BASE TELECOMMUNICATION SERVICE - AWS

41
Solicitation FA452821R0010 Attachment 1 Minot AFB 29 September 2021 BASE TELECOMMUNICATION SERVICE Performance Work Statement

Transcript of BASE TELECOMMUNICATION SERVICE - AWS

    Solicitation FA452821R0010     Attachment 1  

 

Minot AFB29 September 2021

BASE TELECOMMUNICATION SERVICE  Performance Work Statement    

    Solicitation FA452821R0010     Attachment 1 

1  

1.0 DESCRIPTION OF SERVICES 1.1 Scope of the Work

The Contractor shall provide all personnel, equipment, tools, materials, vehicles, supervision and other items and services. Work under this PWS will support the mission of 5th Communications Squadron at Minot AFB as well as the Missile Alert Facilities (MAFs) by providing highly reliable wired telecommunications and networked voice, video and data services associated with AVAYA and CISCO (see appendix 2). The Contractor shall perform Operation and Maintenance (O&M) and other services required to ensure the Base Telecommunications System (BTS) is available 24 hours per day, 7 days per week. The BTS consists of the base telephone system switch, inside plant (ISP) systems, outside plant (OSP), network, transmission systems, and all associated equipment described in Appendix 2, which may include other systems (e.g. radio, etc.). The Contractor will be responsible for all cross-connects at each building that needs a telephone number changed. The Contractor shall operate and maintain all BTS equipment and systems in accordance with (IAW) the Original Equipment Manufacturers’ (OEM) technical manuals and specifications, Department of Defense (DoD) and AF policy and regulations, applicable federal, state, and local laws and regulations. Since this location is a northern tier base, contractor must plan appropriately for adverse winter conditions, and the follow-on increase in warm-weather construction activity base-wide.

1.2 General Requirements

1.2.1 Continuation of Mission Essential Services During Crisis IAW Defense Federal Acquisition Regulation Supplement (DFARS) clause 252.237.7023, it is determined that the O&M services in PWS paragraphs 1.3, 1.3.1, and 1.3.2 are essential for Contractor performance during a crisis situation. In the event of a crisis, additional areas may be identified by the Contracting Officer. The Contractor may be required to support base mission changes; major or minor BTS infrastructure modifications; and other support requirements necessary for the BTS to meet mission requirements. Base exercises or real-world base security events frequently interrupt missions. Support requirements may originate from technology changes, hardware and software systems upgrade, reconfigurations, new or additional equipment, and Dial Central Office (DCO) reconfigurations. This includes routing/diversity requirements and any other environmental changes that could impact or alter the BTS.

1.2.2 Accident/Incident Reporting and Investigation The Contractor shall record and report all available facts relating to each instance of accidental Government property damage or Contractor personnel injury to the Contracting Officer Representative (COR) within 2 hours of the incident. The Contractor shall secure the scene of any accident and wreckage until released by the accident investigative authority through the Contracting Officer (CO). If the Government elects to conduct an investigation of the incident, the Contractor shall cooperate fully with the COR, CO, and other Government investigation personnel until the investigation is completed.

1.2.3 Subcontractor Compliance The Contractor shall be responsible for ensuring Subcontractors satisfy the requirements set forth in the contract. The Contractor shall include a provision in all subcontracts to require Subcontractor compliance with terms and conditions of this contract.

1.2.4 Base Civil Engineering work Clearance Requests The Contractor shall prepare and coordinate a Base Civil Engineering Work Clearance Request, AF Form 103, prior to any trenching, digging, manhole or handhole entry. The Contractor shall notify the facility manager to submit an AF Form 332, Base Civil Engineer Work Request, prior to any work requiring structural modification to the facility. Trenching, excavation, confined spaces entry, confined spaces atmospheric testing/forced air ventilation, and marking and barricading of open trenches are to be performed IAW Occupational Safety and Health Act (OSHA) standards, Air Force Occupational Safety and Health (AFOSH), any local procedures and other provisions of this contract.

    Solicitation FA452821R0010     Attachment 1 

2  

1.2.5 Equipment

The contractor is responsible for ensuring all tools and test equipment needed for performing daily O&M functions and completing work orders are on site. (ADD) Any specialized equipment outside of daily use can be procured as needed. (ADD) (ie lift, jackhammer etc).

1.2.6 Personnel The Contractor is solely responsible for ensuring sufficient personnel are assigned to this contract and all personnel are qualified and certified at a minimum on Security +, CUCM administration, AVAYA administration, and ISP/OSP installer II to perform the requirements listed herein, including those qualifications and certifications required by the OEM requirements to maintain, install, or operate the equipment covered by this contract including current certifications for all voice switching systems. The Contractor shall ensure personnel also meet the criterion stated in its proposal for this requirement. The Contractor is solely responsible for compliance with OSHA standards for the protection of their employees. The Contract Manager shall ensure specific safety requirements in AFOSH standards are complied with by Contractor Personnel when non-compliance would clearly present the potential to harm or damage government resources. The AF is not responsible for ensuring that Contractors comply with personal safety requirements that do not present the potential to damage government resources. The Contractor shall not employ persons for work on this contract if such employee is identified to the Contractor by the Contracting Officer as a potential threat to the health, safety, security, general well-being or operational mission of the installation and its population. Contractor Personnel shall present a neat appearance and be easily recognized as Contractor employees.

1.2.7 Key Personnel Listing Upon the start of the contract, the Contractor shall provide an onsite Prime Contract Manager who shall be responsible for the performance of the work. The name of this person, and an alternate or alternates, who shall act for the Contractor when the Manager is absent, shall be designated in writing to the Contracting Officer. The Contract Manager or alternate shall have full authority to act for the Contractor on all contract matters relating to daily operation of this contract. Contractor shall provide a key personnel listing and contact information to the COR prior to commencing work and update information on a continual basis as changes occur to ensure it is always current and correct throughout the life of the contract. All personnel shall be proficient in understanding, reading, writing, and speaking the English language. The key personnel list shall identify the employees’ names, function they support, whether they are supporting O&M or work orders, and what percentage of each.

1.2.8 Contractor Identification Contractor employees shall identify themselves as contractor personnel by introducing themselves or being introduced as contractor personnel and by displaying distinguishing badges or other visible identification for meetings with Government personnel. In addition, Contractor personnel shall appropriately identify themselves as Contractor employees in telephone conversations and in formal and informal written correspondence.

1.3 Operate and Maintain (O&M) Requirements Overall responsibility to properly operate and maintain the BTS shall rest with Contractor as described by the maintenance support plan (MSP) (see PWS section 1.3.15, BTS Work Center Records) and the OEM’s recommended procedures. Appendix 2 identifies equipment and items the contractor will be responsible to maintain. O&M actions include all actions taken by the Contractor to operate and maintain equipment and systems in a serviceable condition or to restore it to a serviceable condition to include purchasing of commercially available parts, inspection, periodic testing, adjustment, and repair. O&M responsibilities include all pre-existing cabling infrastructure as is, to include ISP and OSP, all terminals, building terminals, pedestals, and copper and fiber optic splices. The effort may include the replacement of defective circuit packs and Customer Premise Equipment (CPE), preventive maintenance IAW applicable publications (OEM, Appendix 5, and otherwise specifically listed herein) and other routine work to optimize the life expectancy of the equipment and cable systems. Work orders will be accomplished IAW PWS Section 1.4. The Contractor shall not postpone or otherwise delay O&M efforts to accomplish work orders. The Contractor is responsible for completing both O&M and work orders simultaneously to ensure contractual timelines are met for both.

    Solicitation FA452821R0010     Attachment 1 

3  

1.3.1 Telephone Switch System O&M The Contractor shall operate and maintain the system(s) identified in Appendix 2. The Government will measure the acceptable standard performance level by a determination of the total systems availability (up time) and reliability rating during any given month. All existing, new equipment, cabling, or services installed by the Contractor shall automatically become part of the O&M services. This includes, but is not limited to, O&M Requests such as: basic switch actions such as installation of VOIP cards; removal of existing switch components; activation/de-activation of phone lines; installation of purchased parts covered under section 1.4 of existing equipment being maintained under Contract Line Item Numbers (CLIN) X010; management; administration and maintenance; performing software functions (i.e. number reclamation) and translations for any trunk or circuit of configurations required by on-base systems or users; data administration; trouble assistance; and records administration. O&M shall also include Voice over Internet Protocol (VoIP) operations as part of the BTS. Demarcation of VoIP maintenance shall not extend beyond the Voice Gateway and Call Manager(s). See Paragraph 1.6.2 for security requirements. Approximately 50 O&M Requests are estimated per month which may affect multiple actions per request. The contractor will provide the COR with the completion date of O&M Requests IAW PWS section 1.3.4.3.

1.3.1.1 Voice over Internet Protocol (VoIP) The Contractor shall provide CISCO and AVAYA VoIP operation to include installation of end user items as part of the BTS. This includes management, administration and maintenance, perform software functions and translations for any trunk or circuit configurations required by on base (to include the 15 MAFs) systems or users, perform add, move, change, delete, query of a circuit or system data, service/work order, trouble assistance and records administration. VoIP equipment is identified in Appendix 2. (Verify and update)

1.3.2 Perform Inside Plant (ISP) & Outside Plant (OSP) O&M Contractor shall maintain ISP & OSP cable and equipment as identified in Appendix 2 and IAW applicable documents listed in Appendix 5 of this PWS. Upon request by the COR, the contractor will perform end to end testing on existing ISP/OSP cabling. Applicable commercial standards apply to all testing and test results will be delivered to the COR for acceptance. Preexisting cable infrastructure will be the responsibility of the contractor, as well as all repairs to include all demarcation points and faulty wiring to include horizontal cabling and cross connects.

1.3.3 Preventive Maintenance Inspections (PMIs) Contractor shall perform PMIs as required on all systems covered by this contract IAW OEM recommended or established schedules and/or manuals. Contractor shall elevate any problems and identify any trends to the COR in writing within 1 workday. Contractor shall correct deficiencies IAW 1.3.15. 1.3.3.1 Switch Power Test The Contractor shall perform scheduled PMI tests of the telephone switch backup power system. PMIs shall test and document the power systems identified in Appendix 2. Each power system shall be tested IAW OEM specifications. Test results shall be documented IAW PWS section 1.3.15.

1.3.3.2 Spare Conductor Test Contractor shall perform a scheduled PMI test of all spare conductors. PMIs shall test and document at least two selected, out of service pair (one low and one high numbered pair) in each 25-pair group of every cable terminating in the DCO. These PMI tests are to be accomplished quarterly. Test results shall be documented IAW PWS section 1.3.15.

1.3.3.3 Fiber Strand Utilization The Contractor shall inspect 25 COR-accepted fiber terminals (which will not be the same terminals) per year. Additional inspections over 25 each shall be accomplished as a work order IAW PWS section 1.4. The Contractor shall inspect each terminal for the following discrepancies and correct as required:

Verify the correct location, number and cable count.

Document open fiber ports

Ensure cable is properly clamped to the wall and entrance conduits are sealed.

    Solicitation FA452821R0010     Attachment 1 

4  

Ensure cable is tagged correctly.

Remove all unused cross-connects, including those outside the DCO.

Ensure terminal is properly secured and is clean.

Update the CVC database with descriptive information.

1.3.3.4 Manholes and/or Handholes The Contractor shall inspect 80 COR-accepted manholes (which will not be the same manholes) per year under the O&M portion of this contract. Additional inspections over 80 each shall be accomplished as a work order IAW PWS section 1.4. If the Contractor is working in a manhole not scheduled for a PMI, the Contractor must correct any discrepancies before the job is considered complete. Then, the manhole will be counted in the monthly PMI schedule. The Contractor shall inspect each manhole/handhole for the following discrepancies and correct/open work order as needed:

All cables will be identified and tagged. At each splice, tags will be placed on each side of the splice identifying each cable. In manholes with pull through cables, each cable will be identified with a tag.

