SOURCES SOUGHT
99 -- OPPORTUNITY TO LEASE (OTL) IMPROVE COMMERCIAL WIRELESS COMMUNICATIONS COVERAGE
- Notice Date
- 5/13/2020 7:39:25 AM
- Notice Type
- Sources Sought
- NAICS
- 531190
— Lessors of Other Real Estate Property
- Contracting Office
- FA3016 502 CONS CL JBSA LACKLAND TX 78236-5286 USA
- ZIP Code
- 78236-5286
- Solicitation Number
- FA301620U0114
- Response Due
- 6/1/2020 7:00:00 AM
- Archive Date
- 06/16/2020
- Point of Contact
- Laura stewart, Phone: 210-671-1728, Karen DeLorenzo, Phone: 210-221-0884
- E-Mail Address
-
laura.stewart.1@us.af.mil, karen.b.delorenzo.civ@mail.mil
(laura.stewart.1@us.af.mil, karen.b.delorenzo.civ@mail.mil)
- Description
- OPPORTUNITY TO LEASE (OTL) IMPROVE COMMERCIAL WIRELESS COMMUNICATIONS COVERAGE �Lease for Cellular Infrastructure, NAICS � 531190 Land rental or leasing NAICS � 237130 Cellular Phone Tower Construction NAICS � 238210 Communication Equipment Installation 1. BACKGROUND: The rapid evolution of commercial mobile device technologies offers unprecedented opportunities to advance the operational effectiveness of the Air Force workforce. Using small, ""smart"" mobile communications and computing devices will enable faster access to a broader array of real-time information and computing power from any location. There are a variety of wireless devices currently employed at Air Force Bases around the world. Many aircraft maintainers are equipped with wireless tablets to access technical orders used to repair weapon systems; Security Forces personnel around the Air Force have employed wireless devices at installation entrance gates to check identification card validity. Innovative Airmen are continuing to find new ways to leverage mobile devices to enhance mission effectiveness and improve quality of life. In order to maximize usage of mobile devices, cellular connectivity across all Air Force bases is a crucial enabling capability. Cellular coverage is needed on all Air Force bases where military missions are supported as well as for centers of the community such as retail locations, the library, the gym, and housing neighborhoods. Cellular coverage on Air Force bases varies widely from location to location; some have partial coverage throughout the base while others have none. In order to address these gaps in coverage, the Air Force is streamlining the process to grant leases for commercial broadband deployment to improve comprehensive coverage and increased capacity across its enterprise. It is anticipated that this streamlined process will encourage greater partnership between the Air Force and commercial providers. The goal is to team with commercial industry for the installation of additional cellular infrastructure to deliver expanded coverage and increased capacity on Air Force bases.� This opportunity is focused on Joint Base San Antonio (JBSA) with primary focus on JBSA-Lackland, JBSA-Randolph, JBSA-Fort Sam Houston and JBSA-Camp Bullis. Any conflict between this OTL and the final lease agreement, the lease agreement will prevail.� 2.� PROJECT DESCRIPTION:� 2.1 The USAF is soliciting submissions from firms interested in leasing the properties referenced under paragraph 2.2 below for installation of cellular infrastructure for in-kind consideration. The purpose of the Lease is to design, construct, install, operate, and maintain cellular infrastructures to support users across JBSA where military missions are performed as well as centers of the community and housing neighborhoods with the goal of achieving fence-to-fence coverage. 2.2 The following site locations have been approved for the cellular facilities.� However, the Government will consider location changes to allow for meeting proposed coverage and capacity.��� ��� Site 1: JBSA Randolph: Lat: 29-31-32.38N/Long: 98-16-28.31W.� 120� Monopole, proposed lease area 30� x 60�.� Outdoor equipment slab with Diesel Generator.� Contractor shall obtain 30� access easement and 10' utility easement (12� wide access road).��� Site 2: JBSA Lackland:� Lat: 29-23-37.61N/Long: 98-37-54.01 W.� 100� Monopole; proposed lease area: 60� X 60� Outdoor equipment slab with Diesel Generator.� Contractor shall obtain 25� access easement and 10� utility easement.� Site 3: JBSA Fort Sam Houston:� Lat: 29-27-30.02N/Long:� 98-26-30.16W.� 110� Monopole required.� Proposed lease area: 20� X 30�.� Equipment slab with Diesel Generator.� Site 4: JBSA Fort Sam Houston: Lat: 29-27-36.37N/Long: 98-25-58.07W.� 130� Monopole outdoor equipment Slab with Diesel Generator.� Contractor shall obtain 25� access easement and 25� utility easement.� Site 5: JBSA Camp Bullis: Lat 29-38-19.31N/98-34-42.80W.� 190� Monopole, outdoor equipment Slab with Diesel Generator.