Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 11, 2014 FBO #4612
SOLICITATION NOTICE

D -- Combined/Synopsis Solicitation 2014 BM - MICROWAVE IP NETWORK

Notice Date
7/9/2014
 
Notice Type
Presolicitation
 
NAICS
517919 — All Other Telecommunications
 
Contracting Office
BLM WO-OFFICE DIV BUS RSRCS(WO850)1849 C ST. NW RM 1075 LSWASHINGTONDC20036US
 
ZIP Code
00000
 
Solicitation Number
L14PS00757
 
Response Due
7/22/2014
 
Archive Date
8/21/2014
 
Point of Contact
Andrea J Ramos
 
E-Mail Address
aramos@blm.gov
(aramos@blm.gov)
 
Small Business Set-Aside
N/A
 
Description
Required equipment, services, tasks and responsibilities of the contractor shall consist of the following: 1.Internet over microwave at ICP, 15 Mbps bi-directional (minimum): Contractor must provide internet service which will be sent to ICP via microwave transmission, encrypted with FIPS140-2 compliant AES 256k encryption at licensed frequency prevent interference and interception. VoIP phone lines, phones and fax lines will be included. Fax machines not included. Includes all necessary public and private IP addressing. Microwave internet connection will be backed up by 3 Mbps (minimum) satellite (or secondary microwave) IP connection. 2.BLM only Wi-Fi access at ICP: Contractor must provide Wi-Fi network to provide coverage of the ICP. Hidden and password protected SSID allows only BLM personnel to access the Wi-Fi network. Wi-Fi network may or may not use MAC address control. MAC address control is not desirable due to the temporary nature of this network and event. 3.Three (3) Verizon Wireless cell signal extender(s): Contractor to provide BLM cell service at ICP over the microwave IP network. Each unit must be capable of 6 simultaneous cellular telephone calls. The three (3) extenders must allow for 18 simultaneous cellular phone calls at ICP. Contractor must manage access list of cellular device subscribers from BLM. Contractor must be able to manage and adjust access list during event to add cellular device subscribers as needed throughout the event duration. 4.BLM only access Wi-Fi extended to center camp: Contractor shall extend the internet from ICP to the law enforcement substation near center camp. Wi-Fi speed and connection will be subject to the end user's device antenna gain. Signal should provide for approximately 450 meter range for cell phone Wi-Fi access. 5.Four (4) DirecTV or dish receivers (minimum): Contractor shall provide hardware, setup, configuration and account service to allow for use of four DirecTV or dish network receivers at the ICP and or substation. Contractor shall set up and make operational the systems at locations at the ICP to be determined on site at the event at the time of the event. 6.Contract personnel must arrive on site at the location on Thursday, August 14, 2014 and begin set-up and testing, no later than 13:00 hours. 7.System must be built, deployed, tested and operational by Monday, August 18, 2014 at 23:59 hours. 8.Contractor must have dedicated technical support on-site during the entire performance period. Contractor must have dedicated technical support personnel available to respond within 15 minutes in the event of network failure. 9.Contractor must provide a High Availability Network (5-9s or 99.999% per year / or 99.5% per 24 hours). System High Availability is required from 08/19/2014 00:01 hours through 09/05/2014 23:59 hours. 10.Contractor must provide network bandwidth which is dedicated and must not be shared with other clients. Minimum bandwidth requirement is 4.5 Mbps bidirectional. 11.Contractor must provide a microwave system which is fully licensed at all locations to prevent interference / interception. Contractor is responsible for any and all costs and/or fees for licensing. 12.Weather including wind, dust and rain are common at the location. The network must be capable of operation regardless of weather conditions. 13.Contractor must provide a full contingency / failover option at the location. Contingency / failover must be readily deployed in standby mode at all times during the performance period. Contingency / failover must be automatically deployed in the event of know primary system outage or failure. 14.Contractor must provide a minimum of twenty one (21) Voice over IP (VOIP) telephone circuits or lines which must be capable of operating simultaneously and have individually assigned telephone numbers. The contractor shall provide a minimum of twenty one (21) telephone handsets, setup installed and maintained. 15.Contractor must provide a minimum of five (5) fax over IP data circuits or lines which must be capable of operating simultaneously. 16.Contractor is encouraged to provide Pan Tilt Zoom (PTZ) IP Cameras for pilot testing at ICP and/or substation. 17.It is a requirement for this contractor to work collaboratively and cooperatively with additional contractors, vendors, federal, state, local agencies during the performance period both at the location and at off-site locations if necessary. 18.The contractor shall provide all system design and pre-event engineering. The contractor shall provide a detailed written plan and technical drawing and furnish it to the BLM Project Lead as soon as possible after contract award, but no later than August 1, 2014 17:00 hours. 