Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 29, 2020 SAM #6635
SOURCES SOUGHT

D -- Grand Teton NP Telecommunications Services

Notice Date
1/27/2020 3:41:21 PM
 
Notice Type
Sources Sought
 
NAICS
517311 — Wired Telecommunications Carriers
 
Contracting Office
IMR NORTHERN ROCKIES(12200) YELWSTN NL PK WY 82190 USA
 
ZIP Code
82190
 
Solicitation Number
140P1420R0003
 
Response Due
2/7/2020 8:59:59 PM
 
Archive Date
08/28/2020
 
Point of Contact
Hauch, Martin
 
E-Mail Address
Martin_Hauch@nps.gov
(Martin_Hauch@nps.gov)
 
Awardee
null
 
Description
The Department of Interior, National Park Service, Grand Teton National Park, Wyoming, is seeking interested sources to provide broadband speed internet service to residential and visitor facilities within the national park units; and to provide contractor owned dark fiber connections for transmission of National Park Service government (or authorized third party) network communications for up to five years (base plus four option years). The subsequent contract includes multiple years of both service and service connections. It is expected that service connections may be requested via multiple orders issued against the Indefinite Delivery/Indefinite Quantity contract. Statement of Work is as follows: 1. Overview of Requirement. 1.1. Provide broadband telecommunications services to outlying properties in Grand Teton National Park. 1.1.1. Broadband Service Parameters: 1.1.1.1. Required Maximum Service Speed: Up to 1 gigabit per sec download speeds with variance not to exceed 10%. 1.1.1.2. Service Quality: Contractor will provide testing results of each service connection indicating the upload / download speed. 1.1.1.3. Broadband Service Reliability: 1.1.1.3.1. - 100% network availability 1.1.1.3.2. - Less than 45 milliseconds latency 1.1.1.3.3. - Less than 0.3% packet loss 1.1.1.3.4. - If service is down for more than 10 minutes, other than for pre-scheduled maintenance, monthly bill credit will be issued. 1.1.1.4. Service may be ordered at varying rates (e.g. month to month). See bid schedule. 1.1.1.5. Use of microwave equipment for wireless backhaul may be proposed as a bid alternate, providing that alternate meets the service parameters, and the contractor can provide proof of right-of-use for the antenna for reception of the microwave signal. (Microwave back haul is not currently included in the park�s NEPA decision, microwave use is subject to approval of the contracting officer prior to service task order award 1.1.1.6. Use of wireless (laser or radio) point to point equipment is acceptable as an alternate, subject to approval of the contracting officer prior to service task order award. 1.2 This contract also includes provision of leased dark fiber for transmission of National Park Service government network services. 1.2.1 Dark Fiber Service Parameters 1.2.1.1. Dark fiber shall connect NPS owned communications equipment as identified in each task order. Dark fiber pairs required in the task order shall include TIA492CAAA / OS1 or better single mode fiber terminated in LC/APC in contractor provided enclosure. Contractor shall also provide a security statement outlining the pass-through, uninterrupted fused fiber point to point pathway for each connection required. Include in the security statement a memorandum for record concerning contractor access control measures to facilities housing park leased fiber infrastructure. 1.1.2. Service Connections 1.1.2.1. Service Connections shall be paid directly by the National Park Service to all Park Service owned facilities, regardless of the use. Contractor shall install any telecommunications equipment and infrastructure necessary to achieve the desired service parameters. 1.1.2.2. Service also includes provision of any required electrical service to power any communications equipment. Exact locations of connections to be determined between contractor and NPS in the field prior to installation. 1.1.2.3. All service equipment shall remain property of service provider upon completion of installation. 1.1.2.4. Service Connection costs will be paid entirely, regardless of level of final service ordered 1.1.2.5. If fiber optic line installation is proposed for connection, the following installation constraints shall be followed: 1.1.2.5.1. Underground line shall be installed with the following equipment: 1.1.2.5.1.1. Family of Ditch-Witch type trencher equipment 1.1.2.5.1.2. Line Plow 1.1.2.5.1.3. Mini Skid steer with narrow (~12�) bucket 1.1.2.5.2. Pull boxes / hand holds shall be excavated using a skid steer with bucket attachment 1.1.2.5.3. All fiber related infrastructure that runs along roadways shall either be 30� minimum below grade, or 36� away from the edge of the roadway, to avoid conflict with road and drainage ditch maintenance. Fiber infrastructure not along roadways (e.g. open vegetation or along driveways) shall be a minimum of 24� deep. 1.1.2.5.4. Any crossing of highways shall be bored. 1.1.2.5.5. Any crossing of paved secondary roads and parking shall be bored, or asphalt shall be saw cut and removed, and then patched with 2� deep hot mix asphalt. 