� (this site�s availability TBD)� � The locations are located on Department of Defense military installations which includes an operational runway.� Mission related noise, frequency spectrum regulation and security requirements can be expected.� Location information provided under Exhibit A. � 2.3.� Applicable Statutory Authority.� 2.3.1 Lease for Exchange for Cash or In-Kind Consideration. The Lease is provided under the authority of Title 10, U.S.C. Section 2667 (the �Enabling Statute�), as amended.� This authority allows military installations to lease land and facilities to private or public entities in exchange for cash or in-kind consideration in an amount not less than the Fair Market Value (FMV) of the leasehold interest (the �Leased Premises�) defined as, but not limited to: vacant land, existing street light poles, parking lot light poles, athletic field light poles, telephone poles, or similar structures, existing buildings, water towers, or other suitable improvements, which will be determined by an appraisal prepared by a State certified general appraiser or a qualified government review appraiser, and conforms to the Uniform Standard of Professional Appraisal Practice (USPAP). For this requirement Lease for Exchange for Cash is preferred.� 2.3.2. Pursuant to this authority, the Department of the Air Force (the �Government�) is issuing an Opportunity to Lease (the �OTL�) to solicit submissions from qualified entities (�Offeror(s)�) interested in entering into a Lease with the Government for the Leased Premises. 2.3.3. Taxes. The Offeror, during the lease term, will be subject to any and all applicable state and local taxes, fees, assessments, and special assessments legally chargeable to the site, the Offeror�s leasehold interest, and the Offeror�s underlying improvements.� Currently, sites are not taxed. However, in accordance with 10 U.S.C. � 2667(f), if and to the extent the sites (e.g., the underlying land) are later made taxable by State or local governments under an Act of Congress, the lease shall be renegotiated. 2.3.4 Evidence of Title. Each Offeror is responsible for conducting its own due diligence regarding the evidence of title with respect to the Site. 2.3.5. Prevailing Wages. Unless the Offeror can demonstrate to the satisfaction of the USAF in the form of a written determination or written correspondence from the U.S. Department of Labor that the Offeror or the Project is exempt therefrom, Offeror shall comply with the requirements of the Construction Wage Rate Requirements (formerly Davis-Bacon Act), as amended, and the relevant rules, regulations, and orders of the Secretary of Labor applicable thereto. 2.3.6. Handicap Accessibility. The Offeror will be required to ensure that its design, development, construction, operation, and maintenance plans and activities on the site comply in all respects with the Americans with Disabilities Act of 1990, 42 U.S.C. � 12101, et seq., and the Architectural Barriers Act of 1968, 42 U.S.C. � 4151, et seq., as amended. 2.4 Coverage Requirements.� The cellular infrastructure shall �be implemented to provide coverage to the approved sites (reference paragraph 2.2 above).� Submissions should address the initial and the future increased capacity of the infrastructure in terms of throughput and number of individual users supported. 2.5 �Cellular Infrastructure Requirements:� Submission shall improve cellular coverage and capacity throughout the JBSA by means of adding outdoor antenna sites (e.g. macrocell, Distributed Antenna System, picocell) to leased property on the base.� The antennas must meet FAA height restrictions and operated using FCC licensed spectrum.� Where feasible (e.g. monopole cellular tower), the infrastructure will be capable of supporting additional FCC licensed carriers through negotiation with the prime vendor to facilitate multiple carrier access on the base.� The prime vendor will agree to allow additional FCC licensed carriers access to the infrastructure where feasible and per agreed upon negotiated terms between the two parties. The cellular infrastructure will initially provide high capacity Long-Term Evolution (LTE) throughput to cellular users.� The cellular infrastructure will be designed, constructed and operated at no cost to the United States Air Force or Federal Government. The approved design will adhere to facility standards for safety and be capable of supporting future cellular technology upgrades.� 2.5.1 All proposed installation plan, equipment and materials shall be submitted for review and approval by the local base Communications Squadron, Civil Engineer Squadron and Wing Safety office.