Tennessee Emergency Communications Board (“TECB”) is a nine (9) member board administratively
attached to the Tennessee Department of Commerce and Insurance. The TECB is responsible for assisting
each of the one hundred (100) emergency communications districts (ECDs) with management, operations,
and accountability. The TECB also assist the ECDs with establishing emergency communications for all of
the State’s residents and visitors; this includes providing the network and call -routing infrastructure that
supports the delivery of requests for 911 assistance to each of the public safety answering points (PSAPs)
within the ECDs.
With the introduction of Next Generation 911 (NG911) services in 2011, geographic information system
(GIS) support has become important to the successful maintenance of the statewide GIS data. The State
and local PSAPs have invested countless hours into es tablishing data standards and working to improve
match rates in anticipation of geospatial routing. Local efforts have led to 84% of the State’s 911 authorities
achieving a 97% or better match rate between their site/structure address point (SSAP) dataset and legacy
automatic location identification (ALI) data, with 74% achieving a 97% or higher road centerline (RCL)
match. With over half of the districts achieving a combined 97% match rate, the State’s overall match rate
is 90%.
Through this procurement, the State seeks to continue its successful statewide GIS efforts and desires to
achieve the following goals:
• Manage and maintain the NG911 spatial interface (SI) for the State;
• Provide exceptional support for the local ECDs and PSAPs with training , boundary and address
layer creation and maintenance, jurisdictional coordination, troubleshooting, standards
interpretation, and local GIS matters;
• Interface with and facilitate coordination between the ECDs, State, and the State’s Next Generation
Core Services (NGCS) provider; and
• Support the advancement of statewide GIS standards development.
The State is seeking a solution scripted with Environmental Systems Research Institute (Esri) tools that
provides the desired services via an open software stack and not a proprietary software stack. The State
believes that all required functionality exists within the Esri ArcGIS Server and Desktop toolsets and
therefore is only seeking solutions utilizing t hese tools. Solutions shall not be proprietary or run external to
the Esri environment. All solutions shall remain current with Esri minor and major sof tware releases unless
native tools are retired from use by Esri or offered under separate license as an extension. All solutions shall allow all ECDs and PSAPs to continue to use their current suite of GIS software and shall not require
the adoption of additional software by the ECDs and PSAPs. Proposed solutions shall interact with the GIS
data from the ECDs and PSAPs in an Esri file format (SDE, File Geodatabase, Shapefile) only. GIS data
shall not be imported into any proprietary format prior to being de livered to the NGCS provider.
1.1.2. The Maximum Liability for the RFQ’s resulting contract is estimated to between one million two hundred
thousand dollars ($1,200,000) and two million dollars ($2,000,000).
09-18-25v2 RFP
RFP # 33501- 265001
2 1.2. Scope of Service, Contract Period, & Required Terms and Conditions
The RFP Attachment 6.6., Pro Forma Contract details the State’s requirements:
Scope of Services and Deliverables (Section A);
Contract Period (Section B);
Payment Terms (Section C);
Standard Terms and Conditions (Section D); and,
Special Terms and Conditions (Section E).
The pro forma contract substantially represents the contract document that the successful Respondent
must sign.
1.3. Nondiscrimination
No person shall be excluded from participation in, be denied benefits of, or be otherwise subjected to
discrimination in the performance of a Contract pursuant to this RFP or in the employment practices of the
Contractor on the grounds of handicap or disability, age, race, creed, color, religion, sex, national origin, or
any other classification protected by federal, Tennessee state constitutional, or statutory law. The
Contractor pursuant to this RFP shall, upon request, show proof of s uch nondiscrimination and shall post
in conspicuous places, available to all employees and applicants, notices of nondiscrimination.
1.4. RFP Communications
1.4.1. The State has assigned the following RFP identification number that must be referenced in all communications regarding this RFP:
RFP # 33501- 265001
1.4.2. Unauthorized contact about this RFP with employees or officials of the State of Tennessee
except as detailed below may result in disqualification from consideration under this
procurement process.