All cables will be racked to the manhole cable supports.

All ducts (vacant or occupied) will be sealed.

All manholes or handholes will be cleaned of mud, water and any other debris. Update the CVC database - for the manhole or handhole and record all descriptive information for

splices, cables, ducts and other communication features in the manhole or handhole. Check Locking lids/identify and place work order with COR for new locks.

1.3.3.5 Terminals The Contractor shall inspect 25 COR-accepted copper terminals (which will not be the same terminals) per year. Additional inspections over 25 each shall be accomplished as a work order IAW PWS section 1.4. The Contractor shall inspect each terminal for the following discrepancies and correct as required:

Verify the correct location, number and cable count.

Ensure cable is properly clamped to the wall and entrance conduits are sealed.

Ensure cable is tagged correctly.

Verify all working numbers in the facility and remove any unused numbers.

Remove all unused cross-connects, including those outside the DCO.

Ensure terminal is properly secured to the wall and is clean.

Update CAIRS or approved cable tracking systems (i.e. cable record book)

Update the CVC database with descriptive information.

1.3.3.6 Distribution Pedestal Terminals The Contractor shall inspect 12 COR-accepted Distribution Pedestal terminals (which will not be the same terminals) per year. Additional inspections over 12 each shall be accomplished as a work order IAW PWS section 1.4. The Contractor shall inspect each terminal for the following and correct as required:

Identify and tag each cable in the terminal if not already tagged. Ensure cable is grounded to a ground rod; notify COR immediately if ground rod is not available

to complete maintenance action. Inspect condition of cable and cable pairs for dry rot, exposed conductors and any damage by rodents.

If conductors are found to be damaged or unserviceable, repair damage conductors with a new section and a buried splice case or with remaining slack.

Ensure terminal is correctly installed.

Verify all working numbers and remove any unused.

    Solicitation FA452821R0010     Attachment 1 

5  

Remove all unused cross-connects. Update the CVC database with descriptive information.

1.3.3.7 Cable Analysis The Contractor shall review Configuration Accounting Information Retrieval System (CAIRS) records quarterly and perform cable analysis and phone population accuracy. The Contractor shall determine the number of bad pair(s) in each cable and report the percentage in each cable to COR. The Contractor shall also determine the cable fill rates and report to COR. Update CVC as necessary to record accurate cable information.

1.3.4 System and Service Outages and Trouble Calls/ Tickets

1.3.4.1 Contractor Availability The Government shall be able to contact Contractor personnel 100% of the time. The Contractor shall respond in case of emergencies, outages, alerts and exercises, 24 hours a day, 7 days per week. If contacted, the Contractor shall report for duty and provide services as necessary until the emergency, alert, or exercise is completed. There will be approximately 15 trouble tickets per month. The contractor will provide the COR with the completion date of Trouble Tickets IAW PWS section 1.3.4.3.

1.3.4.2 Scheduled Outages Contractor shall identify, coordinate, and schedule service outages with the COR. The Contractor shall schedule such outages to minimize inconvenience to users based upon Government user work schedules. This may require working outside of normal duty hours. The user must release all affected equipment and circuits prior to any service disruption. The Contractor shall follow established local procedures for scheduling and implementing scheduled outages. Notification shall include the reason for the interruption, start and stop times, duration and the equipment, lines, and buildings affected. The Contractor shall log the outage IAW the guidance in PWS section 1.3.15.

1.3.4.3 Restoration/ Completion of Outages, Trouble Calls/ Tickets, Work Orders, and O&M Requests The COR will assign the category of the outage/trouble and establish the repair priority. The Contractor shall respond and initiate repair actions within the specified time listed below from the time the COR advises the Contractor of the problem. However, exceptions to time limits may be allowed, with the written approval of the COR or CO, with appropriate justification. The

Contractor shall repair and/or restore services in the priority order determined by the COR. The Restoration Priority List (RPL) shall apply in the absence of the COR. The Contractor shall continue to work on repair actions until service is restored based on priority. The Contractor shall work closely with the COR on all repairs/service or system outages, trouble calls/tickets, O&M Requests, and Work Orders and notify the COR in writing upon restoration of service providing the time service was restored and a description of repair action. The Contractor shall coordinate with Network Infrastructure to restore any Internet Protocol (IP) phone set outages. The Contractor shall log the outage IAW the guidance in PWS section 1.3.15. Outage/trouble ticket call, Work Orders, and O&M Request categories are further defined as:

1.3.4.3.1 Emergency Contractor shall respond on-site within 2 hours and restore service within 8 hours unless otherwise approved by the COR in writing. Expedition of parts and/or labor is required (at contractors expense) at no additional charge. If an outage/trouble ticket, Work Order, or O&M Request significantly affects a mission, the COR may declare an Emergency classification. Emergencies are classified as any of the following:

Loss of over 50% or more of total call handling capability of any communications system

Loss of any Primary or Secondary Crash System or any portion thereof Affects security or emergency type operations, including Emergency Operations Center (EOC);

as well as those affecting safety Affect specifically identified events and/or exercises

Loss of Voice service affecting 100 or more users

    Solicitation FA452821R0010     Attachment 1 

6  

Failure of one or more circuits listed in the Base RPL

1.3.4.3.2 Priority Contractor shall respond on-site within 6 hours and restore service as soon as possible, but shall not exceed 3 working days. Expedition of parts or labor may be required at no additional charge. Priority is classified as any of the following: Loss of over 25% or more of total call handling capability of any communications system

Major alarm of any switching system identified in Appendix 2

Total loss of telephone service within a building IAW RPL or COR guidance Loss of LAN connectivity affecting 15-99 users

1.3.4.3.3 Routine Contractor shall respond on-site within 24 hours and restore service as soon as practicable but not to exceed 5 work days. Expedition of parts and/or labor is not required. Routine outages/troubles are any other outage(s) not included in the above categories.

1.3.4.3.4 Outage/Trouble Cause Identification The Contractor shall determine if a recorded problem or system failure is attributable to the BTS or other causes. The Contractor shall immediately notify the COR if the malfunction is determined to be due to other causes (outside the Contractor-maintained system/equipment). The Contractor may be liable for the cost of any third-party service calls or charges necessary to isolate and repair the problem if it is later determined that the cause of failure is related to the BTS or failure of proper O&M of the system.

1.3.5 Cable Location, Staking, and Marking The Contractor shall locate, stake, and mark up to 60,000 feet of encased or direct buried conduits/cable per year when requested by the COR. Marking shall be within one foot of the actual location at ten-foot intervals and at direction changes. The marking shall begin two feet outside the point of entry into the work area and shall continue two feet past the point of exit from the work area.

Contractor shall complete location, staking and marking within the specified time listed below from the time the COR advises the Contractor of the requirement unless additional time is permitted by the COR. The Contractor shall comply with the following timelines for location, staking, and marking:

Emergency: Within 1 hour of notification to include off duty and weekends. Priority: Within 6 Hours of notification. Routine: Within 3 business days of notification.

1.3.6 System Cross-Connect and Disconnect Services Contractor shall perform system cross-connect and disconnect services. All cross-connects and disconnects, which are required or incidental to the performance of O&M actions (including those outside of the DCO), shall be included as part of the O&M service. Ex. Phone circuit moves, relocating a phone etc.

1.3.7 Voice Mail The Contractor shall provide voice mail O&M. This includes, but is not limited to: management and administration of system network table and networking plan for multiple systems; additions; deletions; modifications to user’s mailbox; password resets; distribution list; holiday schedule tables; daylight savings time; synchronization with the phone switch; and proper functioning of the auto attendant feature, and CISCO UNITY and AVAYA voice mail system, to include replacement and repair of malfunctioning voice mail related hardware. Functions also include diagnostic, maintenance, and minor programming changes on current software applications. System backup includes backup of system configuration, names, and print “list all” of database.

    Solicitation FA452821R0010     Attachment 1 

7  

1.3.8 Voice Protection System (VPS) The routine maintenance of the VPS system is via MAJCOM Communication Control Center (MCCC). The Contractor shall respond to any requests for local maintenance as directed.

1.3.9 Traffic Measurement and Analysis The Contractor shall perform traffic measurement and analysis reporting once every quarter and up to 8 additional reports in a year as requested by the COR. The Contractor shall perform traffic measurement and analysis within system capabilities and limitations and perform analyses and studies on the base switching system when requested by the COR. The Government may also request measurement and analysis for a particular line or group of lines. The information required by the contract must cover no less than a 5-day period, (Monday-Friday, excluding holidays), and include, at a minimum, the following:

A. Trunk Traffic Summary identifying each trunk group by: number, name, description, direction, and the desired Grade of Service (GOS).

B. Individual analysis of each trunk group by:

1. Number and name 2. Type 3. Quantity (total and working) 4. Average busy hour 5. Maximum usage 6. Average minimum usage 7. Average maximum usage/trunk 8. Percent occupancy at average maximum usage 9. Current GOS at average maximum usage 10. Number of trunks required for recommended GOS 11. Recommendations based on the information provided in the analysis

1.3.10 Contractor Support Services The Contractor shall comply with FAR 9.505, Conflict of Interest, IAW support services.

1.3.10.1 Contractor Support for Government Engineering and Installations The Contractor shall provide technical support to include an interchange of information on technical parameters and capabilities of the BTS; location and identification of building terminals and communication rooms; and verification of cable record information as directed by the COR or CO. These efforts include setting of equipment options to determine proper operational conditions; restoration of service to existing equipment; establishment of service to new facilities; establishment of service for existing facilities under renovation; transfer from one system to another system; and support of hardware and software upgrades.

1.3.10.2 Contractor Interface and Support for Other Vendors The Contractor shall cooperate, share and exchange routine or available technical and system equipment interface information with other vendors as directed by the COR or CO.

1.3.10.3 Workload/ Status Meetings The BTS Manager shall attend local meetings with the COR(s) and Communications Squadron Plans Office to discuss status of current and future work orders, trouble tickets, outages, PMIs, or any other work/event that may impact contractual performance. The Contractor shall provide a list of work orders and trouble tickets at the meeting for reconciliation and discussion with the COR(s), Contracting Officer, or other personnel (approved by the CORs or CO).

1.3.10.4 Design Review Meetings The Contractor shall review program or project drawings and provide comments concerning communications requirements within ten working days from receipt when requested by the COR. The Contractor shall participate in

    Solicitation FA452821R0010     Attachment 1 

8  

designated design review meetings identified by the COR. The BTS manager shall attend up to four design review meetings per month.

1.3.11 Technical Solutions Contractor shall perform detailed technical solutions for work intended to be performed under this contract upon receipt of a written request for the COR. The technical solution includes a listing of those efforts/items required to complete the job and shall be provided to the COR using the work order format specified in PWS Section 1.4. The Contractor shall provide the proposed solution to the COR within 10 working days from receipt of requirement unless a longer period is agreed to by the COR and documented on the requirement.