� 2.5.2 Compliance with FAA and FCC Requirements. The submission shall comply with any and all procedures, requirements, and restrictions required and imposed by the Federal Aviation Administration (FAA), Federal Communications Commission (FCC), the Installation Commander, or any other appropriate authority.� Additionally, proposed above ground infrastructure will require approval by JBSA official to verify compliance and de-confliction with flight operations.� � 3.� PROJECT CONCEPT: 3.1 The Project involves a real estate transaction (lease) with the Successful Offeror(s), under which the Government proposes to lease the Leased Premises to the Offeror(s) �as is/where is� for a period of five (5) years, excluding construction/installation period, in exchange for cash or in-kind consideration, for designing, constructing, installing, operating and maintaining of proposed and approved wireless telecommunication equipment that will increase, improve, and strengthen the voice and data cellular signal, as well as upload and download speeds on, across, around JBSA.� The Successful Offeror(s) shall obtain any necessary financing to comply with all OTL and subsequent Lease requirements.�� 3.2 UTILITIES: 3.2.1 Utilities.� If provided by the Government, utilities will be at the expense of the Successful Offeror(s). 3.3 �Upon Contractor Selection.� 3.3.1 Appraisal/Annual Rent (Exchange for Cash)/Other fees. �Upon selection, the Successful Offeror(s) will, at their expense, fund the appraisal for each parcel of land/easement to be used for the proposed cell towers.� It is a Government requirement that the Corp of Engineers complete the appraisals which are estimated to cost between $6-10K each.� Appraisals will determine each parcel of land/easement�s FMV, which in turn will determine the cost of the annual rent to be paid by the contractor.� The appraisal shall be a deliverable, and shall become Government property.� Contractor is advised that other fees may also apply.� Also, reference paragraph 3.6.3 for Sublease information.� � 3.3.2. Pre-Lease Requirements: 3.3.2.1 �Environmental Baseline Survey.� The Successful Offeror(s) will, at their expense prior to lease execution, complete an Environmental Baseline Survey (EBS) of the Leased Premises and deliver a copy of the EBS to the Government.� The EBS sets forth, in a manner consistent with relevant American Society for Testing and Materials (ASTM) due diligence standards, those environmental conditions and matters known, to the best of the Government�s Actual Knowledge, to be on and affecting the Leased Premises as determined from the records and analyses reflected therein, and existing as of the date stated in the EBS. 3.3.2.2.� Environmental Impact Assessment/Analysis.� The Successful Offeror(s) shall be responsible, at its own expense and in close coordination with the base environmental office, for preparing any required environmental impact assessment/analysis (EIA) to the satisfaction of the Government for the reasonably foreseeable environmental impacts associated with the Project, as required by the NEPA, regulations published by the Council on Environmental Quality at 40 C.F.R. Parts 1500 to 1508, and regulations published by the Air Force at 32 C.F.R. Part 989.� The Successful Offeror(s) must comply with any NEPA requirements prior to Lease(s) execution. 3.3.2.3 �Electromagnetic Environmental Effects and Analysis and a Hazardous Electromagnetic Radiation to Ordnance review.�� The Successful Offeror(s) shall be responsible, at its own expense and prior to Lease execution for coordinating an Electromagnetic Environmental Effects (E3) Analysis and a Hazardous Electromagnetic Radiation to Ordnance (HERO) review.� Prior to granting final approval, base safety personnel will review the Radiation Hazards (RADHAZ) protection distance to prevent the potential for RADHAZ to personnel, fuel, and ordnance with electrically initiated devices. Electromagnetic Environmental Effects Analysis Grantee will be responsible for all costs associated with an Electromagnetic Environmental Effects Analysis by the Defense Information Systems Agency (DISA) Defense Spectrum Organization Joint Spectrum Center. 3.4 Pre-Construction Requirements:� �3.4.1 Design Requirements. �Contractor is responsible for the design of each of the five (5) sites listed in paragraph 2.2 or sites as approved by the Government.� The design shall meet the Contractor�s proposed and Government accepted coverage and capacity requirements/thresholds as negotiated.�� 3.4.1.1� Design Schedule 3.4.1.2� 35% Design Requirements. 3.4.1.3�� 65% Design Requirements. 3.4.1.4�� 90% Design Requirements. 3.4.1.5�� 100% Design Requirements.