1.4.2.1. Prospective Respondents must direct communications concerning this RFP to the
following person designated as the Solicitation Coordinator:
DeRenne Raley
Tennessee Department of General Services
Central Procurement Office WRS Tennessee Tower, 3
rd Floor
312 Rosa L. Parks Avenue
Nashville, Tennessee 37243
Telephone (615) 251- 5173
derenne.raley@tn.gov
1.4.2.2. Notwithstanding the foregoing, Prospective Respondents may alternatively contact:
the following individual designated by the State to coordinate compliance with the nondiscrimination requirements of the State of Tennessee, Title VI of the Civil
Rights Act of 1964, the Americans with Disabilities Act of 1990, and associated
federal regul ations:
Helen Crowley Department of General Services, CPO
WRS Tennessee Tower, 3
rd Floor
312 Rosa L Parks Avenue Nashville, Tennessee 37243- 1102
09-18-25v2 RFP
RFP # 33501- 265001
3 Telephone (615) 741- 1035
Helen.Crowley@tn.gov
1.4.3. Only the State’s official, written responses and communications with Respondents are binding with
regard to this RFP. Oral communications between a State official and one or more Respondents
are unofficial and non- binding.
1.4.4. Potential Respondents must ensure that the State receives all written questions and co mments,
including questions and requests for clarification, no later than the Written Questions & Co mments
Deadline detailed in the RFP Section 2, Schedule of Events .
1.4.5. Respondents must assume the risk of the method of dispatching any communication or response to the State. The State assumes no responsibility for delays or delivery failures resulting from the
Respondent’s method of dispatch. Actual or digital “postmark ing” of a communication or response
to the State by a specified deadline is not a substitute for the State’s actual receipt of a
communication or response. It is encouraged for Respondents to submit bids digitally.
1.4.6. The State will convey all official responses and communications related to this RFP to the
prospective Respondents from whom the State has received a Notice of Intent to Respond (refer
to RFP Section 1.8. ).
1.4.7. The State reserves the right to determine, at its sole discretion, the method of conveying official,
written responses and communications related to this RFP. Such written communications may be
transmitted by mail, hand- delivery, facsimile, electronic m ail, Internet posting, or any other means
deemed reasonable by the State. For internet posting, please refer to the following website:
https://www.tn.gov/generalservices/procurement/central -procurement -office --cpo- /supplier -
information/request -for-proposals --rfp--opportunities1.html .
1.4.8. The State reserves the right to determine, at its sole discretion, the appropriateness and adequa cy
of responses to written comments, questions, and requests related to this RFP. The State’s official,
written responses will constitute an amendment of this RFP.
1.4.9. Any data or factual information provided by the State (in this RFP, an RFP amendment or any other
communication relating to this RFP) is for informational purposes only. The State will make reasonable efforts to ensure the accuracy of such data or inform ation, however it is the
Respondent’s obligation to independently verify any data or information provided by the State. The State expressly disclaims the accuracy or adequacy of any information or data that it provides to
prospective Respondents.
1.5. Assistance to Respondents With a Handicap or Disability
Prospective Respondents with a handicap or disability may receive accommodation relating to the
communication of this RFP and participating in the RFP process. Prospective Respondents may contact
the Solicitation Coordinator to request such reasonable accommodation no later than the Disability
Accommodation Request Deadline detailed in the RFP Section 2, Schedule of Events.
1.6. Respondent Required Review & Waiver of Objections
1.6.1. Each prospective Respondent must carefully review this RFP, including but not limited to,
attachments, the RFP Attachment 6.6., Pro Forma Contract , and any amendments, for questions,
comments, defects, objections, or any other matter requiring clarification or correction (collectively
called “questions and comments”).
09-18-25v2 RFP
RFP # 33501- 265001
4 1.6.2. Any prospective Respondent having questions and comments concerning this RFP must provide
them in writing to the State no later than the Written Questions & Comments Deadline detailed in
the RFP Section 2, Schedule of Events.
1.6.3. Protests based on any objection to the RFP shall be considered waived and invalid if the objection
has not been brought to the attention of the State, in writing, by the Written Questions & Comments
Deadline.
1.7. Pre-Response Conference
A Pre -response Conference will be held at the time and date detailed in the RFP Section 2, Schedule of
Events. Pre- response Conference attendance is not mandatory, and prospective Respondents may be
limited to a maximum number of attendees depending upon overall attendance and space limitations.
The conference will be held at:
Microsoft Teams
https://teams.microsoft.com/l/meetup -
join/19%3ameeting_ZDI5NWU2MjMtODQ0MC00ZDRkLWJiMjYtN2RiMDZmYjY4OWE5%40thread.v2/0?
context=%7b%22Tid%22%3a%22f345bebf -0d71- 4337- 9281-
24b941616c36%22%2c%22Oid%22%3a%223a6edfba- 698b -4ce2- 9ae1- cf98f89c8571%22%7d
The purpose of the conference is to discuss the RFP scope of goods or services. The State will entertain
questions, however prospective Respondents must understand that the State’s oral response to any
question at the Pre- response Conference shall be unofficial and non- binding. Prospective Respondents
must submit all quest ions, comments, or other concerns regarding the RFP in writing prior to the Written
Questions & Comments Deadline date detailed in the RFP Section 2, Schedule of Events. The State wil l
send the official response to these questions and comments to prospective Respondents from whom the
State has received a Notice of Intent to respond as indicated in RFP Section 1.8. and on the date detailed
in the RFP Section 2, Schedule of Events.
