Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 29, 2023 SAM #7733
SPECIAL NOTICE

60 -- Request for Information (RFI)-Army Test and Evaluation Command (ATEC) Fiber Optic Installation

Notice Date
1/27/2023 7:16:01 AM
 
Notice Type
Special Notice
 
NAICS
335921 — Fiber Optic Cable Manufacturing
 
Contracting Office
W6QK ACC-ORLANDO ORLANDO FL 32826-3224 USA
 
ZIP Code
32826-3224
 
Solicitation Number
W900KK-23-RFI-ATECFM
 
Response Due
2/10/2023 2:00:00 PM
 
Archive Date
02/11/2023
 
Point of Contact
Constance K Hastings, Bobby Arora
 
E-Mail Address
constance.k.hastings.civ@army.mil, bobby.arora.civ@army.mil
(constance.k.hastings.civ@army.mil, bobby.arora.civ@army.mil)
 
Description
ATEC FIBER MODERNIZATION (AFM)�AND RELATED TEST INSTRUMENTATION TECHNOLOGIES FOR�YUMA TEST CENTER (YTC), ABERDEEN TEST CENTER (ATC), AND�ELECTRONIC PROVING GROUND (EPG) 1.� �SCOPE:�This Scope and Intent defines the general work required for the fiber-optic modernization effort, including related test instrumentation technologies, necessary to support the excavation and installation of fiber infrastructure for the U.S. Army Test and Evaluation Command (ATEC) Fiber Modernization (AFM) project. The locations targeted for the fiber modernization include, but are not limited to the enterprise networks at ATEC Test Centers: Yuma Test Center (YTC) located in Yuma Proving Ground (YPG), AZ; Aberdeen Test Center (ATC) located in Aberdeen Proving Ground (APG), MD; and Electronic Proving Ground (EPG) located in Fort Huachuca, AZ. 1.1� Background:�Program Manager Cyber, Test, and Training (PM CT2), Instrumentation�Management Office (IMO) has a requirement from ATEC to upgrade the existing fiber infrastructure at critically identified and prioritized locations at YTC, ATC, and EPG. PM CT2 will modernize the test network, including fiber and other test instrumentation technologies and ancillary support requirements, at these locations by utilizing a systems engineering approach for providing a standardized enterprise architecture capable of meeting current and future operational mission needs. A site survey and technical analysis was conducted at YTC, ATC, and EPG to determine the �as is� test network baseline for each test center. This analysis will provide the baseline to plan and implement the network infrastructure upgrades and other modernization requirements. 2.� �REQUIREMENTS:�The Contractor shall support the requirements as specified utilizing previously completed site surveys, technical analysis, current needs assessments, systems engineering products, and the specifications from the Integrated Product Team (IPT) collaborations to implement the design and installation of the fiber optics at ATC, YTC, and EPG. This includes identifying related test instrumentation technologies and other ancillary support requirements necessary to support modernization efforts at each location. This documentation and data will address the unique fiber infrastructure requirements to include redundancy from the core to distribution switches and edge devices for the AFM effort. 2.1� General:�The Contractor shall obtain authorization and permissions necessary from the Test Center and Information Management (IM) personnel to gain network and physical access to the Test Center�s fiber networks and other areas necessary for installation. The Contractor shall coordinate with the Directorate of Public Works (DPW), IM, and other stakeholders to ensure proper permits, permissions, and utility markings are acquired prior to any excavations. The Contractor shall identify and provide any specialized tools and or equipment (to include but not be limited to the following: fiber trailer, truck, bucket truck, trencher, and boring machine, and other related test instrumentation technologies) required to install the new fiber-optic infrastructure. The Contractor shall work with the Test Center representatives to develop and execute an implementation plan based on the Test Center�s testing schedules. The Contractor shall work with the Test Center Range Operations - IM representatives to minimize network operational down time and operational impacts while implementing the fiber installations. 2.2� Program Management:�The Contractor shall provide the overall management and administrative efforts necessary to ensure that the requirements of this contract are accomplished. The Contractor shall plan, implement, and maintain a management process to minimize the cost of the installation of the fiber- optic infrastructure. The Contractor shall provide status for all project-related excavation and fiber installation activities. 