INSTALLATION OF FIBER OPTIC CABLE NETWORK
Agency: | DEPT OF DEFENSE |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159575735702469 |
Posted Date: | May 23, 2023 |
Due Date: | Jun 7, 2023 |
Solicitation No: | W911N2-23-R-0029 |
Source: | https://sam.gov/opp/fb0940b826... |
Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.
- Contract Opportunity Type: Sources Sought (Original)
- All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
- Original Published Date: May 23, 2023 02:39 pm EDT
- Original Response Date: Jun 07, 2023 01:00 pm EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date:
-
Initiative:
- None
- Original Set Aside:
- Product Service Code:
-
NAICS Code:
- 237130 - Power and Communication Line and Related Structures Construction
-
Place of Performance:
Chambersburg , PA 17201USA
5.0 Scope Of Work
5.1 Site Survey: The Contractor shall perform a site survey of the existing telecommunications
infrastructure to determine the sufficiency and accuracy of the Government specifications within
this document. The Contractor shall identify and provide discrepancies to the Technical Point of
Contact (TPOC). The Contractor shall correct minor discrepancies on Red-Line drawings. The
Contractor shall provide a total List of Materials (LOM) for the installation no later than 15
business days after completion of the survey, and no more than 45 calendar days after contract
award, to the TPOC for review and approval.
5.2 Fiber Optic Cable Installation
5.2.1 Materials And Labor: The Contractor shall supply all materials, equipment and labor for
the complete, turn-key installation of the FOC Network, and included documentation, to include,
but not limited to: poles, conduit, pathways, fiber optic ring and spur cable, fiber optic building
drop cable, splice enclosures, aerial fiber storage units, fiber optics patch panel (FOPP) complete
with splice trays and Lucent Connector (LC) style couplers at each building, racks, terminations
on all FOC ends, labeling and electronics.
5.2.2.1 The FOC shall be installed aerially via poles, except within the last 50-100 feet of
entering each building where the FOC shall be installed in existing or Contractor installed
conduit.
5.2.2.2 The smallest messenger strand used shall be 6.6M. No over-lashing of exiting
communications cables shall be allowed.
5.2.2.3 All guys and/or anchors for each messenger strand at each applicable location (cable
turns, wind loading, cable ends, etc.) shall be new. The down guy shall be sized to the next
larger strand. Yellow caution guards shall be added to all guys.
5.2.2.4 All outdoor connections shall be weatherproofed by using weather boots or other
approved methods. Any aerial entrances into building shall include a rain-drip loop. Conduit
sleeves placed through building walls shall be slanted downward towards the outside a minimum
of ½-inch per linear foot. All building entrances shall be waterproofed.
5.2.2.5 All new splice cases that contain conductive elements such as metallic sheaths, armor,
strength members, etc. shall be bonded to the grounding system. If no bonding ribbon or ground
rod exist, they shall be installed by the Contractor under this PD.
5.2.2.6 Any new required ground rods shall be 8-foot in length by 5/8-inch in diameter driven
into undisturbed soil. These shall be connected via a #6 solid copper wire fastened every 3-feet
to the pole from the messenger to the ground rod. Vertical grounds are required at a minimum
every 1000-feet and bonded to the neutral, where power exists on the pole.
5.2.3 Fiber Optic Cable Type: The FOC shall be Single Mode (SM) Ribbon style, outdoor
rated, installed with LC terminations and adhere to the characteristics in Table 1.
Table 1, Single-Mode Dual-Windowed FOC Characteristics
Function Parameters
Maximum Attenuation dB/km @ 1,310 nm *0.4
Maximum Attenuation dB/km @ 1,550 nm *0.3
Core Diameter Microns 8.3 (nominal)
Core Eccentricity Less than or equal to 1.0 micron
Cladding Diameter Microns 125 +/-2
Coating Diameter Microns 250 +/-2
Mode Field Diameter Microns 8.8 +/-0.5
Zero Dispersion Range 1310 +/-010 nm
Maximum Dispersion Range
3.2 ps/nm – km (range 1,285 to 1330 nm)
19 ps/nm – km (range 1,550 nm)
Refractive Index 0.37%
Operating Temperature, Outdoor FOC -40 to +70 degrees C
Operating Temperature, Indoor FOC -20 to +70 degrees C
Cable Tensile Load Rating 600 lb.
Cable Minimum Bending Radius
**15 x cable diameter under no load; 0-800 N
(0-180 lb.); 20 x cable diameter under load;
800-2,700 N (181-600 lb.)
*Building/Breakout Cables (Tight Buffer) - Maximum attenuations do not apply to tight
buffered, breakout-type cables. Maximum attenuation for tight buffered cable is 1.00 dB/km @
1,310 nm and 1.0 dB/km @ 1,550 dB/km.
**Building/Breakout Cables (Tight Buffer) - Tensile load rating and minimum bending radius do
not apply to tight buffered, breakout-type cables.
5.2.4 Fiber Optic Cable Terminations: All FOC shall be fusion spliced and packed in
weatherproof splice cases when joining backbone or building feed fibers. Factory produced
pigtails terminated with LC connectors shall be fusion spliced at each FOPP, equipped with
manufacturer matching splice trays. No mechanical splices or field installed connectors shall be
used. Fusion splices must have an insertion loss of 55 dB for loose
tube fiber or must have an insertion loss of 55 dB for ribbon fiber.
5.2.5 Fiber Optic Cable Strand Count: FOC strand counts shall be in accordance with Table 2,
Fiber Optic Cable Strand Counts.
5.2.6 Fiber Path Of Travel: The Contractor shall follow requirements listed in Table 2. The
Government will consider suggestions by the Contractor for any changes to the fiber path of
travel.
5.2.7 Splice Case Location: The Contractor shall at a minimum place a Splice Case with Fiber
Storage Units (FSU) according to Paragraph 11.0. Additional may be added as needed for
splicing sections of cable or as per applicable standards. The Government will consider
suggestions by the Contractor when joining more than one building at a Splice Case is
appropriate.
