SPECIAL NOTICE
99 -- MacDill AFB - 5G Cellular Upgrade
- Notice Date
- 6/26/2020 9:43:58 AM
- Notice Type
- Special Notice
- Contracting Office
- FA4814 6 CONS PK TAMPA FL 33621-5119 USA
- ZIP Code
- 33621-5119
- Solicitation Number
- FA481420TF092
- Response Due
- 7/9/2020 8:00:00 AM
- Archive Date
- 07/24/2020
- Point of Contact
- Michael Terranova, Phone: 8138287483, Kevin Kish
- E-Mail Address
-
michael.terranova.5@us.af.mil, kevin.kish.1@us.af.mil
(michael.terranova.5@us.af.mil, kevin.kish.1@us.af.mil)
- Description
- � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � Source Sought SOURCES SOUGHT:� THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION This notice does not constitute a commitment by the Government.� All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. MacDill Air Force Base anticipates a lease for purposes of designing, constructing, installing, operating and maintaining wireless telecommunication equipment used to eliminate dead zones or gaps in reception and demonstrates an ability to improve cellular voice/data service on the Installation. Offeror will finalize plans for development, management, and operation of the Project in a manner that is acceptable to the Government. PROJECT CONCEPT: The Real Property Office is conducting market research to identify firms interested in leasing sufficient space for installation of a small cell network and associated support equipment.� The purpose of the lease is to design and install a system for MacDill AFB cellular users consisting of a central hub location linking a system of strategically placed outdoor antennae locations (or nodes) to provide carriers with coverage to specific areas within the base not adequately covered by existing macro-cell sites.� Nodes will be, when feasible, placed on existing street lights, utility poles, or other approved existing vertical structures (i.e., buildings).� This notice is to determine commercial interest in entering into a lease for antenna space and support equipment to meet MacDill AFB cellular improvement requirements. Summary of the outgrant terms and conditions: Lease period will be for a term of five (5) years.� Cost of Property lease will be at a minimum equal to fair market value.� Grantee must meet all conditions in the attached lease template (Attachment 1).� Lease will be at no cost to the United States Air Force.� Grantee will be responsible for all administrative associated lease costs. Grantee will also be responsible for all costs associated with conducting a fair market value appraisal and preparation of an environmental baseline survey and any other environmental due diligence requirements including compliance with the National Environmental Policy Act (NEPA). MacDill AFB Cellular Improvement Requirements:� To improve cellular coverage and capacity throughout the MacDill AFB geographic area by means of adding outdoor macro antenna sites, or a network of spatially separated antenna nodes, connected to a head end facility via fiber optic transport medium.� The antennas/nodes must meet FAA height restrictions and will be obscured, or be designed to match the appearance of the surrounding areas to the maximum extent possible.�� The system will be a neutral host venue, owned by an FCC licensed wireless carrier.� The system will be multi-carrier capable and able to accommodate up to 4 wireless carriers.� The system will provide high capacity Long-Term Evolution (LTE) throughput to wireless cellular users.� It will be designed to provide 4 WAY multiple input/multiple output (MIMO) LTE signal strength of ?70dbm or better.� The system will maximize usable voice and data coverage both outside and inside of base facilities. The system will be designed, constructed and operated at no cost to the United States Air Force or Federal Government. The approved system will adhere to facility excellence standards for aesthetics and be capable of supporting future cellular technology upgrades without the need for additional construction.� The provider will agree to allow up to 3 additional FCC licensed carriers to utilize the system to transmit and receive those carriers� signals on a not-for-profit basis.� Costs to access the system will be passed on to other participating FCC licensed wireless carriers, without markup, on a proportional basis.� Those costs shall be limited to the cost to design, construct, maintain, update and operate the system.� The Grantee shall obtain any necessary financing, and design, construct, operate, maintain and manage the Project for the lease term. The property is located on a Department of Defense military installation which includes an operational runway. Mission related noise, frequency spectrum regulation and security requirements can be expected. All proposed equipment must be submitted for review and approval by the (your Wing) Communications Squadron, (your Wing) Civil Engineer Squadron and (your Wing) Safety.� Grantee will be responsible for all costs associated with an Electromagnetic Environmental Effects Analysis by the Defense Information Systems Agency Defense Spectrum Organization Joint Spectrum Center. At the completion of the lease, the Air Force has complete discretion in granting a renewal and can consider, by way of example and not by way of limitation, the past practices of grantee on the Installation, the timeliness of grantee's request for renewal relative to requests by other entities for similar leases and the changing communications requirements of the government. Interested parties shall submit a statement of capability, small cell network conceptual solution, and one or more past performance reference demonstrating ability to meet MacDill AFB Cellular Improvement Requirements as outlined above.� Responses to this notice will not be returned.� The Government will review information submitted in response to this notice to determine interest and capability and may select a firm to prepare a formal proposal for the purpose of negotiating a lease agreement. If more than one response is received, a panel of Government representatives will determine the highest qualified entity per Attachment 1, 2 and 3. The Government will not reimburse costs of preparing responses to this notice. RESPONSES: Interested offerors must respond electronically to the following e-mail address:� michael.terranova.5@us.af.mil and kevin.kish.1@us.af.mil.� All interested parties must provide a capabilities statements and points of contact for future consideration for this project. Please see attachments for full requirement. *QUESTIONS ARE DUE NO LATER THAN 1100 1 JULY 2020* ***RESPONSES ARE DUE NO LATER THAN 1100 9 JULY 2020***
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/252264aca7c8499ea379eaacf18a5bc3/view)
- Place of Performance
- Address: Tampa, FL 33621, USA
- Zip Code: 33621
- Country: USA
- Zip Code: 33621
- Record
- SN05704370-F 20200628/200626230147 (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 |