1.3.12 BTS Work Center Records The Contractor will use Remedy and CIPS to document all work performed. Contractor may develop and maintain separate BTS work center records. The Contractor shall update work center records within 2 duty days after completion of the associated task(s) unless specified differently within this section. All BTS records and documents established and maintained by the Contractor are Government property and shall remain at the site and be turned over to the COR for disposition upon contract completion. Failure to do so may result in withholding of final payment until all records are recovered or in a reduction in final payment for records lost or misplaced. The Government requires electronic maintenance and storage of records, unless otherwise specified herein. The Contractor shall identify all acronyms, codes, abbreviations, signs and symbols used in each record. The Contractor shall use the same format for initial and all subsequent submissions of the same record unless otherwise approved by the CO. All records shall be readily available for review by the COR and CA, and other personnel (authorized in writing by the CO). The Contractor shall update all errors found or identified during review of the work center records. Contractor shall develop, update and/or maintain accurate, complete, and readable work center records as listed below:

1.3.12.1 Maintenance Support Plan (MSP) The MSP shall enable the scheduling and tracking of preventive maintenance actions on Contractor- maintained equipment. This record shall be available within 30 calendar days after period of performance begins. When changes occur that affect the MSP, revisions shall be submitted within 10 work days after the effective change (e.g. modification adding equipment) unless otherwise requested by the CO (e.g. with the proposal to add new equipment to maintenance). The Government will review and approve, or provide the Contractor with required corrections. Changes may be implemented only after CO approval. The MSP shall contain as a minimum: a schedule of PMIs due on each piece of equipment being maintained (Appendix 2) for the life of the contract IAW equipment manufacturer’s recommendations; alarm notification procedures; and specific maintenance tasks to be performed on each system.

1.3.12.2 PMI Inspection Records and Malfunction Record PMI Inspection records shall, at a minimum, contain: the date and time inspection was performed; a short description of inspection conducted; malfunctions or problems annotated on record with equipment data, serial number, etc.; the corrective action taken by the Contractor; and the initials of the technician performing the inspection. The Contractor shall use IMDS (or COR-approved substitute) for tracking purposes.

1.3.12.3 Maintenance/ Repair Logs (e.g. maintenance actions, trouble tickets) Contractor shall use Remedy or approved AF GIS system per the COR to maintain an accurate and legible BTS Maintenance/Repair Log to show all maintenance and inspections (other than PMIs) performed during each 24-hour period as a result of trouble report actions or scheduled or unscheduled outages.

1.3.12.4 Manhole, Handhole, and Building Terminal Inspection/ Maintenance/ Repair Contractor shall maintain manhole, handhole, distribution pedestal terminal, and building terminal inspection records as defined in PWS Section 1.3.3.3. The Contractor shall update the CVC database with pertinent cable feature data (CFD) information gathered during the inspections. The record shall be available for inspection and analysis by the Government. If other electronic documentation is implemented, the Contractor shall grant the Government access to those records

    Solicitation FA452821R0010     Attachment 1 

9  

1.3.12.5 Cable Installation/Repair Test Results Contractor shall develop and maintain a cable installation repair test results record after the installation or repair of an outside plant cable. Graphics and pictorials may be used to illustrate. The record shall, at a minimum, contain the purpose of test/inspection; complete identification of item tested/inspected and test equipment used; complete description of the physical set-up (e.g., item, facility, and equipment used); complete description of procedures used; copy of results/analysis; actual recorded data (e.g., instrument readings) (if extensive, provide as an appendix); conclusions and recommendations; and authentication of results and acceptability. The Contractor shall update the CVC database with pertinent CFD information resulting from installation or repair.

1.3.12.6 Communications and Information Systems Installation Record (CSIR)

1.3.12.6.1 Contractor shall produce, update, and post changes to drawings, plant records or documents using Government-provided forms, software, and web browser applications. Contractor shall load, edit, update and maintain CSIR information, for the outside plant, in the CVC database IAW AFI33-101 and TO 00-33A-1001. Contractor shall transfer to the CVC database all pertinent outside plant CFD information from administrative and maintenance CSIR, Legacy CSIRs, work orders, inspection records, as-built and as-installed marked-up drawings, and GPS services produced as a result of the Contractor’s operations. The Contractor shall update the CVC database with outside plant information from as-built drawings or other pertinent documents or electronic data pertaining to work done by third parties (organic or Contractor) when tasked through the work order process. Contractor is responsible for verifying Contractor-entered information, accuracy, and completeness. Contractor will use the CVC Viewer/Editor to update the CVC by opening and utilizing Live Direct Edit Sessions. During the edit session, the Contractor will update CVC with as-built information or with information transcribed from shape files created or produced in accordance with PWS paragraph

1.3.12.6.2 When the update is completed, the Contractor will close the session and notify the CISR Manager the session edit is ready to be approved. The CSIR Manager will review the Contractor’s edit session and Quality Control (QC) approve or reject each Contractor’s Live Direct Session Edit by inspecting each feature added or modified during the Live Direct Edit Session. The CSIR Manager will notify the Contractor of each feature that was rejected during the QC process in order for the Contractor to take corrective action.

1.3.12.6.3 The Contractor shall have a CIPS account in order to use CVC. The Contractor shall apply for a new account by visiting the website at https://cipsaf.tinker.af.mil/cips.

1.3.12.6.4 Contractor’s will produce drawings to support engineering initiatives.

1.3.12.7 Contract Line Number (CLIN)/Product Identification (PID) Utilization Record The Contractor shall produce and maintain an electronic record of the CLINs/ PIDs, ordered under the contract. The record shall include: the CLIN, or PID number; description; and quantities of each item. The record shall exclude price information. Contractor shall update this record within two days of work order completion.

1.3.12.8 Contractor-Furnished Hazardous Material Contractors must obtain an authorization prior to bringing any hazardous materials (Federal Standard 313) on Air Force installations. Contractors must submit all required documentation including appropriate Hazardous Materials Authorization Information Form, Material Safety Data Sheet (MSDS) and projected usage information to 5 CES/CEAN through the Contracting Officer at least 15 days before the HAZMAT is brought onto Minot AFB and facilities within the Missile Field. This review is to ensure that no Air Force restricted hazardous materials are being proposed for use. The contractor will comply with current Federal Acquisition Regulation (FAR) 52.223-5. Prime contractors shall be responsible for reporting hazardous material used by subcontractors. FAR 52.223-3 provides guidance on Hazardous Material Identification and Material Safety Data. The contractor shall maintain MSDSs for all hazardous materials used on base and the MSDSs shall be on file on site at the construction site office at all times. The contractor shall send 5 CES/CEAN via the Contracting Officer a MSDS for any new material not initially identified, the volume being brought on base, and its storage location. The MSDS shall be submitted to 5 CES/CEAN. All hazardous materials used by the contractor on Minot AFB property shall be stored properly in segregated areas in accordance with all regulatory and MAFB Fire Department requirements. Contractor shall

    Solicitation FA452821R0010     Attachment 1 

10  

develop this record to document bringing or using hazardous material on Government facilities. Contractor shall develop this record not later than 30 calendar days after contract award and develop and maintain electronic updates to records quarterly thereafter. If no hazardous material is used in performance of the contract during the quarterly period, the Contractor shall indicate “none” on the applicable quarterly record. Contractor will comply with base HAZMAT policy.

1.3.12.9 Equipment Inventory Records (PWS Appendix 2) The Contractor shall maintain a working copy of Appendix 2. Appendix 2 shall identify equipment installed, changed, or removed via contract modification or the work order process identified in PWS section 1.4. The record shall include all assemblies of the equipment configuration, which would be logically disassembled from the total configuration for the purpose of packing and shipping. The Contractor shall update the record when individual work orders are completed using approved information systems.

1.3.12.10 Telecommunications Management System (TMS) The TMS currently in use at Minot AFB is Configuration Accounting Information Retrieval System. The Contractor shall perform daily record updates using the current TMS. Some updates may require the Contractor to manually enter the data upon completion of individual work orders or record changes.

Contractor shall also maintain cable pair assignment records using the current TMS. The Contractor shall conduct at a minimum but not limited to; 75 telephone circuit audits which are to include different telephone circuits per month, update records using the current TMS and inform the COR when monthly audit has been completed.

1.3.12.11 Work Order Records, Including Warranty Records The Contractor shall develop and maintain work orders. The Contractor shall update work center records within 2 working days after completion of the task(s) specified on individual work orders and notify the COR in writing. Physical records of work orders in process shall be retained and available locally (on base). Upon completion of work order, documentation will be uploaded into CIPS.

1.3.12.12 System Capacity Records Contractor shall produce system capacity records quarterly and upon request by the COR. Records shall include each cable and terminated cable count, type of cable (bad and spare), and number of conductors used. Quarterly system capacity records shall be produced for the host switch and remotes. The records shall include total line ports, line ports in use, line port type (analog/digital/ISDN/etc.) total used, and DS-1 digital trunk ports (total ports used and available).

1.3.12.13 System Security Audit Record The Contractor shall develop and maintain an electronic monthly user event log that contains, at a minimum: the number of logins (remote and local); number of login attempts (remote and local); password changes; and/or any critical table modifications including new user accounts as allowed by the switch.

1.3.12.14 Quality Control Plan (QCP) Contractor shall develop a highly effective QCP for all services provided under this PWS. The Contracting Officer will notify the Contractor of acceptance or required modifications to the plan before the contract start date. The Contractor shall make appropriate modifications and obtain acceptance of the plan by the Contracting Officer. The QCP shall remain in effect during the term of the contract (including any option periods if exercised). The Contractor shall: maintain the QCP; retain a copy on site; and ensure availability at all times to all members of their on-site staff, as well as the COR and CA. The Contractor’s QCP shall reflect depot-level Contractor logistic support, centralized maintenance and remote monitoring from the Integrated Network Operations and Security Center (I-NOSC) and refrain from relying on Government CORs as a means to ensure their own quality control. The Contractor shall notify the parties specified in this paragraph of any changes to the QCP at least 10 work days prior to implementation of those changes. The contractor shall develop, implement and maintain a comprehensive QC Program that assures compliance with all requirements of this PWS. Safety violation(s) and deviation(s) from established technical data will constitute an unsatisfactory condition(s) and will be documented as such.

    Solicitation FA452821R0010     Attachment 1 

11  

If the Contractor exceeds the error rate as listed on the Service Summary, they may be subject to a lower performance evaluation rating. The QCP shall also include procedures for training, qualification and any required certification of employees prior to performance of assigned duties under this contract. Procedures shall include assignment of management responsibility for employee task qualification to specific positions/individuals within the Contractor’s organization, as well as the quality control process that will be utilized to ensure compliance and a description of the records to be kept to document inspections and corrective or preventive actions taken. The records of inspections shall be kept and made available to the Government throughout the contract performance period and for the period after contract completion until final settlement of any claims under this contract.

1.3.12.15 Global Positioning System (GPS) Service Data Contractor shall collect, update and maintain the CFD and use the data to update the location and attributes of communication features in the CVC database in accordance with 1.3.15.6 and 1.3.15.19.2.3 for any GPS requirement.

1.3.12.16 Global Positioning System (GPS) Service Contractor shall use GPS technology to provide geospatial coordinates and feature description data of cable installation pathway, which includes but is not limited to data on new, modified, and repaired underground, buried and aerial communications cables, cable trenches, ducts, duct banks, manholes, handholes, building entries, terminals, distribution pedestal terminals, and splices. Contractor shall ensure data compatibility with the CVC database and shall upload the data into the CVC database.

1.3.12.16.1 The Contractor shall use GPS equipment and technology supplemented with electronic underground cable locating equipment and land surveying operations necessary to collect required Communication Feature Data (CFD) following the Federal Geographic Data Committee (FGDC)-STD-007.4-2002 specified in PWS Appendix 5.

1.3.12.16.2 Each communication feature requiring geospatial coordinates shall be located to within one meter of its true ground position, in the horizontal plane, with a 95% spatial accuracy confidence level as defined in FGDC-STD-007.3-1998, specified in PWS Appendix 5.

1.3.12.16.3 Geospatial coordinates for the location of manholes and cable vaults shall be recorded for the center of the manhole lid. Geospatial coordinates for the location of handholes, pull boxes, pedestals, and buried splices shall be recorded for the top center of the feature. Geospatial coordinate data for the location of utility lines shall be recorded at a minimum every 50 feet, and each turn or bend in a cable installation pathway must also be recorded so the coordinates for any point along the turn pathway will fall within the allowable accuracy.