5.2.8 Additional Fiber Storage Unit Location: The Contractor shall at a minimum place
additional FSUs according to paragraph 12.0 for future expansion. The Government will
consider suggestions by the Contractor for additional locations.
5.2.8.1 FSUs shall be installed a minimum of three locations per mile of installed cable, each
with a minimum of 100-feet of slack per sheath.
5.2.8.2 FSUs shall be installed at each road crossing with a minimum of 100-feet of slack.
5.2.8.3 FSUs shall be installed at each splice location with a minimum of 100-feet of slack.
Loop splice (ring splice) method shall be used for all splices. Straight splicing shall be
performed at cable reel ends or locations where it is deemed too difficult to physically install the
cable.
5.2.9 Pole Installation: The Contractor shall be responsible for installing any new poles required
in performance of this contract.
5.2.9.1 Where required, old poles shall be removed, and new poles shall be installed by the
Contractor. All poles requiring replacement shall be marked by the Contractor using an agreed
upon marking standard. All pole replacements shall be approved by the TPOC in writing prior to
pole replacement.
5.2.9.2 The locations for any new poles shall be marked by the Contractor a minimum of thirty
calendar days prior to their installation. Locations shall be approved by the TPOC in writing
prior to poles being set.
5.2.9.3 The Contractor shall be solely responsible for contacting Pennsylvania One Call to have
possible existing utilities marked for all new pole locations prior to setting the pole.
5.2.9.4 Poles shall be at a minimum 50-3 poles, where the poles are 50-feet long and Class 3.
Changes in elevation, road crossings, railroad crossings or other circumstances may require
additional pole height.
5.2.9.5 Poles shall be Copper Chrome Arsenate (CCA) pressure treated.
5.2.9.6 Poles shall be installed at a depth of 10-percent of the pole length plus 2-feet. If pile
driving achieves required pole embedment depths, then no excavation into rock is necessary.
When poles must extend into bedrock, the Contractor is responsible for determining and
supplying appropriate methods and equipment to achieve required embedment depth as part of
this PD. All poles installed into bedrock shall have annular spaced grout for the entire
embedment depth, to the surface.
5.2.9.7 Guying is required at all dead-end locations and all angles over 1-degree. Guy lead
length shall be a minimum of 15-feet.
5.2.9.8 Pole spacing for all newly installed poles shall be a nominal 200-feet. Terrain, rail
crossings, rail dock crossings, road crossings or other circumstances may require alterations in
span length.
5.2.9.9 Attachment points for the FOC shall be a minimum of 22-feet above grade. If this height
is not possible, then the cabling shall be installed at no less than 40-inches below the existing
neutral and a minimum of 18-feet above grade. At locations where this height cannot be
achieved, the Contractor shall replace the pole so that a minimum of 22-feet above grade is
achievable.
5.2.9.10 All railroad cable crossings shall be at a minimum height of 30-feet above the railroad
tracks, measured from the top of the highest track. Poles shall be located a minimum of 15-feet
away from the closest rail.
5.2.9.11 Profiles of all railroad crossings and rail dock crossings shall be submitted to the TPOC
or AGR by the Contractor a minimum of thirty working days prior to installation of the poles, for
review and approval. Approval shall be provided by the TPOC in writing.
5.2.9.12 Tree and brush trimming or clearing, to include some timber removal, shall be
performed by the Contractor to provide a minimum of 15-feet of clearance from the FOC. All
brush shall be cleared below the FOC to a minimum of 20-feet wide clearing with the FOC
serving as the center line. There are no restrictions on time of year for trimming and clearing.
5.2.9.13 The Contractor shall supply all hardware for the poles to include, but not limited to,
anchors, support wires, clamps, ground systems, etc.
5.2.9.14 For any shared utility poles that need replacement, the Contractor shall be solely
responsible for coordination with the utility companies referenced on the poles.
5.2.9.15 Refer to paragraph 13.0 for approximate count of new poles needed.
5.2.10 Building Entry Cables: Those entries with a quantity listed in Column C (Strand Count
Out Of Main Loop to Bldg HDODF) in Table 2 shall have FOC entry cables installed per the
strand quantities listed in Columns D (Strand Count for Building Drop Cable). Those buildings
marked as NODE in Column F (Notes) shall have the entire main loop, both clockwise and
counterclockwise ends, terminated on high density frames in locations identified by the
Government.
5.2.10.1 Those buildings called out as Secondary in Column F (Notes) and called out in Column
G (New Cable To Secondary Building?) as NEW CABLE shall also be cabled with new FOC as
part of this SOW. This cable shall be installed from the High-Density Optical Distribution
Frame (HDODF) in the main building to each of the Secondary buildings. Currently, these
buildings do have FOC from other locations, which must stay in place and active. Column E
(Strand Count from Feeder Bldg HDODF to Secondary Bldg's) provides the strand quantity from
the primary building’s HDODF to the secondary building’s FOPP.
5.2.10.2 Loop 1, which is the main Loop, shall have four Nodes, labeled Loop 1 Node A-D on
Table 2, where all the FOC will terminate on HDODF’s to allow the Government to crossconnect
as required.
5.2.10.3 Spur 2 will be a tie cable that connects two buildings and be terminated in Contractor
supplied FOPP’s at both ends, in the existing wall cabinets. The primary building shall be fed
from Loop 1. The Government shall be responsible for cross-connecting from the new FOPP’s
to the existing.
5.2.10.4 Loop 3 shall feed the buildings outlined in Table 2. Each building shall have the FOC
terminated in a Contractor supplied FOPP in an existing rack or cabinet. Loop 3 shall be fed by
splicing into Loop 1 at two locations, to ensure Loop 3 has full redundant pathways within Loop
1. Each strand within Loop 3 will have a counterclockwise and clockwise strand within Loop 1.
5.2.10.5 Spur 4 shall be a tie cable between the Loop 3 Node and a secondary building. Each
end will terminate in a Contractor supplied FOPP in an existing cabinet or rack.