1.8. Notice of Intent to Respond
Before the Notice of Intent to Respond Deadline detailed in the RFP Section 2, Schedule of Events,
prospective Respondents should submit to the Solicitation Coordinator a Notice of Intent to Respond (in
the form of a simple e- mail or other written communication). Such notice should include the following
information:
the business or individual’s name (as appropriate) ;
a contact person’s name and title; and
the contact person’s mailing address, telephone number, facsimile number, and e- mail address .
A Notice of Intent to Respond creates no obligation and is not a prerequisite for submitting a
response, however, it is necessary to ensure receipt of any RFP amendments or other notices and
communications relating to this RFP.
1.9. Response Deadline
A Respondent must ensure that the State receives a response no later than the R esponse Deadline time
and date detailed in the RFP Section 2, Schedule of Events. The State will not accept late responses, and a Respondent’s failure to submit a response before the deadline will result in disqualification of the
response. It is the responsibility of the Respondent to ascertain any additional security requirements with
respect to packaging and delivery to the State of Tennessee. Respo ndents should be mindful of any
potential delays due to security screening procedures, weather, or other filing delays whether foreseeable or unforeseeable.
09-18-25v2 RFP
RFP # 33501- 265001
5 2. RFP SCHEDULE OF EVENTS
2.1. The following RFP Schedule of Events represents the State’s best estimate for this RFP.
EVENT
TIME
(central time zone) DATE
1. RFP Issued January 5, 2026
2. Disability Accommodation Request Deadline 2:00 p.m. January 9, 2026
3. Pre-response Conference (virtual) 2:00 p.m. January 12, 2026
4. Notice of Intent to Respond Deadline 2:00 p.m. January 13, 2026
5. Written “Questions & Comments” Deadline 2:00 p.m. January 20, 2026
6. State Response to Written “Questions &
Comments” February 5, 2026
7. Response Deadline 2:00 p.m. February 20, 2026
8. State Completion of Technical Response
Evaluations (Sections B. and C., RFP
Attachment 6.2.)
Februar y 27, 2026
9. State Schedules Respondent Oral Presentation
(virtual) March 3, 2026
10. Respondent Oral Presentation (virtual) 8 a.m. - 4:30 p.m. March 10- 11, 2026
11. State Completion of Technical Response
Evaluations (Section D., RFP Attachment 6.2.) March 23, 2026
12. State Opening & Scoring of Cost Proposals 2:00 p.m. March 24, 2026
13. Negotiations March 26- April 1, 2026
14. State Notice of Intent to Award Released and
RFP Files Opened for Public Inspection 2:00 p.m. April 6, 2026
15. End of Protest Period April 13, 2026
16. State sends contract to Contractor for signature April 14 , 2026
17. Contractor Signature Deadline 2:00 p.m. April 1 7, 2026
2.2. The State reserves the right, at its sole discretion, to adjust the RFP Schedule of Events as it deems
necessary. Any adjustment of the Schedule of Events shall constitute an RFP amendment, and the State
will communicate such to prospective Respondents from whom the State has received a Notice of Intent to Respond (refer to section 1.8. ).
09-18-25v2 RFP
RFP # 33501- 265001
6 3. RESPONSE REQUIREMENTS
3.1. Response Form
A response to this RFP must consist of two parts, a Technical Response and a Cost Proposal.
3.1.1. Technical Response. RFP Attachment 6.2., Technical Response & Evaluation Guide provides
the specific requirements for submitting a response. This guide includes mandatory requirement
items, general qualifications and experience items, and technical qualifications, experience, and
approach items all of which must be addressed with a written response and, in some instances,
additional documentation.
NOTICE: A technical response must not include any pricing or cost information.
If any pricing or cost information amounts of any type (even pricing relating to
other projects) is included in any part of the technical response, the state may
deem the response to be non- responsive and reject it.