1.3.12.17 The Contractor shall be responsible for providing all required equipment including software, hardware, and any other tools, labor, and materials necessary to provide CFD on electronic storage media in the specified format.

1.3.12.17.1 The GPS collected CFD attribute, metadata, and location information shall be stored and submitted in an Environmental Systems Research Institute (ESRI) Shape File format. The shape files must be compatible with the CVC Viewer/Editor web-browser application, currently accessible at https://cipsaf.tinker.af.mil/cips/mycips.aspx. Its format shall be within a folder named the same as the prefix of the shape file. For Example, if the shape file is named "points_lafb_28.shp" the folder would be named "points_lafb_28”. The folder shall contain all the files that make up the general shape file, i.e., “.shp”, “.shx”, “.dbf”, etc. along with the specified metadata file. The shape files shall have a geospatial reference (.prj) file included that specifies the parameters of the coordinate system.

1.3.12.17.2 The Contractor shall use GPS to determine horizontal position of communication features and will format CFD entry using the entity naming convention, attribute fields and domain values.

1.3.12.17.2.1 The Contractor shall collect CFD in GPS data loggers and will use a CFD data dictionary for use in the logger.

    Solicitation FA452821R0010     Attachment 1 

12  

1.3.12.17.2.1.1 For each of CFD collected using GPS, the Contractor shall complete all metadata elements marked mandatory as defined by the FGDC–STD-001-1998 specified in PWS Appendix 5. Documents should be compatible with the submitted shape files and software of the organization specified in Paragraph 1.3.12.17.1.

1.3.12.17.2.2 Calculation worksheets showing compliance with National Standard for Spatial Data Accuracy (NSSDA) statement at the 95% confidence level as required by Paragraph 1.3.15.19.1.2 shall be submitted as an Excel (.xls) file. Example calculation worksheets in Excel format can be downloaded from a FGDC website: http://www.fgdc.gov/.

1.3.12.17.2.3 Geospatial Data Geospatial data shall overlay on the installation’s current GeoBase Common Installation Picture (CIP) provided in the Air Force Porta1 accessible CVC. The collected data will incorporate the datum and the coordinate and projection system of Minot AFB, ND “GCS_North_American_1983” UTM Zone 14N, 15N, 16N.

1.3.12.18 Quality Control The Contractor shall utilize a topology build and clean routine and assure the Shape files containing CFD have the following:

A. No erroneous overshoot, undershoots, dangles or intersections in the line work.

B. Features shall be snapped where applicable, for example, GPS Db splice snapped to GPS_Path_Segment.

C. Lines should all be continuous, with no pseudo-nodes. Nodes should only exist where the attributes of a line change

D. No sliver polygons

E. All polygons completely close and have a single unique centroid

F. Digital representation of the common boundaries for all graphic features must be coincident, regardless of feature layer.

1.3.12.19 Maintenance of GPS Service Data CFD shape files, metadata XML files, the quality control report and calculation worksheets validating the NSSDA accuracy statement shall be maintained on site in an orderly manner. Contractor shall make available such documentation to COR, when requested, for reviews to ensure compliance with GPS service guidance.

1.3.12.20 Updating CVC with GPS Collected CFD The Contractor shall store the collected outside plant infrastructure features and communications pathways shape files in the local government provided computer workstation, and shall transcribe information from the local workstation shape file into the CVC database using the CVC Viewer/Editor web-browser application, accessible at https://cipsaf.tinker.af.mil/cips/mycips.aspx or search for CIPS at the Air Force Portal.

1.4 Work Order Requirements The Contractor shall comply with the following requirements. Examples of work orders include, but are not limited to, equipment purchases, installations, removals, or wiring relocations. Additionally, work orders may include installation or removal of cables/transmission media, as required for new requirements, and follow-on O&M of these equipment items/media. All work orders will include a technical solution. The COR will be notified of any installation found to be incomplete or not installed according to industry standards. The Contractor shall maintain the installed infrastructure. The Equipment and Installation Performance Specification (EIPS) provides detailed descriptions of the material and labor effort (e.g. material, labor, and incidentals for installation, removal, and/or relocation) required by the attached Pricing Table and identified by PIDs. When an item required to complete a work order is not pre-priced within the Pricing Table, the Government may negotiate the addition of these items, negotiate a special project or opt to use another vehicle to accomplish the task.

    Solicitation FA452821R0010     Attachment 1 

13  

1.4.1 Work Order Authorization Any work order required that is $10,000 or less shall be the price that is most advantageous to the Government and is authorized for approval by the COR. Any work order that exceeds this amount is required to be approved by the CO. Orders shall not be split to avoid exceeding the threshold.The contractor shall provide backup documentation to support price reasonableness (best value to the Government) for work orders. Work order items that include services require appropriate justification for pricing reasonableness.

1.4.2 Work Order Procedures

1.4.2.1 Work Orders modified by the Contractor after issuance shall be submitted to the COR for approval prior to work completion. All work orders shall be submitted to the contractor through CIPS work order system (WOS).

1.4.2.2 All work orders issued hereunder are subject to the terms and conditions of the contract.The Contractor shall refer any questions, concerns, or disputes concerning work orders to the COR in writing within 24 hours (2 hours for emergencies) of receipt of the work order. In the case of misunderstanding or concern, the Contractor does have the right to reject work orders. Should questions, concerns, or disputes occur, the Contractor shall continue work while elevating to the CO in writing for direction/resolution

1.4.2.3 Work orders will be accomplished during normal duty hours; however, occasions may arise that require work to be accomplished outside of these hours. The Contractor shall be responsible for covering such situations with adequate personnel and completing the work within the stipulated time. Premium pay per appropriate labor law is included within the pre-priced items for work orders (see PWS Section 1.4.7)

1.4.3 Work Order Classifications The COR will classify work orders as routine, priority, or emergency. The COR is authorized to reclassify/reprioritize work orders without cost before work commences. The Contractor shall comply with the time limits listed below from the time of receipt of the work order. However, exceptions to time limits may be allowed, with the written approval of the COR or CO, with appropriate justification. Failure to obtain materials due to supplier delay is not typically considered an adequate reason for an extension. All cable cut repairs shall be classified as emergency unless determined otherwise by the COR.

Routine. Complete within 10 duty days following submission of site survey

Priority. Complete within three duty days

Emergency. Respond on work site within four hours and complete work as soon as possible upon approval. The COR may provide initial notification to the Contractor verbally, with a written follow-up within two hours. The Contractor will keep the COR apprised of emergency work order status.

1.4.4 Required Information on Work Orders/ Site Survey Checklist Contractor will develop document to provide the following information as a minimum for each work order:

Date of preparation.

Contract number, Task Order Number and work order number. CLIN/PID, description, quantity ordered, building number, room number, and contract unit and

extended prices and total Not To Exceed (NTE) price. Changes to work orders, as permitted by the terms within this PWS, shall reflect mutual agreement by

attaching supporting documentation; signatures of the COR and Contractor; and dates of signatures. When complete, a stamp or other text block indicating customer acceptance, Contractor initials and

dates of completion for work and applicable work center records. Any other pertinent information required to properly document work performed. A written technical solution.

Include the statement “Invoice Work Order Against Funding CLIN X011” prior to work order approval (do not use “x” placeholders, e.g. 1016 on work orders)

    Solicitation FA452821R0010     Attachment 1 

14  

1.4.5 Submittal of Completed Work Orders The Contractor shall provide copies of all completed work orders issued under this contract to the COR by dropping them into a designated location within two duty days of completion. Completed work orders shall have the date of completion of the work, the completion date of applicable deliverables, and customer and Contractor initials and uploaded into CIPS.

1.4.6 Work Order Payment Payment for all work orders approved by the Government will be processed via invoice under CLIN X011.

1.4.7 Work Orders Subject to Construction Wage Rate Requirements The COR is authorized to place work orders directly with the Contractor for all CLINs/PIDs. The Contractor shall identify work orders where the Construction Wage Rate applies on the face of the work order. Work orders may be subject to Construction Wage Rate dependent upon work effort to be performed. A copy of all Construction Wage Rate work orders shall be forwarded to the CA when approved, changed, and also when completed.

1.5 GENERAL INFORMATION

1.5.1 Contractor’s Quality Control Program The Contractor shall establish, operate, and maintain a highly effective and open quality control program for all services provided under this PWS. The Government will rely upon Contractor documentation for all services performed subject to periodic review and validation. The Contractor shall establish and monitor a customer feedback system for correction of validated complaints and notification of corrective action to customer. The Contractor shall retain Quality Control documentation on site in an orderly manner and make it available for Government review, if requested. See also PWS section 1.3.15.

1.5.2 Security The Contractor shall follow security guidelines IAW DoDI 8100.04, DoDI 8570.01-M and the Defense Switched Network Security Technical Implementation Guide (DSN STIG). At the end of each work period, all Government facilities, equipment, and materials shall be secured. The O&M Contractor shall provide adequate personnel on site with Security+ certification and AVAYA/CISCO CCIE or equivalent qualifications to support VoIP operations. Contractor must provide certification prior to start of work and maintain currency of certification throughout the life of the contract.

1.5.3 For Official Use Only (FOUO) Material If the Contractor determines that unauthorized personnel has access to FOUO material, such as the Base map or CSIRs, the Contractor Site Manager will immediately notify the COR and cooperate fully with any investigation. The Contractor shall comply with DoD 5400-7-R AFMAN 33-302, DoD Freedom of Information Act (FOIA) Program. This regulation establishes policy and procedures for the disclosure of records to the public and for marking, handling, transmitting, and safeguarding FOUO material.

1.5.4 Facility Cleaning The Contractor is responsible for daily office, storage and maintenance area cleanliness.

1.5.5 Safety, Security, and Environmental Meeting

1.5.5.1 The Contractor shall initially meet with appropriate local safety and health, security, environmental, and Civil Engineering offices within 10 days after start of contract performance to:

1.5.5.1.1 Determine any potential problems with the projected work in areas contain asbestos, hazardous materials, and hazardous wastes and local procedures to be followed in the event such problems are encountered.

1.5.5.1.2 Determine local procedures to be followed concerning the use, disposal, or reporting of use of hazardous materials. Material Safety Data Sheets (MSDS) shall be submitted IAW FAR Clause 52.223-3, “Hazardous Material Identification and Material Safety Data,” for any hazardous materials (paints, solvents, cleaners, encapsulating compound, etc.) to be used in performance of the contract. The MSDS must be approved through the Hazmat prior to any use of the hazardous material. The Contractor shall submit requests to the Base Hazmat office.

    Solicitation FA452821R0010     Attachment 1 

15  

1.5.5.1.3 Ensure any required environmental surveys have been accomplished and any problems identified have been resolved. An environmental survey is required at each site requiring demolition/construction/upgrade before work can begin. The Contractor shall advise the COR immediately upon learning an environmental survey has not been accomplished. The Contract shall not begin work until the environmental survey has been accomplished and any problems identified have been resolved. Depending on the complexity of the work, the environmental survey may be in the form of an AF 332, Base Civil Engineer Work Request, an AF 103, Base Civil Engineer Work Clearance Request (Dig Permit); an AF 813, Request for Environmental Impact Analysis; or a complete Environmental Assessment.

1.5.5.2 IAW AFI 91-203, the Air Force has a requirement to inform contractors of Confined Spaces and known hazards associated with them. When an organization arranges to have a contractor perform work that involves a permit-required space entry, the organization shall:

1.5.5.2.1 Notify the contractor that work will be performed in a permit-required confined space and ensure the information is included in the Work Order or equivalent contracting tool.

1.5.5.2.2 Ensure the fire chief coordinates on the confined space entry contract and either approves or disapproves the use of the rescue team supplied by the installation Fire Emergency Services Flight.