5.2.10.6 Spur 5 shall originate from the Contractor supplied FOPP in the secondary building
from Spur 4, with each building being fed as outlined in Table 2. Each building will have a
Contractor supplied FOPP installed in an existing cabinet or rack.
5.2.10.7 Spur 6 shall be split into a 48 strand and a 96-strand FOC as noted in Column F (Notes)
of Table 2, feeding each building as outlined.
5.2.11 Cable Entrances: The Contractor shall pull cable into each building from the final pole
through buried conduit where practical. The conduit need not enter the building underground but
must span the distance from the final pole to the outside wall of the building. The Contractor is
encouraged to utilize existing conduits, however, they do so at their own risk. If the Contractor
damages any currently installed cabling within an existing conduit, the Contractor is solely
responsible for correcting any damage within 4-hours of that damage, at the Contractors expense.
If the Contractor chooses to utilize the current conduits and finds any current conduit that is
obstructed, the Contractor shall replace that conduit as part of this SOW. The Contractor may
choose to install all new buried conduit if they wish as part of this SOW except where good spare
conduit that is empty and undamaged has been identified.
5.2.11.1 It shall be assumed that trenching will require excavation through competent bedrock.
Trenches shall be backfilled as described in section 7.0 Site Conditions.
5.2.11.2 Any new conduit that is installed shall be a minimum Schedule 80 rated Polyvinyl
Chloride Compound (PVC) and 4-inches in diameter. All material shall comply with National
Electrical Manufacturers Association (NEMA) Specification TC-2 (Conduit), TC-3 (Fittings),
UL 651 (Conduit) and UL 514B (Fittings). Installation of all above grade conduits located at
poles, buildings and other riser locations shall require a factory 90-degree steel sweep that shall
be installed a minimum of 6-inches above grade. Between the steel sweep and entrance into a
Government facility, the Contractor shall provide a steel conduit to a sized pull box or Ell-Back
(LB) connection. Core drilling shall include riser entrance interface diameter. All pole risers
shall require a minimum of 5-feet of steel U-guard above the steel sweep for additional
protection. Any road crossings shall have fully concrete encased (top, bottom and both sides)
Schedule 40 conduit, 4-inches in diameter. All conduits shall be buried to a minimum depth of
36-inches. The Contractor is solely responsible for contacting Pennsylvania One Call to ensure
any underground utilities are identified prior to any excavation. Any excavations, trenches or
road cuts shall be resurfaced to original conditions by the Contractor as part of this PD.
5.2.11.3 All new conduit shall be installed in accordance with references listed in section 3.2.
5.2.11.4 All new conduit shall be permanently affixed to the building and rise to a suitable entry
point where the contractor shall be responsible for making an entry point. The conduit shall
continue into the building where it is stubbed out just inside.
5.2.11.5 All entry points utilized by the Contractor, existing or new, shall be weather sealed
inside and out. Additionally, any internal wall penetrations shall be fire stopped.
5.2.11.6 Cable entrance FOC counts from pole to the FOPP or HDODF inside each building
shall be in accordance with Table 2. The column named Number of Strands Used Per Building
in Table 2 indicates how many fibers out of the loop or spur to be used at that building. For each
loop, this will constitute a doubling in the quantity of connections. One strand going clockwise,
the other side of that strand going counterclockwise in the loop. All fibers within the drop cables
shall be terminated in a new Contractor supplied rack mount FOPP installed in the current
cabinet or rack of each building or new Contractor supplied HDODF mounted in a Government
provided location.
5.2.11.7 The Contractor shall supply each building with and install a new rack mount FOPP or
HDODF, complete with all necessary LC connectors, blank plates, splice cases, etc. needed to
perform a complete installation. Refer to Table 2 for building quantity and strand quantity per
building to properly size the FOPP’s.
5.2.11.8 The contractor shall supply and install high density FOC distribution frames in each of
the locations labeled as NODE in Table 2, along with all accessories such as racks, FOPP’s,
splice cases, cable management, etc.
5.2.11.9 The FOPP’s in all other buildings shall be mounted in a currently installed rack or
cabinet by the Contractor. For those locations that may not currently have a cabinet or rack, the
FOPP shall be set on top of the data switch.
5.2.12 Electronics: The Contractor shall provide, as part of this contract, a quantity of 300,
10Gigabit Small Form-Factor Pluggable (SFP) Transceiver modules that will operate at a
minimum distance of 40 km (approx. 24 miles), and fully compatible with Cisco Catalyst 3850
Series and Cisco Nexus 7700 Series data switches. The SFP’s must support Fibre Channel over
Ethernet (FCoE) technology, such as, but not limited to, Cisco part number SFP-10G-ER.
5.2.13 (Optional Additional Cabling) The Contactor shall provide an enclosure suitable for
termination of both the Clockwise and Counter-Clockwise side of the Loop 1 in the location of a
future facility, if not constructed at the point of installation. The enclosure shall be capable of
holding and maintaining switchgear complete with a Heating, Ventilation and Cooling system.
Power shall be fully coordinated with West Penn Power by the Contractor. Any power
installation not covered by West Penn shall be accomplished by the Contractor as part of this
Contract. All applicable codes shall be adhered to by the Contractor when installing the shelter
and systems.
5.2.14 (Optional Additional Cabling) The Contractor shall, at the Governments request, relocate
the current 432-strand ribbon SM FOC ring cable installed in LEMC from the current LEMC
Node to Loop 1 Node C. This work shall be done during off hours and within the span of a three
or four (utilizing a Government Holiday) day weekend as to not disrupt normal operations within
LEMC. Additionally, this work shall be done at the end of the total project. The current rack
and FOPP’s in the existing LEMC Node may be relocated and reused for this effort.
5.2.14.1 The Contractor shall pull back the North bound cable entering the existing Node, reroute
it into the new Node and re-terminate as needed onto a rack mounted FOPP using the current
layout from the existing Node.
5.2.14.2 The Contractor shall pull back the West bound cable entering the existing Node, splice
as necessary and extend the FOC into the new Node. The FOC shall be re-terminated as needed
onto a rack mounted FOPP using the current layout from the existing Node.
5.2.14.3 The Contractor shall install a 96-strand SM tie cable between the old and new Nodes.
The cable shall be terminated using LC connectors in a Contractor provided rack mount FOPP in
both buildings.
5.2.15 (Optional Additional Cabling) The Contractor shall, at the Governments request, install a
24-strand tie cable from the Loop 3 Node HDODF to a secondary building creating Spur 7. The
Contractor shall provide and install a wall mount style FOPP with LC connectors for terminating
the FOC in the secondary building.
5.2.16 (Optional Additional Cabling) The Contractor shall, at the Governments request, install a
96-strand tie cable from the Loop 1 Node B HDODF to the secondary Gate area in LEMC,
creating Spur8. The Contractor shall supply and install a rack mount FOPP with LC connectors
for terminating the FOC in the secondary Gate location.
5.2.17 (Optional Additional Cabling) The Contractor shall, at the Governments request, install a
48 strand FOC tie cable (TC1) between the Communications Room and the central demarcation
point, both located in the Loop 3 Node building. The Contractor shall provide and install a
quantity of 2 FOPP’s with LC connections for terminating the FOC. One will be in the
Communications Closet and the other in the central demarcation point. Orange plastic
corrugated conduit shall be used to house the full length of FOC.
5.2.18 (Optional Additional Cabling) The Contractor shall, at the Governments request, install a
196-strand SM FOC tie cable (TC2) between the new HDODF and the old HDODF within the
Loop 1 Node A building. The Contractor shall provide and install rack mount FOPP’s with LC
connections for terminating the FOC in each HDODF. Orange plastic corrugated conduit shall
be used to house the full length of FOC.
5.3 Testing And Labeling
5.3.1 Test Equipment: The Contractor shall provide and use a Light Source and Power Meter
and an Optical Time Domain Reflector (OTDR), all of which shall be calibrated to the latest
National Institute of Standards and Technology (NIST) standards. The equipment shall have
been calibrated within one year of completion of the testing on this project. Proof of calibration
showing the serial number of the equipment being used on this project shall be provided to the
TPOC prior to testing for approval, which will be provided by the TPOC in writing. The TPOC
may request to see the test equipment as it is in use to ensure the serial numbers match what was
approved.
5.3.2 Minimum Testing Requirements: Testing shall be performed using a Light Source and
Power Meter and an OTDR on each and every terminated strand. Each strand of fiber not
terminated at each end will be tested with an OTDR. One hundred percent of the installed core
backbone fiber will be bi-directionally tested, and one hundred percent of the installed
distribution fiber will be unidirectionally tested. While using the Light Source and Power meter,
measure for bi-directional, dual window (1,310 and 1,550 nm) insertion loss. While using the
OTDR, measure the length of the strand and look for any circuit discontinuities and/or splice
points. The Contractor shall create a spreadsheet noting results for each fiber strand tested,
recording the cable ID, strand ID, source location, meter location, dB loss at each specified nm
wavelength, the fiber length, and note whether the strand passed or failed the test. All results
will be compiled electronically and provided to the TPOC no more than 15 calendar days after
testing.
5.3.3 Labeling: All terminations, splices, FOPP’s, racks, cabinets, poles, etc. shall be labeled for
unique identification. For any installed Frame or FOPP, a key for each strand shall be attached
to the Frame or FOPP. A digital copy of these keys shall be provided to the TPOC no more than
15 calendar days after completion of the project. Refer to paragraph 14.0 for labeling scheme for
FOC strands.
5.3.4 Testing And Labeling Approach: The Contractor shall outline and submit the testing and
labeling approach no later than 90 calendar days after award, but prior to start of the installation,
to the TPOC for approval. The outline shall include, but is not limited to, a detailed test plan and
report containing test equipment used, test performed, all recorded measurements and data,
pass/fail results by fiber label and location, corrective action taken, etc. The TPOC shall provide
approval in writing.
5.4 Documentation
5.4.1 Preliminary Design Review (PDR): The Contractor shall conduct a PDR no more than 60
calendar days post award. The Contractor shall provide the TPOC with a copy of the PDR
package at least 5 calendar days in advance of the meeting so that USG stakeholders can
sufficiently prepare for meaningful discussion during the design review meeting.
5.4.1.1 The PDR Package shall consist of all Outside Plant drawings with proposed pathways
and major activities, such as new poles, conduits, splice locations with counts, new cable sizing,
and termination points.
5.4.1.2 It shall also include a revised List of Equipment draft.
5.4.1.3 Documents shall be in PDF, Microsoft Office 2013 or later, or AutoCAD 2018, and shall
be delivered using https://safe.apps.mil with a USG-provided link.
5.4.1.4 The PDR design will be based on the USG reviewed design requirement baseline and
shall include all design activities as necessary. The USG will review the PDR package and
provide comments, which shall be incorporated by the Contractor and approved by the USG.
5.4.2 Critical Design Review (CDR): The Contractor shall conduct a CDR in accordance with
the Government approved schedule. The Contractor shall provide the TPOC with a copy of the
CDR package at least 5 days before the meeting to discuss the design review, no more than 90
days post award of the contract.
5.4.2.1 A list of long lead items shall be included in the CDR package to be approved by the
Government, prior to purchase.
5.4.2.2 The CDR Package shall consist of final Outside Plant drawings with pathways and
activities, such as new poles, ducts, manhole butterflies, boring, plowing, trenching, new cable
sizing, termination points, road crossings, splice locations and counts, cable locations and counts,
building entrances, and system components necessary to complete the design.
