SOLICITATION NOTICE
D -- Fiber Optic Cable
- Notice Date
- 5/8/2006
- Notice Type
- Solicitation Notice
- NAICS
- 517910
— Other Telecommunications
- Contracting Office
- Library of Congress, Contracts Services, Contracts Section, 101 Independence Ave SE LA-325, Washington, DC, 20540-9411
- ZIP Code
- 20540-9411
- Solicitation Number
- ITS20060054
- Response Due
- 6/8/2006
- Description
- Document Type:****COMBINED****SYNOPSIS/SOLICITATION**** Number: LC07- ITS20060054 Posted Date: May 8, 2006 Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. A. Background: The Library of Congress consists of approximately 4,200 employees primarily located in three buildings on Capitol Hill in Washington, DC. The Library of Congress wishes to acquire dark fiber in order to extend the current DWDM network from the Manassas, VA location to the NAVCC facility at Culpeper, VA. The Library of Congress?s National Audio Visual Conservation Center (NAVCC) will support the preservation and digitization of the national copyright collection of films, television, radio, and recorded sound. The NAVCC is located at 19053 Mt. Pony Road in Culpeper, VA. Dense Wavelength Division Multiplexing (DWDM) is a scalable optical technology that enables multi-gigabit transmission of diverse protocols. The Library of Congress operates an existing DWDM network between its Madison Building on Capitol Hill in Washington DC, and a facility in Manassas, VA. Its architecture reliably facilitates the cost effective support of new protocols and services. B. Scope of Work: The Library of Congress intends to connect two of their sites using a dark fiber service. The two locations are, NAVCC Location 19053 Mt. Pony Road Culpeper, VA 22701 and Manassas Location 9050 Wellington Road Manassas, VA 20109. Bidders should propose one fiber route between the two sites. Two strands of fiber are required. The bidder shall provide a dark fiber service with at least two optical fiber strands between the Manassas and Culpeper locations. The bidder shall include planning, permitting, design, and build-out costs to connect between the designated demarcation vaults at Manassas and Culpeper sites. The bidder shall pull building fiber laterals between the designated fiber termination rooms and the demarcation vaults. The fiber cables shall meet current National Electric Code (NEC) specifications for OSP/ISP fiber. All intermediate connections along the fiber path will be connected by fusion splice. No mechanical splices will be permitted. The fiber end point demarcations shall be terminated on UPC / SC type single mode fiber connectors. The bidder shall provide a fiber route that facilitates access to at least one local exchange or central office point of presence in or close to Culpeper or Manassas. The quotation shall include all necessary non-recurring and recurring costs, including but not limited to planning, permitting, engineering design, build-out and lease costs. The fiber provider must specify the general characteristics of the fiber. Only single-mode fiber will be used. The preferred fiber type is ITU-T G.655, non-zero dispersion shifted fiber for all links, because this fiber-optic network will carry DWDM traffic. This type of fiber helps alleviate chromatic dispersion and four wave mixing issues. If the preferred fiber type is not available, ITU-T G.652, dispersion un-shifted fiber will be considered. The fiber cable must meet the applicable standards for installation such as the National Electric Code, federal, state and local regulations, and ITU-T specifications. In addition, the following criteria must be met, specified in Table 1 (DOWNLOAD ATTACHEMENT) C. Government Furnished Property: The Library of Congress will furnish conduit paths between the demarcation vault and the designated fiber termination rooms, at both Manassas and Culpeper locations. D. Performance Requirements: The Contractor shall furnish all personnel and include all costs associated with the performance of this contract, including but not limited to, labor, supervision, administration, and other services that may be necessary during the performance of this contract. E. Delivery Requirements: The Contractor shall meet with the Contracting Officer?s Technical Representative (COTR) within five days after notice of award to review and clarify any areas of the Statement of Work (SOW). F. Contractor Performance Standards: Dark fiber services shall comply with the following standards, as applicable: Electronic Industry Alliance/Telecommunications Industry Association (EIA/TIA) EIA/TIA-559, Single Mode Fiber Optic System Transmission Design, Optical Fiber System Test Procedures (OFSTPs) including: OFSTP-2, Effective Transmitter Output Power Coupled into Single Mode Fiber Optic Cable, OFSTP-3, Fiber Optic Terminal Receiver Sensitivity and Maximum Receiver Input OFSTP-7, Measurement of Optical Power Loss of Installed Single-Mode Fiber Cable Plant, OFSTP-14, Measurement of Optical Power Loss of Installed Multi-Mode Fiber Cable Plant, OFSTP-10, Measurement of Dispersion Power Penalty in Single Mode Systems, OFSTP-11, Measurement of Single Reflection Power Penalty for Fiber Optic Terminal Equipment. Telcordia Standards: GR-20-CORE, Generic Requirements for Optical Fiber and Optical Fiber Cable, GR-63-CORE, Network Equipment-Building System (NEBS), Generic Equipment Requirements, GR-253-CORE, Synchronous Optical Network (SONET) Transport Systems: Common Criteria Physical Layer, GR-326-CORE, Generic Requirements for Single Mode Connectors and Jumper Assemblies, American National Standards Institute (ANSI) Z136.2-1998, American National Standard for the Safe Use of Optical Fiber Communications Systems Utilizing Laser Diode and LED Sources, International Engineering Consortium (IEC), IEC 825-1, Safety of Laser Products, Part 1: Equipment classification, requirements and user?s guide, First Edition, 1993-11, IEC 825-2, Safety of Laser Products, Part 2: Safety of optical fiber communications systems, First Edition, 1993-09, Code of Federal Regulations (CFR) 21 CFR 1040, Performance Standard for Laser Products, International Telecommunications Union (ITU-T)**ITU-T G.655 (10/2000)**ITU-T G.652 (10/2000)**ITU-T G.694.1**ITU-T K.25 (02/2000)**ITU-T L.35 (10/1998). Regulations and Permits ? The contractor shall be responsible for all permits, easements, and rights of way. The contractor shall be responsible for complying with local government regulations. All new versions, amendments, and modifications to the above documents and standards will be made available, as they become applicable. Specific documentation will be