1.5.5.2.3 Brief the contractor on the contents of the space and known hazards that make the space permit-required.

1.5.5.2.4 Brief the contractor on precautions and procedures that have been implemented by the organization to protect Air Force workers

1.5.6 Overtime Overtime premiums are not reimbursed by the Government under the terms of the contract as it is included within the prices proposed; therefore, change in shift or shift premiums/reimbursement shall be negotiated solely between the Contractor and its employees IAW applicable labor laws.

1.5.7 Network Access The Contractor must be able to obtain a Government issued Common Access Card (CAC) and have the ability to establish a NIPRnet account to perform daily duties.

1.5.8 Restricted Area Badge The Contractor must be able to obtain a Government issued Restricted Area Badge to perform daily duties. (ADD)

1.5.9 Missile Alert Facility The Contractor must obtain unescorted access to the Missile Alert Facilities to perform daily duties.

1.5.10 Hazardous waste Procedures All hazardous waste must be managed, handled, and disposed of in accordance with 40 Code of Federal Regulations (40 CFR) Parts 260-299 and the Minot AFB Hazardous Waste Management Plan. The contractor is responsible for the proper characterization, containerization, and disposal of all wastes generated from his operations, including RCRA hazardous, state-regulated, and spill cleanup wastes. Contractors shall coordinate with 5 CES/CEAN for the disposal of generated wastes at least 14 days before the project begins, and provide updates at least once per month throughout the entire project. Updates shall include the volume and type of waste generated, and storage location. Contractors storing hazardous waste on site for more than 24 hours must follow the Minot AFB Hazardous Waste Management Plan. At a minimum, the contractor must establish a secure accumulation point, and appoint and train Hazardous Waste (HW) Managers. If more than 55 gallons of hazardous waste or more than 1 quart of acutely hazardous waste is generated then the contractor must obtain approval for and establish a 90-day accumulation site. The contractor shall coordinate accumulation storage areas with 5 CES/CEAN via the Contracting Officer at least 2 weeks prior to establishing the storage area. The contractor is responsible for all fines and penalties, which may stem from an EPA or State of North Dakota Department of Health hazardous waste inspection of his operation.

1.5.11 Spills and Spill Response Procedures Spills of any type material shall be reported immediately to 5 CES/CEIE, for evaluation to determine if cleanup is

    Solicitation FA452821R0010     Attachment 1 

16  

required and evaluate the need for reporting to regulatory officials. At a minimum, the contractor shall report the date, time, volume, and location of the spill, and whether the spill entered the environment. The contractor must have a spill cleanup kit appropriate to the quantity of Hazardous Material being used. The contractor will be charged for any cleanups and disposal costs accomplished by Minot AFB personnel. All spill cleanups will be completed in accordance with the Minot AFB Integrated Hazardous Materials Emergency Response Plan and be handled by trained personnel only. Any hazardous products or materials of environmental concern cleaned up on Minot AFB facilities must be tested to determine if it is a hazardous waste.

1.5.12 Environmental Surveys Ensure any required environmental surveys have been accomplished and any problems identified have been resolved. An environmental survey is required at each site requiring demolition/construction/upgrade before work can begin. The Contractor shall advise the COR immediately upon learning an environmental survey has not been accomplished. The Contractor shall not begin work until the environmental survey has been accomplished and any problems identified have been resolved.

1.5.13 Site Specific Security Determine any site-specific security requirements and ensure compliance by all personnel. The Contractor shall be responsible for safeguarding all government property provided for contractor use. At the end of each work period, all government facilities, equipment and materials shall be secured and accounted for.

1.5.13.1 The Contractor shall establish and implement methods of making sure all keys issued to the Contractor by the Government are not lost or misplaced and are not used by unauthorized persons. The Contractor shall not duplicate any keys issued by the Government.

1.5.13.2 The Contractor shall immediately report to the COR any occurrences of lost or duplicated keys. In the event keys, other than master keys, are lost or duplicated, the Contractor may be required, upon written direction of the Contracting Officer, to rekey or replace the affected lock or locks without cost to the Government. The Government may, however, at its option, replace the affected lock or locks or perform rekeying and deduct the cost of such from the monthly payment due the Contractor. In the event a master key is lost or duplicated, all locks and keys for that system shall be replaced by the Government and the total cost deducted from the monthly payment due the Contractor.

1.5.13.3 The Contractor shall prohibit the use of keys issued by the Government by any persons other than the Contractor’s employees and the opening of locked areas by Contractor employees to permit entrance of persons other than Contractor employees engaged in performance of contract work requirements in those areas.

1.5.14 Environmental Management System All Contractor employees will be required to complete Air Force provided initial Environmental Management Systems (EMS) awareness level training within 90 days of contract award or with a new contract employee beginning work on the Air Force Installation. The appropriate documentation of training will be provided to the COR office. Contractor shall be knowledgeable of and comply with all applicable Federal, State, Minot AFB Environmental Polices local regulations and requirements regarding environmental protection.

1.5.15 Quality Assurance Government Personnel will record all surveillance observations. When an observation indicates defective performance, the QAP will require the Contract Manager or Representative at the site to initial the observation. The initialing of the observation does not necessarily constitute concurrence with the observation, only acknowledgment that he or she has been made aware of the defective performance. Government surveillance of tasks not listed in the Service Summary SS or by methods other than those listed in the Service Delivery Summary SDS (such as provided for by the Inspection for Services Clause) may occur during the performance period of this contract. Such surveillance will be done according to standard inspection procedures or other contract provisions. The Contracting Officer may require the Contract Manager to meet with the Contracting Officer, Contract Administrator, COR, and other Government Personnel as deemed necessary. The Contractor may request a meeting with the Contracting Officer when he or she believes such a meeting is necessary.

    Solicitation FA452821R0010     Attachment 1 

17  

1.5.16 Records All records, files, documents, regardless of media (e.g., paper, electronic, etc.), as described in the PWS, that are the responsibility of the contractor are the property of the Government and shall remain so upon termination or completion of the contract. The contractor shall keep these items current and maintain and dispose of them in accordance with the requirements established in Air Force Instruction (AFI) 33-322, Records Management Program, which can be provided by the COR or CO upon request. Records shall be turned over to the Government upon completion of the contract unless otherwise stated. All records are subject to the Freedom of Information and Privacy Act. The Minot AFB Records Management Office (5 CS/SCXK), will provide assistance and training to the contractor to ensure compliance with Federal record keeping requirements.

2.0 Service Delivery Summary (SDS)

Performance Objective

PWS Reference

Performance Threshold (Monthly unless otherwise

specified)

Provide sufficient and qualified personnel to perform the requirements

1.2.5 No more than one instance of insufficient or unqualified personnel

Operate and maintain minimum switching system(s)

1.3.1 / 1.3.2 A period of five minutes downtime shall not be exceeded

Perform PMI Switch Power Tests 1.3.3.1

No more than one instance of failure to test IAW OEM specifications or document results

Perform PMI tests of spare conductors 1.3.3.2 No more than one instance of failure to test & document IAW PWS each quarter

Perform PMI of Manholes and handholes

1.3.3.3

No more than one instance of failure to perform PMIs IAW PWS

Perform PMI of Terminals 1.3.3.4

No more than one instance of failure to perform PMIs IAW PWS

Perform PMI of Distribution Pedestal Terminals

1.3.3.5

No more than one instance of failure to perform PMIs IAW PWS

Perform PMI Cable Analysis 1.3.3.6

No more than one instance of failure to perform PMIs IAW PWS

Respond to and restore all system and service outages and trouble calls/tickets within the required time constraints specified in the PWS

1.3.4

Emergency – Zero instances exceeding response/restoration times Priority – One instance exceeding response/restoration

    Solicitation FA452821R0010     Attachment 1 

18  

times Routine – One instance exceeding response/restoration times

Provide location, staking, and marking services

1.3.6

Emergency – Zero instances exceeding completion time Routine – One instance exceeding completion time

Provide Contractor support services IAW the PWS 1.3.13

No more than one instance of failure to provide support/interface No more than one unexcused meeting absence

Technical Solutions IAW PWS 1.3.14

No more than one instance of failure to provide an implementable technical solution within specified time frame.

Update work center records 1.3.15

No more than two instances exceeding timeframe specified within PWS. No more than one work-center records update error.

Comply with established procedures for completion of work orders

1.4.

Emergency – Zero instances exceeding PWS timeframes Priority – Zero instances exceeding PWS timeframes Routine – No more than two instances exceeding PWS time frame

2.1 Inspection of Services The Government has the right to inspect all services identified within by the contract (SDS and Non-SDS items), to the extent practicable at all times and places during the term of the contract.

2.2 Non-Compliance

2.2.1 Memorandum for Record (MFR) If the COR finds that the Contractor has deviated from established standards, but the deviation has little bearing on the service provided, the COR will document the finding in a MFR. However, if the COR repeatedly identifies the same minor finding, it may be an indication that a major finding is occurring because the Contractor has not taken proper steps to prevent recurrence.

2.2.2 Contract Discrepancy Report (CDR) When the Contractor fails to meet contract performance requirements, the Government COR, CA, or CO may

    Solicitation FA452821R0010     Attachment 1 

19  

prepare a CDR. This report is forwarded to the CO for review, and subsequently processed through the Contractor for action/explanation before being returned to the CO. Upon receipt, the CO will review the response and determine whether to accept the Contractor's position, determine corrective action (reduction in the monthly payment due to unacceptable performance, cure notice, show cause, etc.), or take other appropriate contractual action. The Government reserves the right to make a partial payment for services performed prior to receipt and evaluation of the Contractor's response to a CDR.

3.0 GOVERNMENT-FURNISHED PROPERY AND SERVICES

3.1 Air Force-Provided Spares/ Contractor Logistic Support Contractor logistic support for Voice Switching System (VSS) (for equipment identified under Appendix 2.3) is managed by OO-ALC/GHSBH.

3.2 Base Support Base support shall be provided by the Government to the Contractor in accordance with the terms of this contract. Failure by the Contractor to comply with the requirements shall release the Government, without prejudice, from its obligation to provide base support by 30 calendar days after contract award. If warranted, and if the Contractor has complied with the requirements, an equitable adjustment shall be made if the Government fails to provide base support by 90 calendar days after contract award.

3.2.1 Base support includes Government-controlled working space, material, equipment, services, or other support (excluding use of the Defense Switched Network/DSN) which the Government determines can be made available at, or through, any Air Force installation where this contract shall be performed. All Government property in the possession of the Contractor, provided through this section, shall be used and managed in accordance with the Government Property clauses.

3.2.2 Unless otherwise stipulated below, support shall be provided on a no-charge-for-use basis, and the value shall be a part of the Government's contract consideration.

3.2.3 The Contractor agrees to immediately report (with a copy to the cognizant COR) inadequacies, defective GFP, or non-availability of support stipulated by the contract schedule, together with a recommended plan for obtaining the required support within 30 calendar days after contract award. The Government agrees to determine (within 10 workdays) the validity and extent of the involved requirement and the method by which it shall be fulfilled (e.g., purchase, rental, lease, GFP, etc.). Facilities shall not be purchased under this contract. Additionally, the Contractor (or authorized representative) shall not purchase, or otherwise furnish any base support requirement provided by the clause (or authorize others to do so), without prior written approval of the Contracting Officer regarding the price, terms, and conditions of the proposed purchase, or approval of other arrangements.

3.2.4 The Government support to be furnished under this contract is:

3.2.4.1 Space: Telephone switch room and administrative office space – Appox. 1600 Square Feet, Bld. 121

3.2.4.2 Utilities: Electricity, water, sewage, heating and air conditioning for Government-provided space and facilities.

