Pine Telephone Company

Request for Proposal

Wireless Access Network

Posted 12/28/2010

Proposals are due by COB

01/11/2011

The proposal will include all components necessary, other than customer supplied equipment listed below, to provide HSPA+ mobile broadband service at 95 new tower sites.  The sites are spread across three grants areas.  Grant 1 has 37 sites, grant 2 has 34 sites and grant 3 has 24 sites.  Common elements will be split between the grants based on number of sites in the grant. Each grant will be a separate contract and will be invoiced separately.  Pine has an Alcatel Lucent HSDPA/HSUPA core in place.  Vendor will be required to interoperate or replace Alcatel Lucent core and interoperate with PineÕs existing network.  Proposal will include components added and/or replaced in the Alcatel Lucent core required to integrate the new sites.  Priority will be given for highest number of components under a single OSS.   Proposal will include warranty period, first year, second year and third year cost for support, patching, repair and return, and feature upgrades.  Proposal will include migration road map to LTE.  Proposal should include hardware and software limits as configured for each component.  Example RNC minimum is 200 node bÕs but your RNC is configured to handle 300 node bÕs.  Vendor will install 10 sites split between the grants and customer will install the remainder of the sites.

 

Customer supplied

a.     -48V dc power at tower site and Central Office.

b.     Antennas for RRHÕs

c.     Towers, enclosures, CO space, Air conditioning

d.     On tower installation

 

Minimum requirements

a.     common

1.              HSDPA, HSUPA, HSPA+

2.              All core equipment will be fully redundant

3.              OSS system to support all components

4.              OSS support reporting, alarms, management, configuration and testing.

5.              Support for E911

6.              Support for CALEA

7.              Node b to core connection will be IP

8.              Support 200 node bÕs with 600 trxÕs attached

9.              Media gateway(if required) 20 t1Õs, 4 0c3Õs, 4 gigabits ports, tdm and voip

10.           Full feature set-30000 subs-current CAMEL must be included

11.           CORBA billing interface

12.           STP and GTT functionality

13.           Throughput through core to external network of 500 megabits

14.           Spares included

b.     @ tower site node b and RRH

1.     Node b controlling a minimum of 3 remote radio heads.

2.     Each RRH will be 1 carrier @ minimum of 20 watts.

3.     Minimum 21 MBPs per site through put.

4.     Minimum 128 concurrent users per site

5.     Outdoor rated fiber and power cabling from node B to RRH.

6.     Power cabling for node b.

7.     Surge protection for node b and RRHÕs.

8.     Utilizes  -48V DC

9.     Spares included

10.  Next node b price

c.      tower site microwave/each site 93 hops

1.     Layer 2 or 3 support for ring and mesh architecture

i. If separate component needed for layer 2 or 3 support please include

2.     Minimum 40 MBps drop and 180 MBPs pass through

3.     Licensed 6 and 11 gig units, split architecture

4.     Adaptive modulation

5.     Software programmable modulators

6.     All cabling, antennas, and surge protection

7.     4 Ethernet ports

8.     Spares included

9.     Next microwave price

 

Other proposal requirements:

 

i.               Terms for breach. Proposals must provide for administrative, contract or legal remedies for any breach or violation of the contract terms by the Vendor and appropriate remedial action.

 

ii.              Termination clause. Proposals must include a termination clause indicating the manner by which termination will be effected and the basis for settlement.  In addition, the clause will describe the conditions under which the contract may be terminated by default and the conditions under which the contract may be terminated for circumstances beyond the control of the Vendor.

 

iii.            Bid guarantee. Proposals must include a bid guarantee equivalent to five (5) percent of the proposal price. 

 

iv.             Performance bond. Proposals must include a performance bond for 100% of the contract price.  The bond will be obtained from a company holding a certificate of authority pursuant to 31 CFR part 223 ÒSurety Companies Doing Business with the United States.Ó

 

v.              Payment bond. Proposals must include a payment bond for 100% of the contract price. The bond will be obtained from a company holding a certificate of authority pursuant to 31 CFR part 223 ÒSurety Companies Doing Business with the United States.Ó

 

vi.             Access to documents.  Proposals must include a provision permitting PTC, the Department of Commerce, the Comptroller General of the US, or any of their duly authorized representatives to have access to any books, documents, papers and records of the Vendors applicable to the Project for the purpose of making audits, examinations, excerpts and transcriptions.

 

vii.           Contract Work Hours and Safety Standards Act (40 U.S.C. ¤¤ 327, 333).  Proposals involving construction work or work that includes the employment of mechanics or laborers must include a provision for compliance with Sections 102 and 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 327, 333), as supplemented by Department of Labor regulations (29 CFR Part5).

 

viii.          Clean Air Act (42 U.S.C. ¤ 7401 et seq.) and the Federal Water Pollution Act (33 U.S.C. ¤1251 et seq.).  Proposals must contain a provision agreeing to abide by the Clean Air Act and the Federal Water Pollution Act.

 

ix.             Byrd Anti-Lobbying Amendment (31 U.S.C. ¤ 1352). All Vendors must file the Byrd Anti-Lobbying Amendment certification, certifying that the Vendor will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of congress, office or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. ¤ 1352.

 

x.               Equal Employment Opportunity. Proposals must include a provision requiring compliance with Executive Order (ÒE.O.Ó) 11246, ÒEqual Employment Opportunity,Ó as amended by E.O. 11375, ÒAmending Executive Order 11246 Relating to Equal Employment Opportunity,Ó and as supplemented by regulations at 41 CFR Part 60, ÒOffice of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor.Ó

 

xi.             Copeland ÒAnti-KickbackÓ Act (18 U.S.C. ¤ 874 and 40 U.S.C. ¤ 276c). Proposals for contracts greater than $2,000 in construction or repair must include compliance with the Copeland ÒAnti-KickbackÓ Act.

 

xii.            Davis-Bacon Act, as amended (40 U.S.C. ¤ 276a to 276a-7). Proposals for contracts greater than $2,000 must include a provision for compliance with the Davis-Bacon Act, including, specifically, payment of prevailing wage, weekly payroll distribution and timely and accurately providing records to PTC to demonstrate compliance. 

 

xiii.          Debarment and suspension (E.O.s 12549 and 12689): Proposals must include a statement indicating that the Vendor is not listed in the General Services AdministrationÕs List of Parties Excluded from Federal Procurement or Non-procurement Programs in accordance with Executive Orders 125449 and 12689.

 

xiv.           Signage:  Proposals must include a statement that all construction sites (if any) will display signage that features the ARRA Primary emblem in a prominent location on site.  The emblem must be displayed no less than six (6) inches in diameter.

 

Please check site often for updates.  If planning to submit a proposal please email rfp@pine-net.com and you will be emailed when the site is updated.  Please email all questions or concerns to email address above.