State Bid

Last Updated on 23 Nov 2024 at 7 AM
RFP
Juneau Alaska

RFP #25-190 - Provision of Internet Services in the Juneau Maritime Industry Zone for the City & Borough of Juneau (CBJ or City)

Solicitation ID Not Specified
Posted Date Not Specified
Archive Date Not Specified
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency City & Borough Of Juneau
Location Juneau Alaska United states
Point Of Contact Not Available
9209516 bpfGjD 332 933841972 uNakp3IHH UJsJF 3201 3 3 HcnSdsa 92771 Jz 40Gnvc 357 62238 WjkSC30 i05qzEFlu 29 WOtjF 23 43834646Purpose & Intent : The purpose of this RFP is to obtain the best competitive proposal from a responsible and responsive Contractor for the Provision of Internet Services in the City & Borough of Juneau (CBJ or City), Maritime Industry Zone (MIZ). Recently the CBJ IT Department completed a Radio Frequency (RF) study in the MIZ that identifies the required data points and technical specifications required to provide Public Wi-Fi in the expected service area. The primary purpose of offering the free general public downtown Wi-Fi and internet services is to promote a more enjoyable Juneau traveler experience. It is the intent of CBJ co complete and execute a contract with a qualified and reliable Contractor for the provision of these Internet Services as specified. Submission Instructions : Late responses will not be accepted. Timely responses will be accepted via Electronic Submission * to CBJ’s eProcurement Provider Public Purchase . To respond via Public Purchase, you must complete free online account registration* or already have a Public Purchase account. *Registration as may take up to 24-hours to process. To respond complete the following: Acknowledgement* of the Terms & Conditions (ATTACHMENT A), Insurance Requirements (ATTACHMENT B) and the City and Borough of Juneau Standard Contract Sample (ATTACHMENT C). *Contractors must acknowledge, acknowledge with exceptions, or not accept the required documents. *(NOTE: Exceptions: must be reviewed by CBJ RISK & LAW and may not qualify for award .) Upload or attach your PDF RFP Response . Review of: General Terms & Conditions, Required Insurance & Standard CBJ Contract : Attached to the RFP are documents required for this project (ATTACHMENTS - A, B & C). Contractors should carefully review all of these attachments. The awarded Contractor must comply with all requirements and will be required to sign the CBJ’s contract. Note: A State of Alaska Business License (SOA-BL) is required to complete the contract award. To obtain a SOA-BL Contractors may be required to file their business with the State of Alaska Corporations Division. Contractors who do not have a current SOA-BL at the time of proposal submission may find it difficult to fulfil this requirement in time to meet the required deadline for contract award. About Juneau : Located in the panhandle of Southeastern Alaska, on the traditional land of the Tlingit people, the City and Borough of Juneau consists of 3,250 square miles and is only accessible by air or sea. Juneau is Alaska’s capital and has a population of approximately 31,000 people. Juneau is a temperate rainforest and receives around 92 inches of annual precipitation. Juneau is a major cruise port and welcomed nearly 1.7 million cruise visitors in 2023. For more details on and its tourist industry visit the CBJ’s Website . Minimum Qualifications : CBJ is seeking a Contractor with the following minimum qualifications. Is based preferably in Alaska and at a minimum must be in North America. Is available to provide administrative and account services during normal CBJ work hours. Is able to offer reliable 24-hour assistance for troubleshoot outages, and other network service issues. Has significant documented experience with mid-to-large organizations providing similar technology upgrades and implementations. A satisfactory record of meeting or exceeding satisfactory contractual performance. Background : The City and Borough of Juneau desires to provide its citizens and visitors with access to the internet throughout our Maritime Industry Zones in downtown Juneau, Alaska. Internet access serves as a critical connection between visitors and citizens, their community and businesses, and the world. Providing citizens and visitors with access to the internet at various public facilities will further help enhance our quality of life, provide alternatives from overloaded cellular networks, enhance the tourist experience, promote local businesses, and provide preferred and quicker access to emergency services. Service Locations : The Juneau Maritime Industry Zones (MIZ) have the City and Borough of Juneau’s highest population density during the summer months. See Exhibit A -MIZ Downtown Coverage Area Map. There are two zones : Zone A and Zone B. Zone A contains the highest population density and the most commercial activity. Zone B has less density but still significantly more traffic than normal commercial areas. Future expansion to other areas may be considered depending upon the success of this project or due to expansion of the Maritime Industry Zones. Funding : The City and Borough of Juneau (City or CBJ) is a government agency and is funding these services with seasonal Marine Passenger Fees (MPF). Funds from the MPF for the FY25/26 Cruise Season are secured, however, the allocated amount may vary annually for subsequent contract renewals. The Contractor may need to identify and provide data reports that assist and support the use of MPF by the CBJ. (See Reporting Requirements section.) If funds for these services are not allocated or if funding is reduced, limited, or withdrawn, the CBJ may, upon mutual agreement with the Contractor, reduce the scope of work or services, work to negotiate changes in the compensation or terminate the contract. If the contract is terminated, the Contractor will be paid for fully documented work performed prior to termination. Each renewal fiscal year is dependent upon the