3.2.4.3 Storage: Area will be provided for spares and supplies.

3.2.4.4 IT equipment. (Government computer/printer)

3.2.4.5 Telephones: Local telephone service consisting of on-base class “C” or equivalent telephone service. Telephone use is limited to matters related to the performance of this contract.

3.2.4.6 Base Refuse Collection: Trash disposal for all trash accumulated during administrative functions.

3.2.4.7 Insect and rodent control for all Government facilities.

    Solicitation FA452821R0010     Attachment 1 

20  

3.2.4.8 Security Police: General on-base security police service. The Government will furnish appropriate telephone numbers.

3.2.4.9 Emergency Medical Service: Emergency medical treatment for Contractor personnel while they are performing duties associated with the contract. Contractor shall reimburse the Government for the cost of medical treatment and patient transportation at the current inpatient or outpatient treatment rate as appropriate.

3.2.4.10 Forms and Publications: Government forms and publications required by the contract to perform the work required by the contract.

3.2.4.11 Base Civil Engineers: Fire prevention, inspection, and maintenance of Government- furnished fire systems and extinguishers.

3.2.4.12 Parking: Space is available for common vehicles.

3.2.5 Because of the nature and location(s) of the work performed, the value of the above equipment is undeterminable. The Contractor shall not incur any cost resulting from nonsupport prior to Contracting Officer concurrence.

(Remainder of page left intentionally left blank)

    Solicitation FA452821R0010     Attachment 1 

21  

APPENDIX 1. – WORKLOAD ESTIMATES

1.1 General The following workload estimates are established based upon those tasks identified in Section 1 of the PWS. Estimates are yearly unless stated otherwise and are based upon previous history and current requirements. Estimates are not to be construed as “not to exceed” limitations.

1.2 Operation and Maintenance (O&M) Services

1.2.1 Restore Outages

Routine 500 Ea. Priority 15 Ea. Emergency 15 Ea.

1.3 Work Orders (See PWS Section 1.4)

Routine Orders 250 Ea. Priority Orders 75 Ea. Emergency Orders 25 Ea.

    Solicitation FA452821R0010     Attachment 1 

22  

APPENDIX 2 – ITEMS TO BE MAINTAINED BY THE CONTRACTOR

2.1 General This appendix identifies the items, equipment, material, and facilities to be maintained by Contractor. Any changes to the existing equipment, upon final testing and acceptance by the Government, will become the responsibility of the Contractor to maintain. This will include any upgrades needed to support Voice over IP (VoIP) using the current Avaya equipment or Cisco equivalent.

2.2 Contractor-furnished equipment (CFE)/Contractor-furnished material (CFM) Equipment listed below will require Contractor to provide replacement parts and/or to repair defective items and provide all technical support. Should the Government obtain a sustainment contract during the term of this contract; any items and services covered under that sustainment contract will transfer to Government channels. A complete listing of items and services covered will be given to the Contractor along with the established process for repair, return, maintenance, and technical assistance covered. Contractor shall operate and maintain these items IAW the requirements specified in this PWS. The contractor shall contact sustainment contract listed in Appendix 4 of the PWS.

2.2.1 Reimbursable Contractor-furnished equipment (RCFE)/ Contractor-furnished material (RCFM) Contractor will provide all equipment/replacement parts listed below to repair the defective; however, the Government will have final decision on whether to elect equipment/parts replacement and approvals will need to be obtained in accordance with PWS section 1.4.

2.3.1 E-911 System – Bldg 121/ Hospital/ Fire Department/ Security Forces

E-911 Applications Amcom X130-2011 Database Integration 1 Amcom X135-2201 Primary pc/psap CTI

System includes: Directory, 1 Administration Software Console, System Administration, System Maintenance, Management Tools, Automated Backup Utility, Crystal Report Writer and Standard Reports

1

Amcom X135-2202 PC Console Operator Workstation (pc/psap) with CTI

2

Amcom X135-2204 pc/psap Remember Disk, Instant Recall License

2

Amcom X135-2206 TDD Advantage Workstation License

2

Amcom X135-2207 FailSafe 2 Amcom X135-2208 Public ALI Retrieval

License 1

Amcom X135-2210 Time Synchronization 1

Amcom X135-2211 Local ALI Database License 1 Amcom X135-2212 Mapping Integration 1 Amcom WIN-SVR2012-CAL 4 Client Access License

(CAL) Five (5) Pack p/n#R18-04092

2

    Solicitation FA452821R0010     Attachment 1 

23  

Amcom WIN-SVR2008R2-SL Microsoft SQL Server 2008R2 Standard License - Downgrading from SQL Server 2012

1

Amcom R720XL-2CPU Dell Speech Recognition and Voice Processing Server(s) - 2U Rack mount Server

1

Amcom X150-2802 XID Chassis - Includes Patch Panel

1

Amcom PC Cables PSAP Extended Cabling Workstation Bundle

2

Amcom X150-2801 Radio Interface Module / TDD Modem

2

Amcom X150-2803 XID Redundant Controller Card

1

Amcom X150-2804 XID Redundant Power Supply

2

Amcom X150-2805 XID 911 Trunk card 2

Amcom G-682 Genovation 35 key Controlpad Model 682 - PS/2 & USB

2

Amcom CAC Keyboard- Cherry

CAC Smart Card Reader Keyboard

2

Amcom 77000889 8 Port Digi Neo Board with Cable

1

Amcom BULLBERRY- BUNDLE

BullBerry Insight - must quote each direct from BullBerry

1

Avaya

Avaya 185446 Avaya Communications Solution

1

Avaya TN429D DIOD CAMA Trunk Card with Caller ID

1

Avaya 2420 Phone Set 3 Avaya TN464GP PRI Card (includes TN) 2

Digital Logging Recorder Exacom 1 HS-2020/G2/Dell

R7610/8 Hindsight-G2 8-Ch NG911Multimedia Logging Recorder with NAS

1

Exacom Hindsight-G2 NG911 Logging Recorder 1

Exacom HS-2020/G2- 3010 WS/TG

Dell Optiplex 3010 Workstation

1

Exacom EARS-2000IP EARS 2 UPS

APC SMX3000RMLV2U Smart-UPS X 3000VA Rack/Tower

1

APC SURT192RMXLBP3 U Smart-UPS RT 192V RM Battery Pack

1

    Solicitation FA452821R0010     Attachment 1 

24  

APC SURTA1500XL Smart-UPS RT 1500VA XL OL Rack Twr ER 120

2

Monitor Stand Ergotron 33-324-200 Ergotron DS100 Quad-

Monitor Desk Stand, Horizontal - Stand

2

Cisco

Cisco 296S-24P S-L Cisco Catalyst 2960-24PS switch - 24 ports

2

Cisco CON-SNTP-296S- 24P S-L

Cisco SMARTnet Premium extended service agreement

2

Cisco WS-C2960-24LC-S Cisco Catalyst WS-C2960-24LC-S LAN Lite Entry Layer 2 8 PoE

2

Cisco CON-SNTP-WS- C2960-24LC-S

Cisco SMARTnet Premium extended service agreement

2

Cisco GLC-LH-SM= GE SFP, LC connector LX/LH transceiver

2

Server Rack Rackmount Solutions

Rack-151-42U 19" server cabinet 1

Rackmount Solutions

PSU-F16-200-U PDU 2

Rackmount Solutions

1USGHL-116 Shelf 1

Rackmount Solutions

1USHL-108 Fixed Rack Shelf - 24" Depth

1

Gruber Communications

34-208000-GRU1K Cable Management Panel 1

Workstations Dell OptiPlex XE2 OptiPlex XE2 Small

Form Factor, EPA with 22" Monitor

2

Dell S2340T 23 Touchscreen monitor 2

Tripp-Lite B020-U08-19-K KVM Access Pack 1

GPS Clock

Spetracom 9483 NetClock/GPS Stratum 1 time source with built-in Ethernet connectivity and NTP server

1

Spetracom 8225 GPS Outdoor Antenna 1 Spetracom 8226 GPS Surge protector 1 Spetracom CAL7100 GPS 100 ft. Coax Antenna

Cable 1

Headsets Plantronics 43596-40 Plantronics Vista

M22 - Amplifier - for SupraPlus HW251N, HW261N

2

    Solicitation FA452821R0010     Attachment 1 

25  

Plantronics 8225 Plantronics HW261N Binaural Headset

2

Miscellaneous Materials GDIT GD-001 Miscellaneous Parts

[e.g., Breakers, Blanks, Wire, etc.] (LOT)

1

Minot AFB Baseline – SPARES

Amcom X150-2801 Radio Interface Module / TDD Modem

1

Amcom PC Cables PSAP Extended Cabling Workstation Bundle

1

Amcom X150-2803 XID Redundant Controller Card

1

Amcom X150-2805 XID 911 Trunk card 1 Dell OptiPlex XE2 OptiPlex XE2 Small

Form Factor, EPA with 22" Monitor

1

Dell S2340T 23" Touchscreen monitor 1

EXACOM EARS-2000IP/4 EARS-2000IP 4-Ch Analog Acquisition VoIP Converter

1

Minot AFB OPTION – Additional E-911 Workstation/Console

E-911 Applications AMCOM X135-2202 PC Console Operator

Workstation (pc/psap) with CTI

1

AMCOM X135-2203 pc/psap Administrative Workstation

1

AMCOM X135-2204 pc/psap Remember Disk, Instant Recall License

1

AMCOM X135-2206 TDD Advantage Workstation License

1

AMCOM X135-2207 FailSafe 1

AMCOM PC Cables PSAP Extended Cabling Workstation Bundle

1

AMCOM X150-2801 Radio Interface Module / TDD Modem

1

AMCOM BULLBERRY- BUNDLE

BullBerry Insight 1

Digital Logging Recorder EXACOM EARS-2000IP EARS-2000IP 4-Ch

Analog Acquisition VoIP Converter

1

UPS

APC SURTA1500XL Smart-UPS RT 1500VA XL OL Rack Twr ER 120

1

Monitor Stand

Ergotron 33-324-200 Ergotron DS100 Quad-Monitor Desk Stand,

1

    Solicitation FA452821R0010     Attachment 1 

26  

Horizontal - Stand Workstation

Dell OptiPlex XE2 OptiPlex XE2 Small Form Factor, EPA with 22' Monitor

1

Dell S2340T 23" Touchscreen monitor 1

Headsets Plantronics 43596-40 Plantronics Vista

M22 - Amplifier - for SupraPlus HW251N, HW261N

1

Plantronics 64339-31 Plantronics HW261N Binaural Headset

1

Avaya Avaya 2420 Phone Set 1

Cisco

Cisco 296S-24P S-L Cisco Catalyst 2960-24PS switch - 24 ports

1

Cisco CON-SNTP-296S- 24P S-L

Cisco SMARTnet Premium extended service agreement

1

Cisco WS-C2960-24LC-S Cisco Catalyst WS-C2960-24LC-S LAN Lite Entry Layer 2 8 PoE

1

Cisco CON-SNTP-WS- C2960-24LC-S

Cisco SMARTnet Premium extended service agreement

1

Cisco GLC-LH-SM= GE SFP, LC connector LX/LH transceiver

2

2.3.2 The Base Telephone Switch (S8710) Located in Dial Central Office (DCO), 121 Summit Drive, Building 121 Minot AFB, ND. Sold to #: 3282474. The Switch is configured with the following:

Description Cabinet Qty AVAYA S8710 Software V14 1 Approximate Lines Wired 7392 In use 7061 Processor Port Network PPN 1 Expansion Port Network EPN 5 CM7 Software CM7 Licenses

ESS – Bldg 121

Description Cabinet Qty Great Lakes Great Lakes Great Lakes

    Solicitation FA452821R0010     Attachment 1 

27  

Great Lakes Great Lakes Great Lakes Great Lakes

DCO Power – Bldg 121

Description Qty UPS ONLINE 9390 40KVA TOWER W/INT BAT 1 UPS EXT BAT MOD 120/230 RHS 5