required before acceptance of new and existing fiber. This includes: Fiber-optic cable specifications: Manufacturer, Type, Size, Pigtail traces, OTDR bi-direction traces to illustrate splice data. This includes Individual splice losses, Bi-directional back reflectance, Bi-directional power loss test results at 1310 and 1550 nm. In addition, chromatic dispersion tests may be required. The Library of Congress will have the right to test independently the as-built fiber characteristics prior to acceptance. The fiber provider must detail all plans for fiber monitoring, as well as plans to prevent fiber breaks and failures. The plan should cover tracking any planned construction in the area of the bidder?s fiber. The routes should be registered with a construction service (e.g. Miss Utility) so that the provider is notified any time construction will be done along any of the fiber routes of the provider. When a third party is engaged in construction along the fiber route, the provider should send a representative to the construction zone, in order to assure that the fiber is not disturbed. The cost of maintenance must be included within the bidder?s quote. Bidder should include both regular and emergency repair costs. The dark fiber service will meet the specifications detailed in Table 2 (DOWNLOAD ATTACHEMENT) Response time is the time taken to detect a failure, provide a diagnosis to the Library of Congress, and specify a plan of action for problem resolution. Restoration time is the time taken by the contractor to repair service degradations or cable failures. Service degradation takes place when the transmission quality falls below the level of the transmission design. In accordance with GR-253 the maximum allowable time to restore BER to an acceptable level is 10,000 seconds, or 167 minutes. Government gating time is 30 days, which represents 0.4% of the monitoring time. Cable failures occur when construction is taking place near where the conduits are buried or when for any reason fiber cables break. G. Inspection and Acceptance The dark fiber service will be tested by the Library of Congress in order to verify that it meets the performance specifications. In addition, the fiber provider will be required to demonstrate that the build meets standards, as required in the RFP, government specifications and those specified by the appropriate local government authorities. The Library of Congress requires at least twenty business days for fiber testing. The bidder will be required to provide full, escorted access to the fiber facility during this time. H. Preparation of Offers: Must follow the following response format: Part 1: Company Overview, Provide information regarding company history, officers, and fiscal health. Part 2: Dark Fiber Design, Provide the dark fiber and building entrance design for the proposed solution including Fiber Route Requirements, technical specifications Physical Plant Specifications, Acceptance Testing Monitoring, Maintenance and Prevention Restoration Include the following in the RFP response: Detailed fiber route maps of proposed fiber routes, Quantity of fiber and fiber type along the routes, Identification of above ground or buried fiber, Clearly marked fiber run distances, Clearly marked new fiber build required along the route, Splice enclosure type and locations along fiber route, Central office locations, Primary owner of the right-of-way. Government References: Provide a minimum of three government references for dark fiber deployments. Part 4: Price Quotation. Provide price quotation for a fiber pair, with a 20 year Indefeasible Right of Use (IRU). The quotation should include all necessary non-recurring and recurring costs, including but not limited to planning, permitting, engineering design, build-out, building entrance and lease costs. The quotation should include both regular and emergency maintenance costs for the fiber solution. Part 5: Additional Information Provide additional information that would be helpful in the evaluation. The bidder should state the assumptions built into the quote. The bidder should provide a high-level project management plan including client support, risk assessment and avoidance, and a resume of the project manager to be assigned. I. Instructions to Bidder: Electronic responses to the RFP must be delivered to Mr. Birchard Allen-Contracting Officer (via email to ball@loc.gov). Email submission is recommended. Electronic copies on CD ROM may be hand delivered to Mr. Birchard Allen-Contracts Officer, Library of Congress Office of Contracts and Grants Management, 101 Independence Avenue, S.E. Office# 325, Washington, D.C. 20540, phone number 202-707-8909. Proposals are due on or before June 8, 2006. Proposals received after the due date will not be accepted. J. Schedule: (DOWNLOAD ATTACHEMENT) All proposals must be received by the Library of Congress Contracts Officer, before noon on Thursday, June 8th, 2006. Bids received after this time may be rejected. Bidders who intend to respond to this RFP must indicate to the contacts officer by the date of the bidders? conference. After the bidders? conference, all questions and answers, including those submitted via email and those raised at the conference, will be published to all bidders. K. Evaluation Factors: The award will be based upon acceptable technical specifications and lowest price. Criterion 1. Meeting project installation timeline 2. Technical Specifications 3. Cost 4. Local experience with similar installations 5. Project Management and risk avoidance Notice to offerors: This is a full and open competitive procurement. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-07 dated February 2, 2006. The following FAR clauses apply to this solicitation, FAR 52.212-1, Instructions to Offerors ? Commercial, 52-212-2, Evaluation ? Commercial Items, and 52-212-3, Offeror Representations and Certifications ? Commercial Items, 52.212-4 Contract Terms and Conditions ? Commercial Items. 52.212-5 does not apply to this solicitation. Any questions regarding this solicitation must be submitted in writing to Birchard Allen via email at ball@loc.gov. The cut off date for questions is May 17, 2006. The Library reserves the right to award without discussions. All responsible sources may submit a proposal, which will be considered by the Library.
- Place of Performance
- Address: 19053 Mt. Pony Road, Culpeper, VA 22701, , 9050 Wellington Road, Manassas, VA 20109
- Country: United States
- Country: United States
- Record
- SN01044103-W 20060510/060508221124 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |