ITS Cabling LOC

Revised: 7/1/2012

Memorandum for General RFP Configuration

To: Vendor with current valid proposal for General RFP #36083608 for Communication Cabling

From: Craig P. Orgeron, Ph.D.

CC: ITS Project File Number 40110 and 40109ITS Project File Number 40110 and 40109

Date: August 31, 2012

Subject: Letter of Configuration (LOC) Number 40110 and 4011940110 / 40109 for the purchase and installation of underground conduit and fiber optic cable at Camp Shelbythe purchase and installation of underground conduit and fiber optic cable at Camp Shelby for the Department of MilitaryMississippi Military Department DOM(DOM)

Contact Name: Chris NixChris Nix

Contact Phone Number: 601-432-80428041

Contact E-mail Address:

2

ITS Cabling LOC

Revised: 7/1/2012

The Mississippi Department of Information Technology Services (ITS) is seeking the hardware and services described below on behalf of the Department of Military (DOM). Our records indicate that your company currently has a valid proposal on file at ITS in response to General RFP #3608 for Communication Cabling. Our preliminary review of this proposal indicates that your company offers products and services that meet the requirements of this project; therefore, we are requesting your configuration assistance for the components described below.

1.  GENERAL LOC INSTRUCTIONS

1.1  Beginning with Item 3, label and respond to each outline point as it is labeled in the LOC.

1.2  The Vendor must respond with “ACKNOWLEDGED,” “WILL COMPLY,” or “AGREED” to each point in the LOC including the attached Supplement to Master Cabling Agreement, (Attachment C), as follows:

1.2.1  “ACKNOWLEDGED” should be used when a Vendor response or Vendor compliance is not required. “ACKNOWLEDGED” simply means the Vendor is confirming to the State that he read the statement. This is commonly used in sections where the agency’s current operating environment is described or where general information is being given about the project.

1.2.2  “WILL COMPLY” or “AGREED” are used interchangeably to indicate that the Vendor will adhere to the requirement. These terms are used to respond to statements that specify that a Vendor or Vendor’s proposed solution must comply with a specific item or must perform a certain task.

1.3  If the Vendor cannot respond with “ACKNOWLEDGED,” “WILL COMPLY,” or “AGREED,” then the Vendor must respond with “EXCEPTION.” (See instructions in Item 9 regarding Vendor exceptions.)

1.4  Where an outline point asks a question or requests information, the Vendor must respond with the specific answer or information requested in addition to “WILL COMPLY” or “AGREED”.

1.5  In addition to the above, Vendor must provide explicit details as to the manner and degree to which the proposal meets or exceeds each specification.

2.  GENERAL OVERVIEW AND BACKGROUND

This Letter of Configuration (LOC) will be used to establish underground communications cable from the COL 1 and CACTF training facilities to the Camp Shelby post communications network for the Department of the Military. This project will be accomplished in two phases.

3.  PROCUREMENT PROJECT SCHEDULE

Task / Date
Mandatory Vendor Conference / Tuesday, August 28, 2012
Release of LOC / Friday, August 31, 2012
Deadline for Vendors’ Written Questions / Wednesday, September 5, 2012Wednesday, September 5, 2012 at 3:00 p.m. Central Time
Addendum with Vendors’ Questions and Answers / Friday, September 7, 2012
Proposals Due / Tuesday, September 11, 2012Tuesday, September 11, 2012 at 3:00 p.m. Central Time
Proposal Evaluation / September 11- 12, 2012
Notification of Award / Thursday, September 13, 2012
Contract Negotiations / September 13 – 19, 2012
Installation / October 1, 2012 – March 31, 2013
Acceptance / 30 days after completion of the project

4.  STATEMENTS OF UNDERSTANDING

4.1  The Vendor must provide pricing for all hardware, installation, and support for the proposed solution.

4.2  Vendor must provide separate cost for each phase.

4.3  Proposed equipment must be new from the manufacturer and qualify for warranty and maintenance services.

4.4  Vendor must be aware that ITS reserves the right to make additional purchases at the proposed prices for the life of the contract.

4.5  Vendor must be aware that the specifications detailed below are minimum requirements. Should Vendor choose to exceed the requirements, Vendor must indicate in what manner the requirements are exceeded.

4.6  All specifications listed in this document are intended to be open and competitive. Vendors are encouraged to question any specification that appears to be closed and/or restricts competition.