���� Once the successful submission is selected, a final design and site plans for the Project shall be submitted to the Government for review and approval prior to construction.� �3.4.2 Proof of any and all required regulatory concurrences/approvals (to include FAA and FCC) shall be submitted to ______ prior to initiation of construction.� 3.5 Construction Requirements.� 3.5.1 Attached most current Construction Wage Determination.� Exhibit C. 3.5.2 Construction Schedule.� 3.5.3 Equipment/Material Approval Requirements.� 3.5.4� 3.6� Lease Requirements.� � 3.6.1 Lease Term.� The lease resulting from this OTL shall be for five (5) years with no option for additional time.� The Successful Offeror shall have no priority for award of any future lease issued by this organization or any other entity offering wireless communication lease rights on JBSA.� 3.6.2 Exchange for Cash or In-Kind Consideration. The Government shall receive rent in the form of cash or in-kind consideration in a total amount not less than the FMV of the leasehold interest for the Leased Premises in accordance with the terms of the offer.� The Enabling Statute authorizes the Government to accept in-kind consideration in addition to, or in lieu of cash rent.� During exclusive negotiations, the Government and the Successful Offeror(s) will develop and finalize the processes by which the Offeror(s) will deliver the consideration to the Government. As per paragraph 2.3.1, for this requirement, exchange for cash is preferred.� 3.6.3 Subleases. The sublease of space and/or telecommunication services to other commercial carriers is allowed under the lease.� The Lessee shall provide the Government, as Additional Rent, thirty-five (35) percent of the sublease revenue. 3.6.4 Future changes. Any future changes made to the approved cellular system to include tower(s), pole(s) and any associated equipment installed, in regards to frequencies and power output, will require a new frequency approval and environmental study accomplished at the contractor�s expense.� 3.6.5 As a result of this Opportunity, the USAF intends to grant a lease substantially similar to the lease attached as Exhibit B.� 4. INDUSTRY DAY AND SITE VISITS: 4.1 There will not be an Industry Day for this OTL. 4.2 A Site Visit will be held at JBSA.� The Site Visit will be made available to any interested parties on ___.� It is not required to participate in the Site Visit to provide a submission on this OTL. 4.3 Any interested parties in attending the Site Visit shall submit their full name and date of birth via email to __.� 4.4 Frequency analysis of the installation may be arranged to obtain cellular single strength by contacting ___ at the email address above as long as the site visit for the frequency analysis is concluded prior to the close of this OTL.� 5. RESTRICTIONS ON PARTICIPATION: 5.1 The Government shall not be required to accept offers if an Offeror is (i)�on the most current �List of Parties Excluded from Federal Procurement and Nonprocurement Programs� published at http://epls/arnet.gov/, as said list may be updated from time to time, and/or (ii)�a country listed in Publication 10535, Patterns of Global Terrorism, available from the Superintendent of Documents, U.S. Government Printing Office, Washington, DC� 20402, and available at http://www.state.gov/www/global/terrorism/annualreports.� This restriction is in accordance with Government policies and 10 U.S.C. � 2327.�� 5.2 Foreign Participation.� Unless a waiver is granted by the Secretary of Defense, should the government of a terrorist country or a US Government recognized terrorist organization have a significant interest in an Offeror(s) (or a subsidiary of the Offeror), then such Offeror(s) or subsidiary of Offeror(s):� (a) shall not be selected for the Project, and (b) shall not participate in connection with the Project.� This restriction is in accordance with Government policies and 10 U.S.C. __ 2327.�� 6. �INSTRUCTIONS TO OFFERORS:������������������������������������������������� 6.1 General Instructions. Offeror�s should use the information contained in this OTL to develop their submission.� Offerors are required to comply with all instructions contained in this OTL, including without limitation the instructions in Section 6.1.8 regarding the written evidence required to be submitted for each Factor�s Minimum Requirement. �Failure to comply with any of the instructions contained in this OTL will be cause for disqualification.� Any information concerning this OTL given to any prospective Offeror will be furnished promptly to all other prospective Offerors. 