Peripheral Equipment

Description Model Qty Voice Mail System (DCO) Rls 5.1.46

Intuity Audix (2100 boxes) 2 (1 spare)

2.3.2.1 Hospital Switch in bldg. 194. The switch is configured as follows:

Description Cabinet Qty Avaya 8500 PPN 1

CISCO Network Switch 194 1 AVAYA 4524GT Network Switch 121 1 Avaya G650 EPN 5

2.3.2.2 CISCO VoIP Switch in bldg.. 121. The switch is configured as follows:

Item Name Description Qty C3945-VSEC/K9 Cisco 3945 Voice Sec. Bundle

PVDM3-64 UC&SEC Lic FL- CUBE25

2

UCUCS-EZ-C220M3S UCS C220 M3 SFF dual-4- core/3.3GHz 64GB RAM 8x300GB 15K

2

CUCM-UCS-1000-861 Unified Communications Manager 8.6 Server Software

4

LIC-CUCM-USR LIC-CUCM-USR 93

Cisco VG450 VoIP Analog Gateway

Gateway chassis 3

CISCO Service Module Service Module for ISR4K 3

CISCO Smart Net 8X5XNBD VG450 3

2.4 SECONDARY CRASH – Bldg 121 DCO Rack FPI-8

Description Qty FORUM Audio Conference Bridge w/2 Cards 1

RHINO (FORUM) Ringdown Equipment (24 Users) 2

XENARC 7” Touch Screen Model 700TS (2 Located at Base OPS)

2

    Solicitation FA452821R0010     Attachment 1 

28  

Short Haul Modems 2

APC Smart UPS 700 1

(Remainder of page left intentionally left blank)

    Solicitation FA452821R0010     Attachment 1 

29  

APPENDIX 3 – GLOSSARY AND ACRONYMS

3.1 Purpose Definitions and terms in this appendix provide additional guidance of interpreting this PWS.

3.2 Definitions Access - The ability to enter or gain admittance to a facility; and/or the connection to a communications channel path or its equipment.

Activation - The efforts to bring into service a channel, equipment, or circuit (other than those associated with work orders) to replace a defective channel. Also includes software Data administration of features and lines associated with in-service and operational switching systems and key systems.

Ancillary Equipment - Equipment, supplementary or auxiliary to a telephone system or instrument, which includes such components as speakerphones, line busy indicators, buzzers, headsets, jacks, terminals, voice processing systems, accounting systems, conferencing systems, printers, maintenance and administration terminals, etc.

Base Telecommunication System (BTS) - A system to provide total telephone service, which may include the telephone switch, remote switching equipment, ISP and equipment, reserve power equipment, network, and other necessary ancillary equipment.

Base Telecommunication System (BTS) Manager - The individual designated to manage the base telecommunication system. This individual shall have full authority to act for the company on all matters related to O&M and properly executed work orders. This does not include the authority to commit the Contractor to any contractual modifications.

Budgetary Estimate/Rough Order of Magnitude (ROM) - These are non-binding estimates provided on a quick turn-around basis. A Budgetary Estimate or ROM should not require the Contractor to perform a large or complex technical solution. These should easily be turned around within the days specified within 1.3 of this PWS; and should be for work projected to be accomplished by this Contractor.

Cable Maintenance - Includes random testing, swapping pairs, tagging, identifying, pair/strand testing and repairing, and ensuring splice case enclosure integrity (when visible to inspect).

Channel - A circuit path. Several channels may share a common transmission system.

Circuit - A means of two-way communications between two points.

Circuit Availability - The percent of time a circuit was operational or up during a specified period of time. Circuit Availability = (Uptime ÷ (Downtime + Uptime)) X 100

CIPS Visualization Component (CVC) - A Geographic Information System appliance in the CIPS toolsets providing a computerized graphical interface joining the communications and information systems infrastructure (both existing and planned) graphics with the GeoBase Common Installation Picture (CIP) at the base level. Communication features, such as manholes, paths of duct banks and direct buried cable, are shown in a geospatially precise relationship to roads, buildings, airfields, base perimeters, aerial photography, and other installation infrastructure features. CVC is an AF Enterprise application providing real-time situational awareness and analytical tools not available with the Legacy CSIRs and other static drawings and diagrams. To be of optimal functional use at an installation, CVC requires transformation of engineering data contained in the Legacy CSIR drawings into the CIPS database and, outside plant features are required to be precisely located using GPS or land surveying technologies.

Communications Feature Data (CFD) - Data containing descriptive information about communication features collected for the purpose of importing or transferring the information into the CVC database. CFD can include

    Solicitation FA452821R0010     Attachment 1 

30  

information about any feature in the communications and information systems inside and outside plant infrastructure recorded in the CVC. Information collected during PMI and GPS Services is a part of CFD.

Communications and Information Systems Installation Records (CSIR) - Collection of records, including the CVC database, associated with the installation of a communications and information system in a facility, building, or location. CSIRs is an AF communications community term originally used to refer to the official communications and information systems installation Master Records (Legacy CSIRs) drawings developed and maintained, at the communications Engineering Data Service Center (EDSC) using Computer Aided Drafting and Design (CADD) software formats. Developing and maintaining CSIRs using CADD processes is being phased out. The CVC is the standard Air Force application for developing and maintaining CSIR drawings in accordance with AFI33-101.

Communications and Information Systems Officer (CSO) - For the purpose of this contract activity, references to the CSO shall be taken to mean that the Contractor shall coordinate primarily with the CSO’s designated representative, Contracting Officer Representatives (CORs).

Communication Room - Any space which houses telecommunications switching equipment, transmission equipment, or terminal connection blocks.

Communications System - An overall term used to describe communications facilities including associated equipment and transmission media.

Contract Administrator (CA) - The person working within a contracting office that administers or manages the official contract file or portions delegated thereof. This person may also be a CO.

Contracting Officer (CO) - The only person authorized to obligate the Government to a course of action and is responsible for all contractual aspects of the contract.

Contractor Furnished Equipment (CFE)/Contractor Furnished Material (CFM) - Contractor assets furnished by the government to perform a government function.

Cross-Connects - Wire or electrical connections at interface points to establish an overall end-to- end service between facility segments. A cross-connect may physically or electronically interconnect channels. Cross-connect efforts shall include testing and records updating.

Customer Premise Equipment (CPE) - CPE consists of those items at or near the customer workstation area to conduct electronic communications. CPE includes telephone instruments, key systems, alarm systems, paging systems, and terminal equipment. (This does not include Automatic Data Processing Equipment.)

Cyberspace - A domain characterized by the use of electronics and the electromagnetic spectrum to store, modify, and exchange data via networked systems and associated physical infrastructure.

Cyberspace Infrastructure Planning System (CIPS) - The web-based Air Force enterprise toolset used to develop, analyze, update, justify, and disseminate cyberspace infrastructure plans. This system is used to effectively maintain and modernize the Air Force’s cyberspace infrastructure. CIPS serves as a multifaceted system that performs cyberspace configuration management, architectural development, infrastructure planning, technology insertion analysis, and implementation management. Also, CIPS contains a toolset called CVC that modernizes the processes for maintaining data historically recorded in the CSIRs. CIPS supports the Air Force missions at the following levels: base cyberspace infrastructure operations, maintenance and planning; MAJCOM architecture and funding

Data Administration (System Administration) - O&M effort required to add, remove, change, update, or query system data. Defined as follows:

Customer Data Modification (CDM) - Modification of directory numbers, classes of service, features, VPS, etc.

    Solicitation FA452821R0010     Attachment 1 

31  

Office Data Modification (ODM) - Modification of trunk group numbers, trunk type, service circuit type, digital and route translations, message routes, thresholds, test tables, network management control variables, etc.

Translation - Call routing process controlled by dialed digits and converted into a destination termination.

Data Dictionary - A collection of descriptions for features or items in a data model for the benefit of programmers, data collectors, and other users who need to refer to them. Features with which users interact and the relationship between features are identified. Each feature or item is given a descriptive name, its relationship is described, the type of data (such as text or image or binary value) is described, possible predefined values are listed, and a brief textual description is provided. Data dictionaries are consulted to understand where feature or item data fits in the data model structure, what values it may contain, and basically what the data means in real-world terms. Table A of Appendix 5 is an example of a data dictionary.

Deactivate - All O&M service actions and efforts necessary to discontinue the end-to-end service and connectivity, “turn-off” service equipment, and update data/system administration records. Includes all labor, tools, and miscellaneous materials necessary to accomplish the deactivation. Deactivating a service or equipment implies the equipment will remain in place to be reactivated at some future time with different characteristics. Removal actions return CPE to the COR and clear all cross-connects from patch panels and terminals. Reactivate actions “turn-on” equipment that was “deactivated.”

Dial Central Office (DCO) - The telephone exchange on a Government installation. These switching systems consist of government-owned telephone switches (typically Nortel, Avaya, Lucent, and Siemens) of various line and trunk sizes and configurations. Some of these switches function as end offices or small end offices (as defined in Joint Staff publication 6215.01B) and are capable of sophisticated routing and trunking.

Equipment and Installation Performance Specification (EIPS) - Establishes the technical requirements for base telecommunications system equipment.

Fault Detection - Perform diagnostics, initiate alarms and report faults. Includes test equipment necessary to measure or obtain circuit operating parameters and accomplish end-to-end testing of a channel. Test applications include ISDN, DS1, DS3, OC-1, 10 Mbps Ethernet, etc. Operating conditions include attenuation levels and bit error rates. Circuit types range from low bandwidth applications (e.g., voice grade, DS1, etc.) to high bandwidth applications (e.g., OC-3, multi-mega bit packet data streams, etc.).

Fault Notification - Alert maintenance personnel by audible, visual, or print output message.

Fault Verification - Distinguish between failures and errors. Verify no-trouble-found (NTF) problems. (NTF indicates the identified fault occurs intermittently).

Fault Location - Troubleshoot the fault area and take repair action.

Fault Repair - Replace defective parts and/or make corrective adjustments.

Geospatial Data - Also known as spatial data or geographic information is the data or information that identifies the geographic location of features and boundaries on Earth, such as natural or constructed features, oceans, and more. Geospatial data is usually stored as coordinates, attributes, and topology, and is data that can be mapped. Geospatial data is often accessed, manipulated or analyzed through Geographic Information Systems (GIS).

Geographic Information System (GIS) - An electronic system of software and hardware that provides a graphical user interface for the display of cartographic drawings and attribute data for the graphical features in the drawing, generally containing longitude and latitude data for each feature. CVC is a Geographic Information System.

Global Positioning System - A network of earth orbital satellites and ground based stations that provide precision longitude and latitude data to ground based receivers.

    Solicitation FA452821R0010     Attachment 1 

32  

Government Furnished Equipment (GFE)/Government Furnished Material (GFM) - Government assets furnished to a Contractor to perform a government function.

IT/NSS - IT is the term "Information Technology" as defined in OMB Circular A-130. NSS is the term "National Security System" as defined in the Clinger-Cohen Act. SEC. 5142.

Inside Plant (ISP) - Equipment associated with a DCO or communication room, which contains electronic equipment, a distribution frame, cable rack, and power system.

Inside Wiring - That part of the OSP within buildings that includes house cable (horizontal cable and riser cable, also called backbone cable), station wiring, and horizontal distribution wiring for local area networks up to and including the telecommunications outlet, cross-connections, and mechanical terminations in the telecommunications closet. Functionally, it is the distribution cable within the confines of a single building or group of related buildings excluding the entrance cable to the building main terminal. Also known as building cabling/wiring or structured wiring or premise wiring.

Isolation - The action required to locate a failure within a system using test equipment.