availability of continued funding and may require City Assembly action or approval and neither is guaranteed. Contract Term & Changes : The initial contract term will begin upon notice of award and signed contract (anticipated in January 2025) and continue through December 31, 2025. Note that the schedule for the actual provision of Internet Services for 3each year of the contract will be from the middle of April and until early to mid-October. (The exact service dates will be determined with the awarded Contractor and will be based on cruise ship schedules.) This contract will be managed on a calendar year basis with any renewals beginning 1/1/XX and ending 12/31/XX of that same year. There will be the option to renew the contract for five (5) additional one-year terms by mutual written agreement. If all optional renewals are exercised the final contract expiration date will be 12/31/2029. An email showing mutual agreement to continue the term must be completed and submitted to the CBJ Purchasing Division 30 days prior to term expiration date. (The initial term will end 12/31/2025). Any Changes, to the contract beyond the annual agreement for the continuation of the term, including price increases, must be documented by an authorized written contract amendment using the Contract’s ‘Changes’ provision. Contract amendments will be requested by the CBJ Project Manager and will be drafted by the CBJ Purchasing Division. Project Manager & Contract Administrator : The Project Manager and subsequent Contract Administrator for this contract will be Chris Murray, CBJ IT Director, from the CBJ Information Technology DeQdifIXQ 94874 6018891 6129210 vb Hnf9q dmK 5 s dCXrX OxCiSxXg ZP 82032110 orBXxx L5bytNhe 543 0999 CBo cbeUoCpartment or, upon notification, an alternative assigned designee. Permits & Invoicing/Payment : Contractor must comply with all applicable Federal, State, City laws which have a bearing on this contract and must have all licenses and permits required by the State and/or City for performance of this contract. Payments will be initiated within thirty (30) days upon the receipt and acceptance of the Contractor’s invoices. All invoices must be emailed to the CBJ Accounts Payable Office and to the Contract Administrator, or alternative assigned designee . SCOPE OF WORK & DELIVERABLES The following list generally describes and details the anticipated Scope of Work (SOW) and Deliverables needed to satisfactorily meet the expected of internet services requirement from the awarded Contractor. The CBJ understands that the Contractor is the expert in determining what is needed to provide quality services. The CBJ Project Manager reserves the right to negotiate Scope of Work (SOW) and Deliverables with the selected Contractor on any part of the internet provision component that is necessary to complete the project SOW deliverables. This may include the exclusion of certain geographic locations from the final Scope of Work, based on the cost/benefit of system deployment, aesthetics, etc. or different unforeseen elements identified by the Contractor’s proposal. Any required changes will be documented in writing as negotiated changed for inclusion in the final CBJ Contract document. Experience & Qualifications : The Contractor must be regularly and routinely engaged in the business of the provision of professional internet services. The Contractor must have adequate technical and financial resources and equipment for the performance or have the ability to obtain and to manage such resources and equipment as required during the performance period of the proposed contract. The Contractor must have the necessary experience, organization, technical qualifications, skills, and facilities or have the ability to obtain and to manage them (including any subconsultant requirements). The Contractors should identify and include their approach and all strategic plans for maintenance, support, administration, and management of the Wi-Fi network. Services Timeline : The Contractor’s network service schedule will follow the cruise ship season schedule/calendar, which begins mid-April and end in the beginning of October. The initial deployment of equipment and operational services are expected to happen in time for the 2025 cruise ship season. Service Obligations & Equipment : The proposing firms shall include their most comprehensive and competitive service option plans that identify all costs to install, maintain, perform support, administration and management of the Wi-Fi network as planned and identified in the SOW. CBJ has determined an anticipated acceptable level of services; however, CBJ will consider optional plans. Respondents should propose alternative concepts or solutions, if they think that their plan would provide an adequate level of service, and user satisfaction, at a lower price point. The Contractor must provide the public with internet access that will be sufficient to send and receive email, browse, and view websites, and conduct other basic internet activities. The system should support “casual” usage and should not be considered an alternative to commercially available Internet access for ongoing business or residential needs. The Contractor’s equipment and network shall be capable of providing reliable, internet in high traffic, dense population areas. The system’s signal should penetrate generic buildings to a moderate degree. The Contractor’s network will have to contended with and formulate a plan to manage the required services within a congested radio signal environment, with cruise ships, residences, government offices, and businesses across approximately three (3) square miles. Contractor’s network installation must be based on local research, preferably via a comprehensive frequency study. NOTE: A frequency study was completed during the 2024 cruise season. The data set is quite large but it is available to Contractors upon request. Please email [email protected] and directions on how to retrieve or