19.The contractor shall provide a temperature controlled environment for all indoor system electronics. 20.The contractor shall provide a relatively dust free / dust controlled environment for all indoor system electronics. 21.The contractor shall be responsible for lodging of contractor personnel on-site through the use of a contractor furnished RV or camper trailer. The government will provide space for parking and power, potable water and sewage service. 22.The contractor shall be responsible for food and beverages for contractor personnel from August 14th through August 17th. Government catering service will begin on August 18, 2014 23.The contractor shall provide any on-site transportation needed for contractor personnel and contractor equipment at the location during the performance period. 24.The contractor shall be responsible for all transportation of all contractor personnel and contractor equipment to and from the event. 25.The contractor shall be responsible for all power for remote repeater locations and/or any part of the network which is not at the ICP or in Black Rock City. 26.If the contractor chooses to use solar power at remote repeater locations, the system must be engineered to include an uninterruptible power supply (UPS) capable of maintaining the system at High Availability. 27.The contractor is encouraged to engineer the network to include an uninterruptible power supply (UPS) at the ICP and the substation. 28.The contractor shall be available to participate in pre-coordination meetings by telephone or video teleconference. OCCUPATION / OCCUPATION CODE(s): http://www.bls.gov/soc/ 15-1152 Computer Network Support Specialists 49-2021 Radio, Cellular, and Tower Equipment Installers and Repairers SPECIAL REQUIREMENTS: The microwave network will require a network to be built over long distances in a remote geographic area, which typically involves placing repeaters on mountain peaks or ridgelines. The contractor will be required to gain access to remote, rugged terrain of their choosing in order to build a functional network. Much of the land in this geographic area is under the administration and management of the United States Department of the Interior, Bureau of Land Management (BLM.) If the contractor selects repeater locations which are on lands administered and managed by BLM, BLM will grant the contractor any necessary temporary authorizations which may be needed to access or use those locations. No authorization shall be granted in violation of laws or regulations. If the contractor selects repeater locations which are not on lands administered and managed by BLM, such as privately owned, tribal or other lands, the contractor is responsible for obtaining any necessary authorizations which may be needed to access or use those locations. The contractor is responsible for any costs or fees necessary to access these locations or obtain agreements to use these locations. The contractor shall be responsible for any specialized vehicles or equipment needed to access remote locations or install equipment at these locations. GOVERNMENT FURNISHED REQUIREMENTS: The tasks and responsibilities of the government shall consist of the following: 1.Provide onsite parking for contractor furnished RV or camper trailer. 2.Provide electrical power to the contractor furnished RV or camper trailer. 3.Provide electrical power to the contractor electrical equipment for the IP network. 4.Provide food and beverages for the contractor through catering service from August 18 through September 5. a.Meals will be served three times per day at regular intervals. b.Meals will be provided for no more than three contractor personnel. 5.Provide water fill service through an on-site contractor. 6.Provide sewage pump out service through an on-site contractor. ACKNOWLEDGEMENTS: The government acknowledges the network at the ICP and within Black Rock City is dependent on power provided by the government and/or another contractor to the government. The contractor will not be responsible for system outages or failures which are caused by lack of power or power inadequacies. The contractor is responsible for providing power requirements for the location to the government in advance of the performance period, but not later than August 1, 2014.  LOCATION: BLM 2014 Burning Man Incident Command Post (ICP) Black Rock Desert near Gerlach, NV (Pershing County, Nevada) N 40.905729 -119.029999 W It is expected that the network will require infrastructure placement in multiple locations possibly in multiple counties, in order to deliver service to the above location. PERIOD OF PERFORMANCE: August 14, 2014 through September 5, 2014. (21 Days) Quotes should be submitted by email to aramos@blm.gov by 07/22/2014 10:00 am MST
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/UT/L14PS00757/listing.html)
 
Record
SN03419539-W 20140711/140710023249-eeeb8ba2ca5cbada3eb524424c7656b4 (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 |
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.