6.1.1 Hold Harmless. By participating in the OTL process, Offerors agree to hold the United States, its officers, employees, and consultants harmless from all claims, liabilities, and costs related to this Opportunity.� Under no circumstances will USAF be liable for any real estate brokerage commissions, finder�s fees, or other forms of compensation related in any way to activities undertaken by any person as a result of this Opportunity.� 6.1.2 Amendments to the OTL. This OTL may be amended by formal amendment, document, letter, facsimile, or electronic mail. 6.1.4 Discussions. The Offeror�s initial Submission should contain all written evidence required to satisfy the Minimum Requirements and be complete in accordance with this OTL.� USAF may, at its sole discretion, conduct discussions with Offerors, typically through evaluation notices (ENs) any time after Offeror submissions and prior to selecting an Offeror.� Any EN responses become part of the Offeror�s Submission and will be considered by USAF in determining whether the Offeror satisfies the Minimum Requirements.� 6.1.5 Restrictions on Disclosure and Use of Data. Offerors who include in their Submission data that they do not want disclosed to the public for any purpose or used by USAF except for evaluation purposes, shall mark the title page with the following legend: �This Submission includes data that shall not be disclosed outside the Department of the Air Force and its representatives and shall not be duplicated, used, or disclosed in whole or in part for any purpose other than to evaluate this Submission.�� Mark each page of restricted data with the following legend �Use or disclosure of data contained on this page is subject to the restriction on the title page of this Submission.�� If, however, a lease is signed with this Offeror as a result of or in connection with the submission of this data, USAF shall have the right to duplicate, use, or disclose the data to the extent provided in the resulting lease or as needed for environmental documentation or the Freedom of Information Act.� This restriction does not limit USAF�s right to use information contained in this data if it is obtained from another source without restriction.� Offerors should be aware, however, that USAF may share financial information with Congressional committees, if requested by the committees as part of their oversight function. 6.1.6 Conflict of Interest. The Government�s Support Service Contractors, their successors, and their respective team members, subcontractors, and subcontractors� successors are all precluded from proposing on any military leasing projects, and from acting as subcontractors, consultants or team members to a development phase contractor for a period of up to ten (10) years.� Accordingly, Offerors shall not include these firms as part of their teams or request their assistance with preparation of Submission.� It is incumbent upon each Offeror to ensure that its team does not include any of the Support Service Contractors or their respective team members and subcontractors.� 6.1.7 Material Changes. Throughout the OTL process, to include after selection, the Offeror shall provide to USAF any material changes to the Offeror�s Submission, and a written description explaining the reason for the change, not later than five (5) business days after the change.� Failure to disclose any material or receipt of adverse information changes may result in disqualification as an Offeror.� Upon receipt of a written description of a material change, USAF reserves the right to request additional information relating to such material change. Material change(s) may impact USAF selection decision.� Material changes include without limitation: Bankruptcy or reorganization of the Offeror or of any parent company of the Offeror, as applicable; Default on any loans or any other type of debt instrument; Twenty percent (20%) decrease in net worth/owner�s equity; Twenty percent (20%) decrease in assets; Twenty percent (20%) increase in liabilities; A sale of a portion or all of the Offeror�s or participating entities� interest in such assets; Litigation, pending or threatened, that may materially affect the Offeror�s ability to successfully complete the proposed Project; Judgments or liens against the Offeror imposed by any federal, state or local taxing authority; Other material events that may affect the Offeror�s ability to complete the proposed Project; and Changes or departures of individuals who are managing members, general partners, or senior executives (if material changes occur resulting in a change of Offeror leadership, the Offeror shall submit all required information in both paper and electronic copies per the submittal instructions for all new team members no later than five business days after the Offeror notifies USAF of this material change). 