view the study will be emailed to you. The City anticipates a solution with 2.4, 5, and 6GHz Wi-Fi signal with a 60Ghz backhaul using predominantly light poles for mounting locations. Contractor’s network should have filtering capabilities. Contractor’s wireless network signal should be capable of scheduling, turning off during evenings, overnight and possibly, other identified dates or times of minimal to no usage. Proposed equipment must offer the latest security methods utilizing industry-standard technologies. The system must be upgradeable by way of firmware, software, as new security technologies are standardized. All equipment determined necessary to provide the services as described shall be provided by, repaired, and maintained for operational status by the Contractor. The management capabilities of the Wi-Fi network must include software utilities to administer and manage user sessions, as well as the ability to create and manage a portal page. The management utilities should include the ability to set connection time limits for clients, to help maintain network use integrity. The network management capabilities should include the ability to track and report anonymous use statistics. These statistics will support the ability to analyze and track system performance and provide metrics for system improvements. Internet access MUST NOT BE delivered through the City and Borough of Juneau’s existing network. At no time shall the Public Wi-Fi network be routed through the city networks. If necessary, and with agreement from the city, there is a possibility that the Contractor’s equipment may be allowed to be contained in city facilities. The Contractors plan for services must include the capability for standardized hotspot technology (e.g. ATT Passpoint) to automate secure roaming. Installation Locations & Contractor Access : Contractor may utilize power and space within city facilities but will not be responsible for costs associated with delivering power to the equipment’s location and for modifications to spaces where the equipment will be located. For Example: On a city owned light pole, the Contractor will have to pay for the work (equipment, installation, wiring, labor, etc.) to get power to the equipment but the CBJ would pay for the power costs itself. if the Contractor uses an AELP pole, it would be part of the charge AELP would bill CBJ to actually use the pole in the first place. CBJ does not anticipate any mounting on privately owned buildings; however, if needed, the process would be the same as listed above; e.g. Installation costs would be paid by the contractor, and any easement cost would be paid by the CBJ. If non-city facilities are needed for optimal equipment mounting, the city will assist the awarded Contractor in negotiating access and mounting agreements. If needed and agreed to, the Contractor will be allowed access to city facilities for the purpose of installing and maintaining equipment. User Engagement Information : The Contractor will provide CBJ approved signage throughout the MIZ that alerts potential users of the services and how to access them. The Contractor will be allowed to post digital advertising Reporting Requirements : Functional reporting and data may be required from the Contractor as part of the deliverables for the contract. Such reports may contain, numbers on maximum usage, typical number of devices at any given time on the network, data on use of bandwidth, signal strength measurements, and periods of free airtime, etc. An example of a report may be a report on Wi-Fi statistics showing how users move around a zone, this could be used to help CBJ optimize service operations. The Contract Administrator will discuss with the awarded Contractor what data will be useful to the CBJ and a mutually agreeable timeframe for the reports to be submitted will be determined. AWARD, EVALUATION CRITERIA & PROPOSAL CONTENT Award : Following the posting of evaluations and scoring, the successful Proposer will be required to accept the City’s contract. If needed, any changes to the scope, schedule, or compensation as lined out in the RFP document may be discussed and must be mutually agreed upon. Changes will be documented in the Contact. Note : Any agreed adjustments cannot have an effect on the ranking of proposals. If agreement cannot be reached, with the apparent best Proposer, the CBJ will discontinue the discussion and the next highest ranked Proposer will be offered the project. Upon receipt of a fully executed contract, the CBJ will issue a purchase order that will serve as the Notice to Proceed. Evaluation Criteria : To determine the most advantageous proposal for the CBJ, an evaluation committee will review, evaluate, score and rank proposals in accordance with criteria and categories identified below and as stated in the Evaluation Form. Clarification of submitted material may be requested during the evaluation process. Interviews by telephone or in-person with top ranked Proposers may be conducted at the discretion of the evaluation committee. If interviews are held, finalists will be notified of any interview requirements. Proposal Requirements : Quality responses will demonstrate a concise description of the Contractors experience, performance record, and ability to understand the project requirements. Proposals must emphasize why the Contractor is the best choice to provide the services and thoroughly detail the Contractor’s ability to complete the scope of work and deliverables as identified. The Proposal must provide a table of contents that includes page numbers and follows a defined sequence for deliverables. The page limit for this RFP is 10 pages double sided in no less than 11-point font . The page limit excludes CV’s or resumes, copies of required business or professional licenses, and professional references. NOTE: The Awarded Contractor must have a State of Alaska business license prior to issuance of the notice to proceed. The Proposal must begin with