3.1.1.1. A Respondent should duplicate and use the RFP Attachment 6.2., Technical Response
& Evaluation Guide to organize, reference, and draft the Technical Response by
duplicating the attachment, adding appropriate page numbers as required, and using
the guide as a table of contents covering the Technical Response.
3.1.1.2. A response should be economically prepared, with emphasis on completeness and clarity. A response, as well as any reference material presented, must be written in
English and must be written on standard 8 ½” x 11” pages (although oversize exhibits
are permissible) and use a 12 point font for text. All response pages must be
numbered.
3.1.1.3. All information and documentation included in a Technical Response should
correspond to or address a specific requirement detailed in the RFP Attachment 6.2.,
Technical Response & Evaluation Guide. All information must be incorporated into a
response to a specific requirement and clearly referenced. Any information not
meeting these criteria will be deemed extraneous and will not contribute to evaluations.
3.1.1.4. The State may determine a response to be non- responsive and reject it if:
a. the Respondent fails to organize and properly reference the Technical Response as required by this RFP and the RFP Attachment 6.2., Technical Response &
Evaluation Guide; or
b. the Technical Response document does not appropriately respond to, address, or
meet all of the requirements and response items detailed in the RFP Attachment
6.2., Technical Response & Evaluation Guide.
3.1.2. Cost Proposal . A Cost Proposal must be recorded on an exact duplicate of the RFP Attachment
6.3., Cost Proposal & Scoring Guide .
NOTICE: If a Respondent fails to submit a cost proposal exactly as required, the
State may deem the response to be non -responsive and reject it.
3.1.2.1. A Respondent must only record the proposed cost exactly as required by the RFP
Attachment 6.3., Cost Proposal & Scoring Guide and must NOT record any other rates,
amounts, or information.
09-18-25v2 RFP
RFP # 33501- 265001
7 3.1.2.2. The proposed cost shall incorporate ALL costs for services under the contract for the
total contract period, including any renewals or extensions.
3.1.2.3. A Respondent must sign and date the Cost Proposal.
3.1.2.4. A Respondent must submit the Cost Proposal to the State in a sealed package
separate from the Technical Response (as detailed in RFP Sections 3.2.3., et seq. ).
3.2. Response Delivery
3.2.1. A Respondent must ensure that both the Technical Response and Cost Proposal files meet all
form and content requirements, including all required signatures, as detailed within this RFP.
3.2.2. A Respondent must submit their response as specified in one of the two formats below.
3.2.2.1. Digital Media Submission
3.2.2.1.1. Technical Response
The Technical Response document should be in the form of one (1) digital document in
“PDF” format properly recorded on its own otherwise blank, standard CD -R recordable
disc or USB flash drive and should be clearly identified as the:
“RFP # 33501- 265001 TECHNICAL RESPONSE ORIGINAL ”
and one (1) digital copy of the Technical Response each in the form of one (1) digital
document in “PDF” format properly recorded on its own otherwise blank, standard CD -
R recordable disc or USB flash drive clearly labeled:
“RFP # 33501- 265001 TECHNICAL RESPONSE COPY”
The customer references should be delivered by each reference in accordance with
RFP Attachment 6.4. Reference Questionnaire.
3.2.2.1.2. Cost Proposal :
The Cost Proposal should be in the form of one (1) digital document in “PDF” or “XLS”
f ormat properly recorded on a separate, otherwise blank, standard CD -R recordable
disc or USB flash drive clearly labeled:
“RFP # 33501- 265001 COST PROPOSAL”
An electronic or facsimile signature, as applicable, on the Cost Proposal is acceptable.
3.2.2.2. E-mail Submission
3.2.2.2.1. Technical Response
The Technical Response document should be in the form of one (1) digital document in
“PDF” format or other easily accessible digital format attached to an e- mail to the
Solicitation Coordinator. Both the subject and file name should be clearly identified as
follows:
“RFP # 33501- 265001 TECHNICAL RESPONSE”
The customer references should be delivered by each reference in accordance with RFP
Attachment 6.4. Reference Questionnaire.
09-18-25v2 RFP
RFP # 33501- 265001
8 3.2.2.2.2. Cost Proposal :
The Cost Proposal should be in the form of one (1) digital document in “PDF” or “XLS”
format or other easily accessible digital format attached to an e- mail to the Solicitation
Coordinator. Both the subject and file name should be clearly identified as follows:
“RFP # 33501- 265001 COST PROPOSAL”
An electronic or facsimile signature, as applicable, on the Cost Proposal is acceptable.