6.1.8 Minimum Requirements Reviewed Separately. During USAF�s review of Submissions, each Factor�s Minimum Requirement will be reviewed and evaluated separately.� Therefore, each corresponding Factor (as described in Section 6.1.11) in the Offeror�s Submission will be reviewed separately.� As a result, each Factor in the Offeror's Submission shall be a stand-alone document requiring no referral to other Factors for full understanding. 6.1.9 Incomplete Submissions. �Incomplete and/or unsigned Submissions cannot be evaluated or considered.� USAF may reject any Submission that fails to furnish the below required submittal information.� USAF will notify any Offeror whose Submission is rejected for being incomplete of the deficiencies in its Submission.� If it appears that the deficiency can be cured promptly, USAF may offer the Offeror the opportunity to cure the error and/or omission and to provide what is required to complete the submission, within a prescribed time.� This prescribed time will not be extended.� If an Offeror with an opportunity to respond does not do so within the time stated, that Offeror may not be considered, regardless of the evaluation of the rest of that Offeror�s submission.� USAF will not evaluate rejected Submissions. 6.1.10 Submissions. Offerors interested in the Project should transmit a Submission in accordance with and meeting the following requirements: (TBD) 6.1.10.1� Submissions shall be valid for� ____ days. �6.1.10.2 A Submission shall consist of Volumes 1 and 2. Each volume submitted in a binder.� All binders shall be marked with the OTL Number (reference OTL Title Page).� Every page in the Submission shall have the Submission Number, the Part number, and the consecutive page number (using Arabic numerals 1, 2, 3). 6.1.10.3 Offerors shall submit the following copies for a Submission:� 1 original, 4 hard copies, and 1 electronic copy for each volume. Each volume to include the below content as per Table 1 in the specified order.� � Table 1 Volume Content Page Limit 1 Table of Contents Contractor Information � - Letter of Intent -POCs authorized to bind company������������������������������������������������������ ��������������������������������-Submittal Valid through date ��������������������������������������������������������������������������������������-Acknowledgement/acceptance to comply with paragraph 6.1.5 of OTL - (TBD) - No limit 2 Table of Contents (References all Minimum Requirements and corresponding Factors/Subfactors � OTL paragraph 6.1.11) Technical Submission ���� Tab A - Factor 1 � Management / Team Experience ���� Tab B - Factor 2 � Financial Capacity ���� Tab C - Factor 3 � Exchange for Cash, In-Kind Consideration, ������������������������������������������������������Additional In-Kind Considerations (Enhancements) ���������������������������������� (for each site and total) � ���������������������������������� Site 1 ���������������������������������� Site 2 ���������������������������������� Site 3 ���������������������������������� Site 4 ���������������������������������� Site 5 ���������������������������������� Total� ���� Tab D - Factor 4 � Description of Installation of Infrastructure (for each site) ���������������������������������� Site 1 ���������������������������������� Site 2 ���������������������������������� Site 3 ���������������������������������� Site 4 ���������������������������������� Site 5 Factor 1 � 3 pages Factor 2 � 5 pages Factor 3 � X pages Factor 4 � X pages� Note:� Any pages exceeding the page limits in Table 1 will be destroyed and not evaluated.� The drawings, maps, layouts do not count against the page limits. In addition, supporting data, such as resumes, financial statements, and cost estimates that are attached/appended to the Offeror�s Submission do not count against the page limits indicated in Table 1.� However, if any part of such supporting data is included within the text of the Submission, such text does count against the page limits. 6.1.10.4 Submissions Delivery/Place and Manner of Transmission. 6.1.10.4.1 Offerors shall transmit their Submissions and amendments, as applicable, in sealed envelopes or packages addressed to the office specified below.� Offerors shall also show the time specified for receipt, the OTL number, and the Offeror�s name and address. Submissions must be delivered by postal mail, courier, FedEx, UPS, or hand delivered.