Local Area Network (LAN) - A telecommunications system designed to provide data, voice, imagery, video, graphics, and other forms of electronic communications.

Locate and Mark - Determine the underground route of cable and conduit facilities and identify the route of these facilities by means of paint, flags, stakes, etc.

Main Distribution Frame (MDF) - A distribution frame which terminates the permanent outside lines entering the telephone switching system and also terminates the telephone switching equipment.

Normal Duty Hours - The hours the Contractor’s key personnel are required to be on-site. The normal hours of operation are Monday through Friday, between 0730 and 1630. This excludes holidays specified within the applicable Service Contract Wage Determination.

On-Call Duty - Technician is not required to be physically present in the work center. However, personnel performing on-call duty must have a means of being contacted (telephone, beeper, etc.) so they can respond to designated outages within a specified time limit.

Operations and Maintenance (O&M) - All actions taken (IAW applicable publications) to maintain equipment in a serviceable condition or to restore it to a serviceable condition to include inspection, periodic testing, adjustment, repair, rebuilding, and reclamation. The effort includes the replacement of defective circuit packs (e.g., line and trunk cards, common control cards, data interface cards, etc.) and CPE.

O&M includes all pre-existing cabling infrastructure as is, to include ISP and OSP, all terminals, building terminals, pedestals, and copper and fiber optic splices upon award of contract. (O&M) includes, but is not limited to:

Activation Cable Maintenance

Cross-connects

Data Administration

Deactivate

Fault Detection

Fault Notification

Fault Verification

Fault Location

Fault Repair

    Solicitation FA452821R0010     Attachment 1 

33  

Reactivate Service Verification 

Operational Records - Include Warranty Records, Service Orders, Communication-Computer Systems Installation Records, Scheduled Service Interruption Records, Service Order Records, Telecommunications Management System Records, Call Accounting System Records, Quality Control Records, Switching System Records, Inside and Outside Cable Plant Records, Ancillary and Premise Equipment Records, Cable Pair Assignment Records, etc.

Scheduled Maintenance Outage - A break in service availability scheduled to permit maintenance.

Service Verification - Verify fault is cleared, assure service is restored and initiate completion paperwork.

Shape File - A Geographic Information System file format developed by Environmental Systems Research Institute.

Switchboard Operation - The Operation of the switchboard shall include trap and trace procedures, trunk quality monitoring, monitoring telephone switch alarms and customer support for assistance and information.

System Administration (Data Administration) - See Data Administration.

Technical Solution - These are solutions provided by the Contractor for the express purpose of implementation under this contract. They usually require more than a short walk-through, and use existing contract CLINs/PIDs in the standard work order format. Government shall retain the right to approve the proposed solution or recommend changes where necessary.

Transmission Equipment - Equipment that sends or receives information signals. Includes multiplexers, T-1 spans, channel banks, microwave equipment, repeaters, data terminal equipment, modems, channel service units, data service units, etc.

Trunk - A communications channel between two switching system facilities.

Voice over Internet Protocol (VoIP) - The VoIP phone is connected directly to the LAN. Installation and activation requires an Ethernet port with power provided by a LAN Ethernet switch. Some phones (i.e. I2004) have a power supply transformer when LAN switch power is not available.

Voice Protection System (VPS) - A telephony firewall system manufactured by Secure Logix with a trade name of Telewall. This system is installed in a serial manner on voice trunks to monitor calls to identify modem, secure voice and related call activity to determine if consistent with security policy for that telephone line. VPS configuration is centrally managed and controlled.

Work Area - The area provided by the base or Contractor for employees to perform assigned work as required for Contractor operations.

3.2 Acronyms

A

AFB Air Force Base AFI Air Force Instruction

AFOSH Air Force Occupational Safety and Health

B

BTS Base Telecommunication System

    Solicitation FA452821R0010     Attachment 1 

34  

C

CA Contract Administrator CAIRS Configuration Accounting Information Retrieval System

CAS Call Accounting System CFE Contractor Furnished Equipment CFD Communication Feature Data CFM Contractor Furnished Material CFR Code of Federal Regulations CIPS Cyberspace Infrastructure Planning System CLIN Contract Line Item Number CO Contracting Officer

COR Contracting Officer’s Representative CPE Customer Premise Equipment CSIR Communications and Information Systems Installation Records CSO Base Communications Systems Officer or Designee CVC CIPS Visualization Component

D

DCO Dial Central Office DFARS Defense Federal Acquisition Regulation Supplement

DoD Department of Defense DSN STIG Defense Switched Network Security Technical Implementation Guide

E

ENSC Enterprise Network Support Center EPA Environmental Protection Agency EIPS Equipment and Installation Performance Specification

F

FAR Federal Acquisition Regulation FOIA Freedom of Information Act FOUO For Official Use Only

G

GFP Government Furnished Property GPS Global Positioning System

I

IAW In Accordance With IP Internet Protocol

ISDN Integrated Services Digital Network ISP Inside Plant

    Solicitation FA452821R0010     Attachment 1 

35  

IT/NSS Information Technology/National Security System

L

LAN Local Area Network

M

MAJCOM Major Command MCCC MAJCOM Communication Control Center MDF Main Distribution Frame MRA Material Return Authorization MSDS Material Safety Data Sheets MSP Maintenance Support Plan

N

NCC Network Control Center NOSC Network Operations Center

O

ODM Office Data Modification O&M Operations and Maintenance OEM Original Equipment Manufacturer

OSHA Occupational Safety and Health Administration OSP Outside Plant

P

PID Product Identification System PEC Product Engineering Code PMI Preventive Maintenance Inspection PWS Performance Work Statement

Q

QCP Quality Control Plan

R

RNOSC Remote Network Operations Security Center ROM Rough Order of Magnitude RPL Restoration Priority List

    Solicitation FA452821R0010     Attachment 1 

36  

S

SDS Service Delivery Summary

V

VPS Voice Protection System VSS Voice Switching System

    Solicitation FA452821R0010     Attachment 1 

37  

APPENDIX 4 – VOICE SWITCHING SYSTEM (VSS) SUSTAINMENT

These are the current procedures under the existing VSS sustainment contract. For equipment specified in appendix 1 (section 1.3), contact Tier 2 and 3 support: AFNet Response Center (ARC) (DSN# 596-5771, Toll free: (877) 596-5771, Comm: (334) 416-5771 for TDM support, or the JELA contract for CISCO VOIP support which serves as the central Help Desk.

    Solicitation FA452821R0010     Attachment 1 

38  

APPENDIX 5 – APPLICABLE DOCUMENTS

5.1 Government Documents Copies of the documents may be obtained from:

www.dtic.mil www.fgdc.gov www.e-publishing.af.mil

The following references are not intended to exclude any other references, but are intended to identify those which are most common to the efforts required by this PWS. The Contractor is required to abide by any and all applicable Federal, State, and local codes and safety requirements.

DOCUMENT TITLE

DoDI 8100.04 DoD Unified Capabilities (UC) http://www.dtic.mil/whs/directives/corres/pdf/81000 4p.pdf

DOD Telecommunications and DSN STIG V2R7 DISA Field Security Operations Developed by DISA for the DOD

DODI 8570.01-M Information Assurance Workforce Improvement Program

(FGDC)-STD-007.4-2002 Geospatial Positioning Accuracy Standards, Part 4: Architecture, Engineering, Construction, and Facilities Management, FGDC-STD-007.4-2002

(FGDC)-STD-007.3-1998 Geospatial Positioning Accuracy Standards, Part 3: National Standard for Spatial Data Accuracy, FGDC-STD-007.3-1998

FGDC–STD-001-1998 Content Standard for Digital Geospatial Metadata (version 2.0), FGDC-STD-001-1998

AFI 31-501, and all MAJCOM/Base Specific supplements

Personnel Security Program Management

AFI32-7086 Hazardous Material Management

AFI63-101/20-10 Integrated Life Cycle Management

AFI 91-203 Air Force Consolidated Occupational Safety

OSHA CFR Title 29, Volume 6 Part 1910 Occupational Safety and Health Standards

OSHA CFR Title 29, Volume 5 Part 1910.268 Telecommunications

OSHA CFR Title 29, Volume 6 Part 1910.1001/1926.1101

Asbestos

OSHA CFR Title 29, Response Volume 5 Part 1910.120

Hazardous Waste Operation and Emergency

OSHA CFR Title 29 Volume 5 Part 1910.146 Permit-required Confined Spaces

OSHA CFR Title 29 Volume 5 Part 1910.147 The Control of Hazardous Energy

OSHA CFR Title 29 Volume 6 Part 1910.1200 Hazard Communications

OSHA CFR Title 29 Volume 8 Part 1926.650, 651, and 652

Labor/Excavation

Environmental Protection Agency (EPA) CFR Title 40, Volume 32

Protection of Environment, Council on Environment Quality

EPA CFR Title 40, Volume 25, Parts 260, 261, 262, 263, 264, 265

Hazardous Waste Management System

CFR Title 47 part 68 Federal Communications Commission—Connection of Terminal Equipment to the Telephone Network

    Solicitation FA452821R0010     Attachment 1 

39  

CFR Title 32, Part 989, Volume 6 Air Force Environmental Impact Analysis Process (EIAP) National Environmental Policy Act (NEPA)

FGDC-STD-001-1998 Federal Geographic Data Committee (FGDC) Content Standard for Digital Geospatial Metadata Version 2.0 https://www.fgdc.gov/standards

FGDC- STD- 007.3-1998

Federal Geographic Data Committee (FGDC) Geospatial Positioning Accuracy Standards. Part 3: National Standard for Spatial Data Accuracy http://www.fgdc.gov/standards

FGDC- STD- 007.4-2002

Federal Geographic Data Committee (FGDC) Geospatial Positioning Accuracy Standards. PART 4: Standards for Architecture, Engineering, Construction (A/E/C) and Facility Management http://www.fgdc.gov/standards

NEMA TC-2 Electrical Polyvinyl Chloride (PVC) Tubing and Conduit

TIA-606-B Administration Standard for Telecommunications Infrastructure

TIA-568-C Commercial Building Telecommunications

TIA-607-B Commercial Building Grounding for Telecommunications

TIA-526-7 Measurement of Optical Power Loss of Installed Single-mode Fiber Cable Plant

TIA-569-C Commercial Building Standard for Telecommunications Pathways and Spaces

TIA-570-C Residential Telecommunications Industry Standard

TIA-758-B Customer-owned Outside Plant Telecommunication Infrastructure Standard

BICSI TDM Manual Building Industries Consulting Services International Telecommunications Distribution Methods (TDM) Manual

BICSI Outside plant design reference manual

RUS Bulletin 1735F-401 Standards for Splicing Copper and Fiber Cable

RUS Bulletin 1751F-643 Underground Plant Design

RUS Bulletin 1751F-644 Underground Plant Construction Telecommunications, Engineering Shield Continuity and Construction Manual

RUS Bulletin 1751F-801 Electrical Protection Fundamentals

RUS Bulletin 1753F-151 (515b) Specifications and Drawings for Underground Cable Installation

RUS Bulletin 1753F-201 (PC-4) RUS Standard for Acceptance Tests and Measurements of Telecommunications Plant

RUS Bulletin 1753F-207 (PE-87) REA Specification for Terminating Cables

NFPA 70 National Electric Code

3-260-01 Unified Facilities Criteria

5.2 Vendor Documents See Original Equipment Manufacturers’ web sites. Contractor is responsible for obtaining and maintaining OEM manuals or other documentation necessary on-site for operating, maintaining, upgrading, and/or repairing equipment

    Solicitation FA452821R0010     Attachment 1 

40  

specified in appendix 5.1 of this PWS. Contractor shall also make available such documentation to COR (for viewing) to ensure compliance with OEM guidance.