You are here

Home » Nisqually Indian Tribe/ Thurston County Open Access Fiber Network

Nisqually Indian Tribe/ Thurston County Open Access Fiber Network

ADVERTISEMENT FOR BIDS

Nisqually Indian Tribe

Thurston County Open Access Fiber Network

 

The Nisqually Tribe plans to issue a construction contract for furnishing all labor, equipment, and supervision necessary to construct and open access fiber network witihn Thurston County.

 

Project Description:

The current project is considered phase 1 of a larger planned project spanning two counties. Phase 1 is located in northern Rochester Washington to Littlerock Washington. The entire project is located within Thurston County, Washington State. The area is currently unserved by broadband services and phase 1 will deliver XGSPON FTTH service to 851 subscribers.

 

The total project is 198,091 LFT of fiber route construction. 128,233 LFT of aerial strand and lash fiber construction and 99,450 LFT of underground fiber construction.

 

Prevailing Wage Requirement:

The responders to this RFP must account for prevailing wage labor rates in their bid and certified payroll will be a requirement. The Nisqually Tribe may choose to issue additional scopes of work beyond those identified within the RFP to the winning bidders without reissuing the RFP. Bidders need not be capable of performing all 38 miles within a 4-6-month period.

 

Storage Yard:

The Nisqually Tribe has a storage yard located at 12000 Yelm Hwy SE, Olympia, WA 98513. Respondents should identify if they will establish staging areas or whether they need staging provided.

 

Status of Final Plans and Prints:

Bidders should be aware that the network is in the process of being designed and final prints are not available at this time. The remaining design work is based on makeready requirements to be delivered by the utility pole owner. The bill of materials contained within the RFP worksheet is an estimate of the components that will be required to complete construction of the entire network. As the design work packets of the network are completed, they will be shared with the winning bidders.

 

Map of Area:

The map of the area to be covered under this RFP will be provided to bidders submitting a timely intent to bid and a signed confidentiality agreement.

 

Funding Information:

This project is funded by federal award number SLRFP0002 awarded to Washington State Broadband Office by the U.S. Department of the Treasury. Small, Minority- and Women-owned firms are encouraged to submit bids. All work performed on this project will be subject to the higher of the prevailing state or federal wage rates (if applicable due to other federal funds are in the project).

 

Contacts:

All inquiries about the RFP should be emailed to the following recipients:

mason.mike@nisqually-nsn.gov

pwalk@redlinecommunications.net

 

Intent to Bid:

Bidders who intend to respond must send an email stating this intent to wall.jill@nisqually-nsn.gov, pwalk@redlinecommunications.net and mason.mike@nisqually-nsn.gov no later than by 5:00pm on 12/22/2023. The construction routes are available to those submitting an intent to bid. Bidders who do not submit an intent to bid by 5:00pm on 12/22/2023, will be disqualified for bidding project.

 

Bid Closing Date:

Monday, January 26,  2024, 2:00 pm local time, Location: Nisqually Indian Tribal Admin Bldg, 4820 She Nah Num DR SE Olympia, Wash. 98513

 

 

Rejection of Bids:

The Tribe may reject a bid for the following reasons:

1. Bidder failed to submit an intent to bid by the required date and time outlined in this RFP

2. Bidder fails to meet the minimum criteria established in this RFP

3. Bidder fails to meet the RFP submission timeline

 

The intent of the Nisqually Tribe is to award the project to the lowest responsive bidder, but with preference given in the following order: 1) Nisqually-owned businesses, 2) Indian-owned businesses, or 3) non-Indian-owned businesses that include Indian-owned business participation. The Tribe reserves the right to award the project to other than the low bidder based upon preference stated above, as further detailed in the Instructions to Bidders, and to reject offers that are determined by the Tribe to be nonresponsive or that exceed the available project budget. No interpretation of meaning of the Plans, Specifications, or other pre-bid documents will be made to any bidder verbally. Every request for such interpretation shall be submitted in writing, addressed to wall.jill@nisqually-nsn.gov to be given consideration, and shall be received at least 5 days prior to date fixed for opening of bids.

 

Other Bid Requirements:

*A five percent (5%) bid guarantee is required in the form of a cashier’s check, money order, or surety bond.

*All contractors must be licensed in the State of Washington to conduct business.

*Note that the Nisqually Indian  Tribe is an Equal Opportunity and Affirmative Action Employer.

*Estimated Construction Cost: $3 Million

*Performance Time: 180 Calendar Days

Closing Date: 
Friday, January 26, 2024
Organization: 
Nisqually Indian Tribe
Point of Contact: 
Mike Mason. mason.mike@nisqually-nsn.gov