3.2.3. For e -mail submissions, the Technical Response and Cost Proposal documents must be
dispatched to the Solicitation Coordinator in separate e-mail messages. For digital media
submissions, a Respondent must separate, seal, package, and label the documents and copies
for delivery as follows:
3.2.3.1. The Technical Response and copies must be placed in a sealed package that is clearly
labeled:
“DO NOT OPEN… RFP # 33501- 265001 TECHNICAL RESPONSE FROM
[RESPONDENT LEGAL ENTITY NAME] ”
3.2.3.2. The Cost Proposal must be placed in a separate, sealed package that is clearly
labeled:
“DO NOT OPEN… RFP # 33501- 265001 COST PROPOSAL FROM [RESPONDENT
LEGAL ENTITY NAME] ”
3.2.3.3. The separately, sealed Technical Response and Cost Proposal components may be
enclosed in a larger package for mailing or delivery, provided that the outermost
package is clearly labeled:
“RFP # 33501- 265001 SEALED TECHNICAL RESPONSE & SEALED COST
PROPOSAL FROM [RESPONDENT LEGAL ENTITY NAME] ”
3.2.3.4. Any Respondent wishing to submit a Response in a format other than digital may do so
by contacting the Solicitation Coordinator.
3.2.4. A Respondent must ensure that the State receives a response no later than the Response
Deadline time and date detailed in the RFP Section 2, Schedule of Events at the following
address:
DeRenne Raley
Tennessee Department of General Services
Central Procurement Office
WRS Tennessee Tower, 3
rd Floor
312 Rosa L. Parks Avenue
Nashville, Tennessee 37243
Telephone (615) 251- 5173
derenne.raley@tn.gov
3.3. Response & Respondent Prohibitions
3.3.1. A response must not include alternate contract terms and conditions. If a response contains such
terms and conditions, the State, at its sole discretion, may determine the response to be a non-responsive counteroffer and reject it.
09-18-25v2 RFP
RFP # 33501- 265001
9
3.3.2. A response must not restrict the rights of the State or otherwise qualify either the offer to deliver
goods or provide services as required by this RFP or the Cost Proposal. If a response restricts the
rights of the State or otherwise qualifies either the offer to deliver g oods or provide services as
required by this RFP or the Cost Proposal, the State, at its sole discretion, may determine the
response to be a non- responsive counteroffer and reject it.
3.3.3. A response must not propose alternative goods or services ( i.e., offer services different from those
requested and required by this RFP) unless expressly requested in this RFP. The State may
consider a response of alternative goods or services to be non- responsive and reject it.
3.3.4. A Cost Proposal must be prepared and arrived at independently and must not involve any collusion
between Respondents. The State will reject any Cost Proposal that involves collusion,
consultation, communication, or agreement between Respondents. Regardless of the time of
detection, the State will consider any such actions to be grounds for response rejection or contract
termination.
3.3.5. A Respondent must not provide, for consideration in this RFP process or subsequent contract
negotiations, any information that the Respondent knew or should have known was materially
incorrect. If the State determines that a Respondent has provided such incorrect information, the
State will deem the Response non- responsive and reject it.
3.3.6. A Respondent must not submit more than one Technical Response and one Cost Proposal in
response to this RFP, except as expressly requested by the State in this RFP. If a Respondent
submits more than one Technical Response or more than one Cost Proposal, the State will deem
all of the responses non- responsive and reject them.
3.3.7. A Respondent must not submit a response as a prime contractor while also permitting one or more
other Respondents to offer the Respondent as a subcontractor in their own responses. Such may
result in the disqualification of all Respondents knowingly involved. This restriction does not,
however, prohibit different Respondents from offering the same subcontractor as a part of their
responses (provided that the subcontractor does not also submit a response as a prime contractor).
3.3.8. The State shall not consider a response from an individual who is, or within the past six (6) months
has been, a State employee. For purposes of this RFP:
3.3.8.1. An individual shall be deemed a State employee until such time as all compensation for
salary, termination pay, and annual leave has been paid;
3.3.8.2. A contract with or a response from a company, corporation, or any other contracting entity
in which a controlling interest is held by any State employee shall be considered to be a
contract with or proposal from the employee; and
3.3.8.3. A contract with or a response from a company, corporation, or any other contracting entity that employs an individual who is, or within the past six (6) months has been, a State
employee shall not be considered a contract with or a proposal from the employ ee and
shall not constitute a prohibited conflict of interest.