4.7  The State reserves the right to solicit Best and Final Offers (BAFOs) from Vendors, principally in situations in which proposal costs eclipse available funding or the State believes none of the competing proposals presents a Best Value (lowest and best proposal) opportunity. Because of the time and expense incurred by both the Vendor community and the State, BAFOs are not routinely conducted. Vendors should offer their best pricing with the initial solicitation. Situations warranting solicitation of a BAFO will be considered an exceptional practice for any procurement. Vendors that remain in a competitive range within an evaluation may be requested to tender Best and Final Offers, at the sole discretion of the State. All such Vendors will be provided an equal opportunity to respond with a Best and Final Offer under a procedure to be defined by the State that encompasses the specific, refined needs of a project, as part of the BAFO solicitation. The State may re-evaluate and amend the original project specifications should it be deemed necessary in order to improve the opportunity for attaining Best Value scenarios from among the remaining competing Vendors. All BAFO proceedings will be uniformly conducted, in writing and subject to solicitation by the State and receipt from the Vendors under a precise schedule.

4.8  A Mandatory Vendor Conference was held on August 28, 2012, at 10:00 A.M. Central Time at 3771 Eastwood Drive, Jackson, MS 39211. Any proposal received from a Vendor who did not have an authorized representative at the Vendor Conference will be rejected. No exceptions will be granted to this requirement.

4.9  Vendor acknowledges that if awarded, it will ensure its compliance with the Mississippi Employment Protection Act, Section 71-11-1, et seq. of the Mississippi Code Annotated (Supp2008), and will register and participate in the status verification system for all newly hired employees. The term “employee” as used herein means any person that is hired to perform work within the State of Mississippi. As used herein, “status verification system” means the Illegal Immigration Reform and Immigration Responsibility Act of 1996 that is operated by the United States Department of Homeland Security, also known as the E-Verify Program, or any other successor electronic verification system replacing the E-Verify Program. Vendor will agree to maintain records of such compliance and, upon request of the State, to provide a copy of each such verification to the State.

4.10  Vendor acknowledges that violating the E-Verify Program (or successor thereto) requirements subjects Vendor to the following: (a) cancellation of any state or public contract and ineligibility for any state or public contract for up to three (3) years, with notice of such cancellation being made public, or (b) the loss of any license, permit, certification or other document granted to Vendor by an agency, department or governmental entity for the right to do business in Mississippi for up to one (1) year, or (c) both. Vendor would also be liable for any additional costs incurred by the State due to contract cancellation or loss of license or permit.

4.11  Vendor acknowledges and certifies that any person assigned to perform services hereunder meets the employment eligibility requirements of all immigration laws of the State of Mississippi.

4.12  From the issue date of this LOC until a Vendor is selected and the selection is announced, responding Vendors or their representatives may not communicate, either orally or in writing regarding this LOC with any statewide elected official, state officer or employee, member of the legislature or legislative employee except as noted herein. To ensure equal treatment for each responding Vendor, all questions regarding this LOC must be submitted in writing to the State’s Contact Person for the selection process, no later than the last date for accepting responding Vendor questions provided in this LOC. All such questions will be answered officially by the State in writing. All such questions and answers will become addenda to this LOC. Vendors failing to comply with this requirement will be subject to disqualification.

4.12.1  The State contact person for the selection process is: Chris Nix Technology Consultant, 3771 Eastwood Drive, Jackson, Mississippi 39211, 601-432-8041, .

4.12.2  Vendor may consult with State representatives as designated by the State contact person identified in 4.12.1 above in response to State-initiated inquiries. Vendor may consult with State representatives during scheduled oral presentations and demonstrations excluding site visits.

4.13  Subject to acceptance by ITS, the Vendor acknowledges that by submitting a proposal, the Vendor is contractually obligated to comply with all items in this LOC, including the Supplement to Master Cabling Agreement, Attachment C if included herein, except those listed as exceptions on the Proposal Exception Summary Form. If no Proposal Exception Summary Form is included, the Vendor is indicating that he takes no exceptions. This acknowledgement also contractually obligates any and all subcontractors that may be proposed. Vendors may not later take exception to any point during contract negotiations.

4.14  Vendor will be responsible for all necessary permits including city, county, state and federal permits and regulations prior to beginning work.