5.4.2.3 A final Government Furnished Equipment reuse list shall be included.
5.4.2.4 A final system design document.
5.4.2.5 A final List of Equipment with updated long-lead items identified.
5.4.2.6 Final risk assessments.
5.4.2.7 A final building list.
5.4.2.8 A final discrepancy report that identifies changes in site conditions from point of award
to final design.
5.4.2.9 The file(s) shall be delivered in MS Office 2013 or later, AutoCAD 2018, and/or Portable
Document Format (PDF) formats. All documents shall be delivered electronically utilizing DOD
SAFE with a USG provided link.
5.4.2.10 The USG will review the CDR package and provide comments, which shall be
incorporated by the Contractor and approved by the USG.
5.4.2.11 The Contractor shall not begin the implementation of the design without TPOC
concurrence.
5.4.3 Permits and Utility Markings: The Contractor shall be responsible for and obtain all
permits and utility markings prior to the start of work. Included shall be environmental,
historical, hazardous areas, endangered species, etc., reviews.
5.4.4 Mapping: As-built drawings shall be provided electronically by the Contractor to the
TPOC of the entire FOC network in a Geographical Information System (GIS) file that is
editable and compatible with Esri ArcGIS no more than 45 calendar days after completion of
installation. The drawing shall include exact locations using Global Positioning System (GPS)
coordinates for, but not limited to, pole locations, utilized pole lines (existing and new), splice
case locations, FSU locations, conduit locations and entry point locations into each building for
all FOC installed under this PD. The Government shall provide base drawings in AutoCAD
2018 for buildings and roads to the Contractor.
5.4.5 Fiber Optic Cable Database: The Contractor shall provide electronically, a spreadsheet
for each Loop, Spur and Building outlined in paragraph 10.0 and Table 1 in a Microsoft Excel
data base providing at a minimum the label name at each end of the FOC, the location to include
the FOPP port of each end of the FOC as applicable, the strand count, the sheath colors, and the
strand colors. This information shall be provided to the TPOC in an editable Microsoft Excel
file and no more than 45 calendar days after completion of installation.
5.4.6 Final Acceptance Document: The Contractor shall adhere to all Contract Data
Requirements Lists (CDRL’s). The Government shall perform in-process inspections during the
entire process. Any findings shall be provided to the Contractor in writing by the TPOC and
shall be corrected by the Contractor immediately, unless otherwise agreed upon by the TPOC.
5.4.7 Restoration Requirements: The Contractor shall be responsible for removing all spoils
from the site to include earth, cleared materials, asphalt, concrete, cores, poles, left over
materials, etc. All work and storage areas utilized by the Contractor shall be re-grated and replanted
to return the area to the original condition.
5.4.8 Open Storage Area: The Government will provide open location(s) to the Contractor for
staging of supplies.
5.4.9 Traffic Control: The Government shall not be responsible for traffic control, signage, or
flagging. The Contractor shall supply manpower as necessary and appropriate.
6.0 Project Management
6.1 Integrated Master Schedule (IMS): The Contractor shall submit an IMS no more than 45
calendar days after award of the contract. The IMS shall include an estimation of the total
timeline projected to final completion to include main loop installation and termination, ancillary
loops and spur installation and termination, labeling, testing, final acceptance.
6.2 Site Kick-Off Meeting: The Contractor shall attend a kick-off meeting at LEAD with the
USG and site stakeholders. The meeting will take place at a mutually agreeable time, either
virtually or in person as determined by the Government at least 15 business days prior to the
meeting.
6.3 In-Progress Meetings: The parties shall participate in weekly progress meetings in the early
stages of performance. These may become less frequent at the Government’s determination. At
these meetings the Contractor shall supply updates for accomplishments since the previous
meeting, describe work being performed during the current week and provide a schedule for
upcoming work for a minimum of 3-weeks into the future.
6.3.1 A USG representative will take and distribute minutes, approved by both parties, from the
in-progress meetings.
6.3.2 Locations where work is to be performed shall be coordinated with the TPCO to ensure
area production supervisors are aware, a minimum of 5 business days prior to the work being
performed. Most locations will require prior notice and scheduling for the Contractor to enter for
work.
7.0 Safety and Accident Prevention
7.1 Safety Plan: The Contractor shall submit a written proposed plan for implementing FAR
Clause 52.236-16 Accident Prevention. The plan shall include an analysis of the significant
hazards to life, limb, and property inherent in contract work performance and a plan for
controlling these hazards; and meet with the TPOC to discuss and develop a mutual
understanding relative to administration of the overall safety program within 30 calendar days
prior to the start of work. The TPOC must approve this proposed plan before the contractor can
commence performance. The Contractor shall not start work until the Accident
Prevention/Safety Plan is approved by the USG. The contractor shall adhere to the LEAD Safety
Management System (SMS) and is either OHSAS 18001 or ISO 45001 certified. LEAD’s safety
policy and safety program (LEAD-R 385-1) can be found at:
https://www.letterkenny.army.mil/Info/Visitors-Information/. It is the Contractor’s
responsibility to be familiar with these documents and to comply with their contents.
7.2 Safe Work Environment: The Contractor shall provide and maintain a safe work
environment using established policies and procedures consistent with applicable regulations.
The Contractor and USG will discuss all safety and security issues during the kickoff meeting.
The Contractor shall adhere to OSHA, National Fire Protection Act (NFPA) 70 National Electric
Code.
7.3 Safety Officer: The Contractor shall provide a qualified Safety Officer, required to be
always on-site the Contractor is in performance of this effort on LEAD. The Government will
conduct safety inspections randomly and regularly.
7.4 Interruption Avoidance: The Contractor shall provide and maintain work environments and
procedures, which will safeguard the public and USG personnel, property, materials, supplies,
and equipment exposed to Contractor operations and activities, and avoid interruptions of USG
operations and delays to project completion dates.