3.3.9. This RFP is also subject to Tenn. Code Ann. § 12- 4-101—105.
3.4. Response Errors & Revisions
A Respondent is responsible for any and all response errors or omissions. A Respondent will not be
allowed to alter or revise response documents after the Response Deadline time and date detailed in the
RFP Section 2, Schedule of Events unless such is for mally requested, in writing, by the State.
09-18-25v2 RFP
RFP # 33501- 265001
10 3.5. Response Withdrawal
A Respondent may withdraw a submitted response at any time before the Response Deadline time and
date detailed in the RFP Section 2, Schedule of Events by submitting a written request signed by an
authorized Respondent representative. After withdrawing a response, a Respondent may submit another
response at any time before the Response Deadline. After the Response Deadline, a Respondent may
only withdraw all or a portion of a response where the enforcement of the response would i mpose an
unconscionable hardship on the Respondent.
3.6. Additional Services
If a response offers goods or services in addition to those required by and described in this RFP, the
State, at its sole discretion, may add such services to the contract awarded as a result of this RFP. Notwithstanding the foregoing, a Respondent must not propose any additional cost amounts or rates for
additional goods or services. Regardless of any additional services offered in a response, the
Respondent’s Cost Proposal must only record the proposed cost as required in this R FP and must not
record any other rates, amounts, or information.
NOTICE: If a Respondent fails to submit a Cost Proposal exactly as required, the State may deem
the response non -responsive and reject it.
3.7. Response Preparation Costs
The State will not pay any costs associated with the preparation, submittal, or presentation of any
response.
09-18-25v2 RFP
RFP # 33501- 265001
11 4. GENERAL CONTRACTING INFORMATION & REQUIREMENTS
4.1. RFP Amendment
The State at its sole discretion may amend this RFP, in writing, at any time prior to contract award.
However, prior to any such amendment, the State will consider whether it would negatively impact the
ability of potential Respondents to meet the respons e deadline and revise the RFP Schedule of Events if
deemed appropriate. If an RFP amendment is issued, the State will convey it to potential Respondents
who submitted a Notice of Intent to Respond (refer to RFP Section 1.8. ). A response must address the
final RFP (including its attachments) as amended.
4.2. RFP Cancellation
The State reserves the right, at its sole discretion, to cancel the RFP or to cancel and reissue this RFP in
accordance with applicable laws and regulations.
4.3. State Right of Rejection
4.3.1. Subject to applicable laws and regulations, the State reserves the right to reject, at its sole discretion, any and all responses.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
The Tennessee Emergency Communications Board (TECB) is soliciting proposals for technical, management, and training services via RFP #33501-265001. This procurement aims to enhance emergency communication systems through effective GIS support, with a focus on maintaining a 90% match rate across the state. Up to $2 million is available to support this initiative, requiring non-proprietary solutions using Esri tools.
The State of Tennessee is looking to procure services that support the management and operations of 100 emergency communications districts, ensuring effective response capabilities for 911 services via enhanced GIS data management.
- Firms with experience in GIS services using Esri tools.
- Companies that offer training and support for emergency communication systems.
- Vendors familiar with public sector procurement processes.
- Manage and maintain the Next Generation 911 spatial interface for the state.
- Provide support for local Emergency Communications Districts (ECDs) and Public Safety Answering Points (PSAPs).
- Facilitate coordination between ECDs, the State, and the Next Generation Core Services provider.
- Support the development of statewide GIS standards.
- Response Statement of Certifications & Assurances
- Technical Proposal aligned with Evaluation Guide
- Cost Proposal including scoring metrics
- Reference Questionnaire
- Completed Score Summary Matrix
More BidPulsar strategy notesCompliance, pricing, teaming, risks, questions, and coverage notes
- Ensure adherence to nondiscrimination practices per Title VI and ADA regulations.
- All proposals must comply with state procurement guidelines.
- Pricing should reflect competitive rates in the range of $1.2M to $2M.
- Include clear justifications for costs associated with GIS training and support.
- Consider partnerships with established GIS firms experienced in Esri technologies.
- Engage with local ECDs for insights and potential collaboration opportunities.
- Failure to meet Esri compatibility requirements may disqualify proposals.
- Potential delays in response due to the complex coordination required.
- Maintaining compliance with nondiscrimination laws is critical.
- What specific KPIs will be used to measure the success of the proposed services?
- Can you clarify the expectations for training provided to local ECDs and PSAPs?
- What is the anticipated timeline for the contract following award?
Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.
- Exact response deadline and schedule of events.
- Detailed contract period and terms.
- Clarification on the scoring system for proposals.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.