4.15  Vendor must follow all SAFETY GUIDELINES as instituted by O.S.H.A. Any individual member of the selected Vendor’s project team that violates these guidelines will be instructed to leave the project site immediately.

4.16  Vendor must properly seal all applicable service entrances.

4.17  Vendor must provide a set of as-built drawings in CAD or PDF showing the locations of and identifiers for cable routing, terminations, and cable counts.

4.18  Vendor must ensure that all grounding/earthling and bonding shall be performed in accordance with applicable codes and regulations. Vendor must observe the requirements of IEC 1000-5-2 and ANSI/TIA/EIA-607 throughout the entire cabling system.

4.19  Vendor must provide and install only approved and suitable materials as defined in the LOC.

4.20  Conduit paths will be bored, a handhole will be placed every 500-600 feet with a 40 foot slack loop will be placed in each pull-thru handhole. Placement of handholes will be approved by Camp Shelby Environment Office to ensure that do not disturb protected areas.

4.21  Vendor will provide a 100 foot slack loop at all splice locations, neatly coiled and secured, for future splicing.

4.22  No fiber cables will be directly buried in the soil. All fiber cables will be installed in a conduit with minimum schedule 40 wall thicknesses. Conduit will be installed at a minimum depth of 36 inches to the top of the conduit.

4.23  The fiber optic elements of this project will be of the same manufacture throughout the project. The termination components and connectors shall be approved by the cable manufacturer. A manufacturer’s warranty will be required for the fiber optic cable portion of the project. All loose tube cables will have 12 strands per tube.

4.24  All fiber must be terminated using LC connectors.

4.25  Fiber pigtails or fusion spliced connectors providing a UPC factory installed connectors will be installed. The combined loss of the connector and fusion splice at the patch panel will not exceed .75 db @ 1550 nm. Provide optical patch cord as noted on the drawings.

4.26  Fiber trays equal to or better than Corning Pretium CCH-XX will be used throughout the project.

4.27  Fanout kits equal to or better that Corning FAN-12-25 will be properly installed at all termination points without exception and secured to the housing in the neatest way possible.

4.28  Vendor will provide a 25 foot slack loop for all cable in buildings for future changes and upgrades. This will be coiled and secured as directed by J6D personnel.

4.29  All fiber cables will be marked with the size, type, count and number of the cable and where the other end terminates. Each strand within the cable will be numbered at each end in order to indicate continuity from point to point. All fiber will be tested between buildings and labeled at each connecting site. Contractor will provide an excel spreadsheet with the fiber organization and use.

4.30  All cables will be pretested and documented before placement. Provide results of pre-installation tests to the Contracting Officer at least 10 working days before installation is to start. Perform telecommunications cabling inspection, verification, and performance tests in accordance with TIA/EIA-568-B.1, TIA/EIA-568-B.2. Perform optical fiber field inspection tests via OTDR measurements on factory reels and provide results along with manufacturer certification for factory reel tests. Remove failed cable reels from project site upon attenuation test failure in accordance with the most current TIA/EIA 568 standards. Results shall indicate reel number of the cable, manufacturer, size of cable, pairs tested, and recorded readings. Two optical tests shall be performed on all optical fibers: Attenuation Test and Optical Time Domain Reflectometry (OTDR) Test at 1550 nm wave length to verify length and loss specifications of the cable.

4.31  All fiber strands will be tested prior to installation, after installation, with a final test after terminators have been installed. For single-mode optical fiber, perform optical fiber end-to-end attenuation tests in accordance with TIA-568-C.3 and TIA-526-7 using Method A, Optical Power Meter and Light Source for single-mode optical fiber. Perform verification acceptance tests.

4.32  Fiber cables shall be OTDR tested prior to placement and again upon completion of installation prior to splicing or terminations. Perform an ODTR bi-directional OTDR test with 300 meter launch and receive cables on singlemode cables at 1550 nm. Document each strand with a printed OTDR trace, indicating, span length, and 2- point loss between the two test points. A summary printed in MS Excel format will accompany each group of OTDR traces indicating date of test, locations tested, length of span, tube color, trunk fiber color, fiber cable count and strand count, loss of the tested span, and expected loss as calculated. An example of Camp Shelby single mode fiber test form can be obtained from the contract officer and is accompanying the specifications. This OTDR test, when made in conjunction with a field launch cable to test the far end connector, will negate the need of the power meter test. All test results will be provided to the contract officer’s representative within two days of completion of tests.