7.5 Safety Noncompliance: Whenever the USG becomes aware of any Contractor’s
noncompliance, or any condition posing a serious or imminent danger to the health or safety of
the public, Contractor or USG personnel, the KO shall notify the Contractor, with written
confirmation, and request immediate initiation of corrective action. This notice, when delivered
to the Contractor or the Contractor’s representative at the work site, shall be deemed sufficient
notice of the noncompliance and that corrective action is required. After receiving the notice, the
Contractor shall immediately take corrective action to mitigate issues within one working day.
The Contractor shall notify the USG in writing, upon completion of mitigation. If the Contractor
fails or refuses to promptly take corrective action, the KO may issue an order stopping all or part
of the work until satisfactory corrective action has been taken. The Contractor shall not be
entitled to any equitable adjustment of the contract price or extension of the performance
schedule on any Contractor-caused stop work order issued under this or other provisions of the
contract.
8.0 Site Conditions
8.1 Site Geology: The site is located within a Karst geology. Overburden soils on site consist
primarily of highly plastic fat clays and lean clays (USCS classification “”CH” and “CL”,
respectively), above limestone bedrock. The term "Karst" is used to define certain carbonaterock
terrains in which the topography is chiefly formed by the dissolution of rock and
characterized by closed depressions (sinkholes), subterranean drainage, and caves (solution
cavities and/or open or clay filled voids). The rock jointing will typically control where solution
cavities and sinkholes will form. The variable rock surface and potential for sinkholes associated
with this Karst geology present increased “uncertainties” and necessitate special design
considerations that are not required for most other geologic formations. Such considerations
affect foundation design, earthwork operations, utility requirements, etc. Within a Karst
environment, depth of encountered bedrock will vary greatly across the site.
8.2 Environmental Criteria
8.2.1 Rock Excavation: It shall be assumed that all excavations will be into and/or through
competent limestone bedrock. Bedrock encountered will have compressive strengths between
6,000 and 20,000 psi. It is the responsibility of the Contractor to determine and supply the
necessary equipment and methods to be used for rock excavation.
8.2.2 Spoils/Borrow: All excess material not needed for backfill shall be removed by the
Contractor. With the exception of specific scenarios identified within section 8.0 Site
Conditions, excavated material on site may be reused as backfill. Additional required material
shall be obtained from off-site sources at the expense and responsibility of the Contractor.
8.2.3 Site Restoration: At any location where the Contractor performed trenching, boring or
drilling or ruts were created from machinery and vehicle traffic, the Contractor shall be solely
responsible for restoring the area to original condition.
8.2.4 Snow Removal: The Government may remove snow from an area the Contractor requires
access to perform work, through a request submitted by the TPOC. However, roads and parking
lots will take priority. There shall be no guarantee by the USG to the timeliness of the removal,
if not within the normal removal area. The Government will make every effort to not pile snow
in locations where the Contractor needs access.
8.3 Earthwork Requirements
8.3.1 Grouting: Where excavations for poles extend into bedrock, the annular space surrounding
pole shall be grouted with grout of minimum 4,000 psi compressive strength. Annular space
shall be grouted for the full embedment depth of pole. Alternatively, native soils and stone dust
may be used as backfill but shall be compacted at a minimum with every 6-inches of lift.
8.3.2 General Excavation: The Contractor shall ensure that subgrades do not experience
significant changes in moisture. Steps should be taken, to include proper construction
scheduling and effective drainage methods, to ensure that water does not accumulate in open
excavations or infiltrate into the adjacent subgrade. The Contractor shall provide for the
collection and disposal of surface and subsurface water encountered during construction, and
shall completely, continuously, and effectively drain construction site and dewater excavations
as necessary to maintain good working conditions.
8.3.3 Trenching Beneath Slabs: Where trenches cross pavements or slabs, conduits shall be
encased in flowable fill. Flowable fill is defined in ACI-229R “Controlled Low Strength
Material” and shall have a compressive strength between 50 and 200 psi. Limits of pavement
demolition and removal shall be saw cut. Final backfill with compacted material shall cease at
limits of existing aggregate base course. Replacement pavements shall match existing
conditions. Trenching through concrete pavement and slabs shall result in the complete
demolition and replacement of slab to nearest joints.
8.3.4 Bedding Layer: Direct buried conduit, shall be placed upon minimum 4-inch bedding
layer consisting of AASTHO #57 stone. Conduit that is encased in concrete or flowable fill does
not require a bedding layer.
8.3.5 Backfill and Compaction: All trenches shall be backfilled and compacted by sheepsfoot
rollers, vibratory rollers, or other approved equipment. Backfill shall be placed in loose lifts not
exceeding 1-foot and shall be compacted with minimum 4 passes of compactive equipment.
Excavated material may be reused for backfill, provided it does not contain trash, organic
material, construction debris, or material otherwise unsuitable for compaction. Unless otherwise
approved by the Government, trenches shall be backfilled the same day they are excavated.
9.0 Warranty
9.1 Warranty Information: This warranty covers all workmanship, material, cable,
Maintenance Hole (MH), Hand Hole (HH), conduit concrete encasement, shelters, and any other
materials used for this contract. The Contractor shall ensure all installed components of the
entire system will be covered under warranty. All items furnished by the Contractor shall be free
from defects in material or workmanship and conform to all requirements of this contract for a
minimum period of one year. The warranty period shall begin upon final acceptance of the
turnkey solution by the USG.
9.2 Manufacturer’s Warranty: The full manufacturer’s warranty shall be extended to the
Government. The Contractor shall be certified with the manufacturer they install to provide the
full warranty period. The components utilized shall be of like quality from a single
manufacturer, where applicable, to ensure the maximum manufacturer’s warranty.
10.0 LOOP AND SPUR REQUIREMENTS
10.1 Total Fiber: The total Fiber Optic Cable (FOC) footage installed for this contract will be
approximately 62,625 feet (ft.) or 11.86 miles (mi.), including options.