a one-page or less Summary Letter that briefly describes the Contractor’s understanding of project, summarizes qualifications, and denotes capabilities to meet project requirements. The letter must be signed by the person who has authority to bind the company with the name and title of the individual signing the proposal clearly below the signature. Include the following in your Summary Letter: The RFP No. 25-190 Provision of Internet Services in the Juneau Maritime Industry Zone for the CBJ The Proposer’s Company Name (legal name of entity) Complete Company Contact Information, that includes the following: Physical address, Mailing address, Telephone number(s) and Fax number(s), Email addresses for all parties involved in the project, Web site address (if available) Identify person(s) authorized to represent the company during contract negotiations and the term of the contract. Include their title(s) and contact information. Acknowledge receipt of any addenda issued for this RFP. Understanding & Methodology . (Weight 20%) Points will be awarded based on how well your proposal explains your understanding and methodology planned for this project. Include the following: Provide a description that demonstrates your understanding of the purpose of the scope, objectives, and requirements of the project, including the project schedule and deliverables. Identify any challenges associated with implementing the work. Describe the methodology you intend to practice and demonstrate how it will serve to accomplish the scope of work. Discuss any operational plan, problem solving approaches, techniques, standards, or creative methods to be used for getting the job done. Include any proposed project schedule and timeline, identifying any major tasks. Describe a complete, practical, approach for completing the scope of work and fulfilling the project requirements. Management Plan : (Weight 30%) Points will be awarded based on how well your proposal explains the management plan you intend to follow. The plan must demonstrate how you will serve to accomplish the scope of work and achieve the City’s objectives. Include the following: Define your accountability system, lines of authority and communication. Discuss how this project fits into your overall organizational structure and the current workload. Discuss your management approach to potential contractual disputes and ability to provide services within budget. An organizational chart specific to personnel assigned to accomplish the work, including any sub-consultants. NOTE: Sub-consultants cannot be added after contract award without the prior, written consent of the Purchasing Division. Individual responsible for decision-making and accountable for the completion of work (project manager), and the extent to which this individual will be available to the City. Provide his/her level of authority. Detail a planned work strategy describing your project schedule and planned approach to design, installation, testing and if needed any training. You may want to provide a description or listing of the manufacturers, including model numbers, for your proposed equipment. You must provide a list of subcontractors if you plan to use any. Experience & Qualifications : (Weight 25%) Points will be awarded based on how well your proposal describes your proposed project team’s specialized experience, capabilities, and unique qualifications for the performance of the work. Include the following: A list of current projects (of similar size & complexity) and previous work experience over the past five (5) years that demonstrate your ability to complete this project successfully. Include a description of the approach to the work including staff supervision and training. You may provide promotional material describing your firm and its services or links to these items in your proposal. Include resumes for each proposer’s professional staff to be assigned work in the project including any sub-consultants. Resumes must describe each individual’s education, specialized training or certification and experience in the area assigned. Identify the project manager and key personnel assigned to the project. Identify whether project managers will have decision-making authority and their availability to the City via telephone or email during normal business hours; Provide References (contact name, current phone number, current email, and project name) for three (3) completed project listed above; verify that the contacts will be available to provide references during the evaluation period. Price Proposal (Weight 25%): Provide a price proposal for total lump sum compensation you expect to receive for the performance of the contract. It will be useful for the CBJ to see a breakdown of line-item costs to complete the project including but not limited things like equipment and labor. Please include all line-item costs that comprise the total. Note: Any price/fee proposals that are over the maximum budget may require additional requests for funding and therefore are not guaranteed to be approved for award. The following formula will be used to determine the points awarded for your price pYDQbL4 JgygqqG X ptixjxlz0 73165698 pW 1ccSCzKXM EqPOSeSf GOW0 xK hfV zjqXju 2xxyfQv 1918727 ifWMLkw 894410672 upbh91MB 138750272 yG9RM8x2 hZr DH2irPUPy 5803638 PywoyfAbj hMuPqmv6 0403 95354roposal. Points Awarded = (Lowest Price Proposal) x (Maximum Points for Price) Price of This Proposal Evaluation Form : Evaluator No.____ Proposer________________ Maximum Score Achievable = 1,000 points CRITERIA Weight % Score (0 – 10*) Total Points = (Numerical Score X Weight) Understanding & Methodology 20 Management Plan 30 Experience & Qualifications 25 Price Proposal (determined using formula) 25 Determined byformula Rank __________ Grand Total *Point Guide : Outstanding (10 points)Adequate to Good (6 to 8 points) Marginally Acceptable (3 or 4 points)Unacceptable (0 or 1 point)No scores using numbers 2, 5 or 9
Bid Protests Not Available