� Postal mail or courier submissions must be delivered to the following address: (TBD) Attn: ___________ ______ 6.1.10.4.2 Except for the one (1) electronic copy of the Offeror�s Submission required to be transmitted, no other format will be accepted, including telegraphic or facsimile transmissions of the Offeror�s Submission.� Such non-conforming submissions will not be considered. 6.1.10.4.3 The electronic copies of the Submission shall be submitted on a CD-ROM or DVD, in a protective sleeve.� AF network systems do not accept USB drives as a form of transmission.� The electronic copy file size must be no larger than 2GB. �Each disk and protective sleeve shall be clearly marked with the OTL Number, contents/title, and the Offeror�s name.� All disks shall be included with the hard copies.� The information submitted must be checked and determined to be virus-free prior to submission.� The electronic submittals shall be compatible with the following equipment and software products: Intel/AMD processor compatible PCs Microsoft Office 2010 (Excel, Word, PowerPoint) Adobe Acrobat Pro 11.0 6.1.10.4.4 The electronic copy of the Submission shall be an exact duplicate of the original paper Submission.� MS Excel spreadsheets, as applicable, shall be transmitted in a format that allows all formulas within the spreadsheet to be reviewed and manipulated.� However, if there are discrepancies between the electronic Submission and the original paper Submission, the paper original shall be deemed to govern. 6.1.10.5. �Time and Date of Transmission. 6.1.10.5.1� Submissions must be received by __________ (the �Closing Time�). Submissions received after the Closing Time will not be considered and will be returned to the Offeror. 6.1.10.5.2 Questions regarding this OTL may be submitted in writing by emailing ______ by _______.� Responses will be provided by either an amendment to the OTL or through a posting on the OTL website, which can be accessed at the following location: www.FedBizOps.gov.� After _______, questions may not be considered. 6.1.10.5.3 All Government communication regarding this OTL shall be from the ___________. 6.1.11 Submission Format and Content. Offerors shall transmit one original, four copies and one electronic copy of the Offeror's Submission. (Refer to Table 1 for page limits.)� The Submission should be indexed into separate Tabs for each site and include the required information, as follows: Tab A � Factor 1: Management / Team Experience Submit information describing the unique qualification of the Offeror9s) for the lease.� Include proof of Federal Communication Commission (FCC) licensure to provide wireless telecommunication service.� Provide an organization chart showing the design team, the Prime Contractor and each sub-contractor.� For each firm involved, list the Principal-in-Charge, the Project Manager, and other support personnel.� Also include a list of all equipment suppliers to be utilized. Provide a list and description of _(how many)___similar project experience (especially on a Military reservation) for the Prime Contractor in the last three years.� The listed projects shall be of similar size, scope and complexity in order to demonstrate the contractor�s capability to design and manage comparable projects, follow project schedules, solve signal coverage problems or associated troubleshooting in a timely fashion, and recruit /retain multiple carrier participation.� The following information should be provided:� Name of Project and Location Location owner POC, address/email/phone General scope and dollar value of project Period of performance Principal or Project Manager in charge List of multiple carrier participation / agreements Tab B � Factor 2 - Financial Capability Describe how the project will be financed and provide clear evidence of available funds for this project including but not limited to:� anticipated revenue sharing plans (including annual escalation, cost schedules, carrier contracts, etc.). Projected revenue s shall be carried through the 5 year lease term.� Tab C � Factor 3 � Exchange for Cash (to include subleases), In-Kind Consideration, and Additional In-Kind Considerations (Enhancements) The revenue proposal may be in the form of a fixed monthly amount as well as the proposed percentage of the lease the government will receive.� The minimum acceptable review proposal will contain a monthly lease fee to be paid to the government for the land use, plus revenue obtained from the tenants occupying the equipment.� The proposal should demonstrate maximize revenue to the Government from tower operations. ...
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/2b83ca14447943e3bc5f2356c7dd3518/view)
- Record
- SN05656869-F 20200515/200513230200 (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 |