10.2 LOOP 1: Consists of 3,456Strands spanning approximately 30,450 ft. Loop 1 consists of
four Nodes where all of the FOC, Side A and Side B, shall be terminated in high density racks.
10.2.1 Node A: Install new conduit under existing concrete pad, approximately 200 ft. from pole
to communications room. Allow 150 ft. coil of FOC on both the incoming and outgoing side in
communications room.
10.2.2 Node B: Enter the building overhead and follow approximately 500 ft. through building
to communications room. Allow 150 ft. coil of FOC on both the incoming and outgoing side in
communications room.
10.2.3 Node C: Install new conduit from pole to building, which is approximately 50 ft. Allow
150 ft. coil of FOC on both the incoming and outgoing side in communications room.
10.2.4 Node D: Install new conduit from pole to building, approx. 250 ft. Allow 500 ft. coil of
FOC on both the incoming and outgoing side in communications shelter from paragraph 5.2.13.
If the shelter option is not selected by the Government, the Contractor shall splice the two coils
and leave attached to the pole.
10.3 SPUR 2: Consists of 48 Strands running approximately 600 ft. and will be fed by Loop 1.
10.4 LOOP 3: Consists of 576 Strands running approximately 7,325 ft. The loop 3 Node will be
fed overhead from poles approximately 50 ft from the building. The run will follow through
building approximately 100 feet to the communications room. Allow 100 ft. coil of FOC on both
the incoming and outgoing side in communications room.
10.5 SPUR 4: Spur 4 consists of 288Strands running approximately 2,050 ft. The Spur connects
from the Loop 3 Node to a secondary building. Allow 100 ft. coil of FOC in both
communications rooms.
10.6 SPUR 5: Spur 5 consists of 192 Strands and runs approx. 8,700 ft. This spur is fed from
the secondary building in Spur 4, Allow 100 ft. coil of FOC in both communications rooms.
10.7 SPUR 6: Spur 6 consists of 192 Strands fed from Loop 1 Node C, running approximately
2,00 ft. to where the cable splits to 48 strands going approximately 900 ft. and 96 strands going
approximately 450 ft.
10.8 (OPTIONAL) SPUR 7: Spur 7 consists of 24 Strands running approximately 3,675 ft. It
will be fed from the Loop 3 Node. Allow a 50 ft. coil of FOC in both communications rooms.
10.9 (OPTIONAL) SPUR 8: Spur 8 will consist of 96 Strands running approximately 8,000 ft.
and will be fed from Loop 1 Node B. Allow a 50 ft. coil of FOC in both communications rooms.
10.10 (OPTIONAL) TIE CABLE (TC1): Tie Cable 1 will consist of 48 Strands running
approximately 200 ft. between the Communications Room and Demarcation point within the
Loop 3 Node building. Allow a 50 ft. coil of FOC at both ends. The FOC will be routed through
orange corrugated tube.
10.11 (OPTIONAL) TIE CABLE (TC2): Tie Cable 2 will consist of 192 Strands and extend
approximately 800 ft. This tie cable will run between the new High-Density Optical Distribution
Frame (HDODF) and the old HDODF within the Loop 1 Node A building. Allow a 50 ft. coil of
FOC at both ends. The FOC will be routed through orange corrugated tube.
11.0 Minimum Splice Case with Fiber Storage Unit (Including Options): This is the
minimum amount of splice cases and fiber optic cable storage units being requested in each loop
or spur. The Contractor may add additional as required per standards.
11.1 LOOP 1: Approximately 25 minimum locations
11.2 SPUR 2: Approximately 1 minimum location
11.3 LOOP 3: Approximately 12 minimum splice case locations
11.4 SPUR 5: Approximately 5 minimum splice case locations
11.5 SPUR 6: Approximately 4 minimum splice case locations
11.6 (OPTIONAL) SPUR 7: Approximately 1 minimum splice case location
11.7 (OPTIONAL) SPUR 8: Approximately 1 minimum splice case location
12.0 Additional Fiber Storage Unit Locations (Including Options): This is the minimum
amount of additional fiber optic cable storage units being requested in each loop or spur. The
Contractor may add additional as required per standards.
12.1 LOOP 1: Approximately 7 additional FSU locations
12.2 LOOP 3: Approximately 2 additional FSU locations
12.3 SPUR 4: Approximately 1 additional FSU location
12.4 SPUR 5: Approximately 3 additional FSU locations
12.5 (OPTIONAL) SPUR 8: Approximately 3 additional FSU locations
13.0 Approximate Count of New Poles Required (Including Options): This is the
Governments estimate on how many new poles will be required per loop or spur.
13.1 LOOP 1: Approximately 59 poles.
13.2 SPUR 2: Approximately 1 pole.
13.3 LOOP 3: Approximately 5 poles.
13.4 SPUR 6: Approximately 3 poles.
13.5 (OPTIONAL) SPUR 9: Approximately 52 poles.
14.0 Labeling Scheme
14.1 Fiber Optic Patch Panel (FOPP) Labeling: Each strand shall be labeled at each end, with
both the local end markings as well as the far end markings.
14.1.1 The labeling shall be in the following format:
BUILDING NUMBER.ROOM NUMBER.RACK NUMBER.FOPP PORT / BUILDING
NUMBER.ROOM NUMBER.RACK NUMBER.FOPP PORT
Example for a port in Building 2742: 2742.104.2.1.10 / 6498.221.3.2.22
Would translate to:
Building 2742, Room 104, Rack 2, FOPP 1, FOPP port 10 / Building 6498, Room 221, Rack 3,
FOPP 2, FOPP port 22
Example for the corresponding port in Building 6498: 6498.221.3.2.22 / 2742.104.2.1.10
Would translate to:
Building 6498, Room 221, Rack 3, FOPP 2, FOPP port 22 / Building 2742, Room 104, Rack 2,
FOPP 1, FOPP port 10
14.1.2 Room and rack numbers will be provided by the Government.
TABLE 2
FIBER OPTIC CABLE STRAND COUNTS
(INCLUDING OPTIONS)
A B C D E F G
Loop/
Spur
Number
Feeder
Loop for
Secondary
Loop or
Spurs
Strand
Count Out Of
Main Loop to
Bldg HDODF
Strand
Count for
Building
Drop
Cable
Strand Count
from Feeder
Bldg HDODF to
Secondary
Bldg
Notes
New Cable To
Secondary
Building?