2.2.1� Integrated Master Schedule (IMS):�The Contractor shall develop, implement, manage, update, and maintain the contract IMS. All contract schedule information delivered or presented at program reviews shall originate from the IMS and shall contain all critical events, accomplishments, predecessor and successor events, and their dependencies. The IMS shall address total program activities including activities performed by major subcontractors. The Contractor shall accurately portray the sequence and relationship of activities defining the excavation and fiber installation activities. The Contractor shall conduct critical path analysis of the tasks and identify problem areas and corrective actions required to eliminate or reduce schedule impacts. 2.2.2� Financial Management:�The Contractor shall plan, budget, schedule, and control the resources allocated to meet the requirements of the contract. The Contractor shall document and track the status of all appropriated funds associated with the contract to include payments, cancellations, and invoices against each contract line item and subline item. The Contractor Work Breakdown Structure (CWBS) shall serve as the framework for contract planning, budgeting, and reporting of cost and schedule status. The Contractor shall accurately portray and record to the CWBS the sequence and relationship of activities defining the excavation and fiber installation activities. Time and cost data shall be updated to reflect accomplished activities and any changes in activity time and cost estimates. The Contractor shall identify major elements of subcontracted work in the CWBS. The Contractor shall continually update the integrated database during contract performance with pertinent records and data that underlie and support the cost and schedule data reported. The Contractor shall integrate cost, schedule, and performance management information. 2.2.3� Risk Management:�The Contractor shall prepare, implement, and maintain a risk management process that includes identification, analysis, mitigation planning, mitigation plan implementation, and tracking. The Contractor�s risk management process shall measure future uncertainties in achieving program goals within defined cost, schedule, and performance constraints. The Government team consulted with all Government cybersecurity stakeholders with respect to AFM and concluded that, since there are no Information Assurance/Information Technology (IA/IT) enabled devices being procured and because we are only replacing the fiber infrastructure, there are no Risk Management Framework (RMF)/Cybersecurity considerations/ramifications under this effort. 2.2.4� Technical Data Package:�The Contractor shall develop a technical data package, per MIL-STD-31000, which documents and minimally includes surveys, designs, utility maps, engineering-level as-built documentation/schematics, and test results. The utility maps shall include fiber layout; number and directional path of conduits; link lengths; and GPS locations of handholes, pedestals, and splice locations. The Contractor shall disclose complete design and logistics specifications, and the means of measuring compliance with the requirements of the Performance Specification. The Contractor shall identify the components and assemblies that are procured from outside vendors and provide technical data and analysis for those items. The Contractor shall provide commercially available product drawings and associated lists of the completed systems. 2.2.5� Test and Evaluation (T&E):�The Contractor shall plan, coordinate, establish, and implement a T&E evaluation process to verify fiber performance and to establish a new performance baseline for the modernized fiber infrastructure at the respective Test Center. In general, the test process shall consist of two primary areas, namely, (1) verification of fiber measurements on-site and prior to installation, and (2) testing of fiber loop characteristics after installation. In addition, the Contractor shall prepare test procedures/test plan to the Government at least 30 calendar days prior to the start of any testing. This document shall describe the methodology and steps to be used in testing the fiber, shall describe the expected outcome (acceptance criteria ranges or values with respect to the applicable Key Performance Parameter (KPP)) for each test, and shall provide space for noting any discrepancies and witness signatures. The Contractor shall develop and track a test schedule prior to the start of excavation and fiber installation. The testing shall be monitored and witnessed by the Government technical staff. The Contractor shall document any engineering analysis, performance baseline data, and performance and quality control checks in a final report to the Government. **Performance Specifications for listed locations available upon request for interested parties**
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/41498b6d9812424bb031b3c5fa9b736a/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06575374-F 20230129/230127230101 (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.