1.1.2.6. Service connection standard mitigations. The stipulations identified in the appropriate attachments (Attachment 2: Standard mitigations for service connection, Attachment 3: Standard mitigations for infrastructure maintenance) apply for any work occurring within NPS boundaries. Note that these stipulations will be included in the appropriate permit documents. (see Section 1.1.4) 1.1.3. Service Maintenance and Payment 1.1.3.1. Services will be paid centrally by the National Park Service for park service utilized locations. Services will be paid by park authorized concessioners for concession-operated NPS locations via a separate contract between concessioners and the service provider (not in this contract). 1.1.3.2. The National Park Service will provide a list of service users (individual residents), updated periodically, to the Contractor. Contractor customer service representatives shall be responsive to service requests (trouble calls or issues) from those service users (residents) designated by the National Park Service. Contractor shall provide a monthly update to the COR listing service calls received and the date of resolution. Service calls will not be separately billed, and are included in the monthly service price proposal. 1.1.4. Offeror must be able to obtain and maintain a valid right of way or other permit conveyance to install and operate equipment in the National Park. Land valuation costs are waived for right of way permits that solely serve the National Park Service. 1.1.5. Offeror shall submit a sketch plan with their proposal for each task order showing proposed routing of any infrastructure and associated property boundaries. Offeror shall provide a single point of contact for both connections and service requirements. 1.1.6. Service Ordering 1.1.6.1 New service connections will be ordered based on the following method. The base contract will include pre-priced service and installation tasks. Installation tasks will be as outlined in USDA Rural Utilities Services standards. Step 1. Government provides required locations (generally per E911 Mapping, Attachment 4) for service, to include location of the service required, type of service, and number of connected wireless devices expected for broadband internet service. The service locations provided by the government may or may not include a preliminary proposed line routing, however, the proposal for each order may include offeror proposed alternate line routings that are more economical, provide easier operations and maintenance, or enable current technology/standards. Step 2. Offeror conducts preliminary assessment of the equipment installation for the service. Step 3. Government and offeror conduct joint site walk to review equipment installation requirements, line routing, and other service connection details Step 4. Offeror develops and submits initial service equipment installation proposal, including schedule, sketches, quantities and installation items. Installation items will be provided and listed as outlined in the base contract line items. See USDA Rural Utilities Services standards: RUS Form 515a - Specifications and Drawings for Construction of Direct Buried Plant, RUS Form 515b - Specification and Drawings for Construction of Underground Plant, RUS Form 515c - Specifications and Drawings for Construction of Aerial Plant, and RUS Form 515d - Specification and Drawings for Service Installation at Customer Access Locations. Documents are available at https://www.rd.usda.gov/publications/regulations- guidelines/bulletins/telecommunications Step 5. Government reviews and negotiates service connection proposal (schedule and equipment quantities per the base contract line items) with the offeror. Step 6. Service equipment connection order is awarded on a lump sum basis. New equipment is recorded in an amended (or initial) right-of-way permit. Step 7. After completion of service connection, broadband and Dark Fiber Services will be ordered on either an annual, or semi-annual (6 months) duration basis. These services may also be included as part of the initial service request. The NAICS code for these services is 517311, with a size standard of 1,500 employees. The period of performance will be from award for five years. Interested contractors having capabilities necessary to meet or exceed the stated requirements are invited to provide company information in the format of a narrative that demonstrates company experience to Martin Hauch, Contracting Officer: martin_hauch@nps.gov 307-690-5324. Responses shall include the following information: company name, address, point of contact, phone number, socio-economic status, provide DUNS number, and proof of SAM Registration, and company experience with these type services. All relevant input is encouraged. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government, nor will the Government pay for information solicited; no basis for claim against the Government shall arise as a result from a response to this Sources Sought or Government use of any information provided.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d72e9e5cb3fa481e9ceaa39d61c7da2a/view)
 
Record
SN05544561-F 20200129/200127230132 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.