LOOP
1 48 96
1 12 24
1 12 24
1 24 48
1 12 24
1 12 24
1 12 24
1 12 24
1 12 24
1 6 12 Pole
1 12 24
1 48 96 Future Building, Plan for with boot
1 192 3456 x 2 LOOP 1 NODE A
1 12 Secondary NEW CABLE
1 12 Secondary NEW CABLE
1 12 Secondary NEW CABLE
1 12 Secondary NEW CABLE
1 12 Secondary NEW CABLE
1 12 Secondary NEW CABLE
1 12 Secondary NEW CABLE
1 12 Secondary NEW CABLE
1 12 Secondary NEW CABLE
1 12
Secondary (new building, in place
now) NEW CABLE
1 12 24
1 12 24
1 12 24
1 12 24
1 12 24
1 12 24
1 12 24
1 192 3456 x 2 LOOP 1 NODE B
1 12 Secondary NEW CABLE
1 12 Secondary NEW CABLE
1 12 Secondary NEW CABLE
1 12 Secondary NEW CABLE
1 12 Secondary NEW CABLE
1 12 Secondary NEW CABLE
1 12 Secondary NEW CABLE
1 12 24
A B C D E F G
Loop/
Spur
Number
Feeder
Loop for
Secondary
Loop or
Spurs
Strand
Count Out Of
Main Loop to
Bldg HDODF
Strand
Count for
Building
Drop
Cable
Strand Count
from Feeder
Bldg HDODF to
Secondary
Bldg
Notes
New Cable To
Secondary
Building?
1 24 48
1 Secondary NO
1 Secondary NO
1 Secondary NO
1 Secondary NO
1 Secondary NO
1 48 96 Future Building, Plan for with boot
1 12 24
1 6 12 Pole
1 24 48
1 12 24
1 12 24
1 12 24
1 12 24
1 12 24
1 12 24
1 12 24
1 12 24
1 12 24
1 12 24
1 12 24
1 192 3456 x 2 LOOP 1 NODE C
1 24 48
1 12 24 Future Building, Plan for with boot
1 12 24
1 12 24
1 12 24
1 24 48
1 192 3456 x 2 LOOP 1 NODE D
1 12 24
1 12 0
1 12 0
1 12 0
1 24 48 Future Building, Plan for with boot
1 12 24
1 12 24
1 24 48 Future Building, Plan for with boot
1 3456 Total Strands in Loop
SPUR
2 0 24
2 24 Total Strands In Spur
A B C D E F G
Loop/
Spur
Number
Feeder
Loop for
Secondary
Loop or
Spurs
Strand
Count Out Of
Main Loop to
Bldg HDODF
Strand
Count for
Building
Drop
Cable
Strand Count
from Feeder
Bldg HDODF to
Secondary
Bldg
Notes
New Cable To
Secondary
Building?
LOOP
3 Loop 1 24 48
3 Loop 1 12 24
3 Loop 1 12 24
3 Loop 1 12 24
3 Loop 1 12 24
3 Loop 1 12 24
3 Loop 1 12 24
3 Loop 1 24 48
3 Loop 1 24 48
3 Loop 1 96 720 x 2 LOOP 3 NODE
3 Loop 1 24 48
3 Loop 1 12 24
3 Loop 1 12 24
3 Loop 1 12 24
3 Loop 1 6 12 Pole
3 720 Total Strands In Loop
SPUR
4
Loop 3
Node 288 SPUR 4 NODE
4 288 Total Strands In Spur
SPUR
5
Spur 4
Node 12 12
5
Spur 4
Node 12 12
5
Spur 4
Node 12 12
5
Spur 4
Node 12 12
5
Spur 4
Node 96 96
5 192 Total Strands In Spur
SPUR
6
Loop 1
Node C 12 12 48-Strand
6
Loop 1
Node C 12 12 48-Strand
6
Loop 1
Node C 12 12 96-Strand
6
Loop 1
Node C 12 12 96-Strand
6
Loop 1
Node C 12 12 96-Strand
6
Loop 1
Node C 12 12 96-Strand
A B C D E F G
Loop/
Spur
Number
Feeder
Loop for
Secondary
Loop or
Spurs
Strand
Count Out Of
Main Loop to
Bldg HDODF
Strand
Count for
Building
Drop
Cable
Strand Count
from Feeder
Bldg HDODF to
Secondary
Bldg
Notes
New Cable To
Secondary
Building?
6
Loop 1
Node C 12 12 96-Strand
6 192 Total Strands In Spur
SPUR
7
Loop 3
Node 12 12
7 24 Total Strands In Spur
SPUR
8
Loop 1
Node B 12 12
8
Loop 1
Node B 6 6 Pole
8 96 Total Strands In Spur
TIE
CABLE
TC1 48
Internal to single building
TC1 48
48 Total Strands In Spur
TIE CABLE
TC2 192
Internal to single building
TC2 192
192 Total Strands In Spur
- 1 OVERCASH AVE KO BLDG 2 SOUTH
- CHAMBERSBURG , PA 17201-4150
- USA
- Jonathan K. Carroll
- jonathan.k.carroll.civ@army.mil
- Phone Number 7172678357
- Thomas C. Hall
- thomas.c.hall111.civ@army.mil
- Phone Number 7172675583
- May 23, 2023 02:39 pm EDTSources Sought (Original)
TRY FOR FREE
Not a USAOPPS Member Yet?
Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.