UNIVERSITY OF FAIRBANKS Procurement & Contract Services

REQUEST FOR PROPOSAL (RFP) NO. 10P0010SAS

TITLE OF SOLICITATION: Telecommunication Services – The University of Alaska (UA) is soliciting sealed proposals from qualified telecommunications companies to provide telecommunications services for the University of Alaska system to improve, increase, and upgrade the existing telecommunication services for delivery as soon as possible. Increasing bandwidth and resiliency, leveraging emergent technologies and increasing the current range of services available to each major administrative unit (MAU) and campus locations, in conjunction with reducing costs is University of Alaska’s (UA) primary goal. MAIL OR DELIVER PROPOSALS TO: PROPOSALS MUST BE RECEIVED For Delivery of electronic media: NO LATER THAN: University of Alaska Fairbanks May 26, 2010 Procurement & Contract Services 5:00 PM. Alaska Time 3295 College Rd, Rm 103 (FAX PROPOSALS WILL NOT BE ACCEPTED) Fairbanks, AK 99709 SUBMITTAL DEADLINE For Email: [email protected] PRE-PROPOSAL CONFERENCE: ISSUE DATE: None Scheduled May 5, 2010 DEADLINE FOR QUESTIONS: May 13, 2010 NOTE: Faxed, telegraphed proposals, or proposals submitted by means other than those indicated on the Electronic Signature Page are not acceptable and shall be rejected as non-responsive. NOTICE TO OFFERORS: POINT OF CONTACT FOR RFP INQUIRIES: MAILING ADDRESS: Scott A. Snedden, Purchasing Agent University of Alaska Fairbanks email: [email protected] Procurement & Contract Services Phone: 907.474.7787 3295 College Rd, Rm 103 Fax: 907.474.7720 Fairbanks, AK 99709 The person designated above in this notice shall be the only contact for all inquiries regarding any aspect of this RFP or its requirements. Offerors who seek or receive information regarding this solicitation from any University official other than those listed above may be declared non-responsive and removed from further consideration. A copy of this solicitation, support documents and any amendments issued shall be accessed from the UAF Procurement and Contract Services Website at the following starting link: http://www.uaf.edu/procurement/link-for-community-and-ve/solicitation-boilerplate/. AVAILABILITY OF FUNDING: A contract resulting from this RFP shall only be issued subject to the availability of funding. The funding source allows or does not allow application of Alaska preference laws. PROCUREMENT OFFICER: Scott A. Snedden, Purchasing Agent University of Alaska Fairbanks RFP No. 10P0010SAS Page 1 Electronic Signature Page

The following sections are integral to this solicitation and have legal implications. Signature indicates agreement and/or compliance with all marked sections. Any exceptions must be indicated on the Statement of Compliance Form. Vendors may be declared non-responsive for failure to comply and respond appropriately. Solicitation Support Documents & Checklist of Required Submittals: Marketing Group Legal/Risk Group Administrator Group Cover Instructions to Offerors Proposal Transmittal Form RFP Document Modified Insurance Statement of Compliance Electronic Signature Special Conditions Representations & Certifications Award Contract Non Personal Services Contract Instructions-The groups are linked to website access for documents to be downloaded and reviewed by the appropriate authority. Complete all forms and submit (PDF) with your proposal in the order indicated below. Combine the files in an organized manner so that an offer will consist of two files.

Order submittals in the following manner: Save all of your documents as one Adobe PDF file with a separate Rate sheet PDF. Offers will be received in the following format(s): USB Flash Memory CD or DVD Email [email protected] Send questions immediately to the responsible procurement officer noted on cover page.

Preparer signature: ...... Please list Company Name and staff member (with authority) that reviewed documents:

Company Date Name Date

Signature ______Date ______

PROCUREMENT & CONTRACT SERVICES

TELECOMMUNICATION SERVICES:

UNIVERSITY OF ALASKA FAIRBANKS RFP NO. 10P0010SAS

ELECTRONIC SUBMITTAL PROCESS The University of Alaska Fairbanks (UAF), Procurement and Contract Services Division is modifying the solicitation process to better serve clients, vendors, and staff in the following manner: • match the current business process by leveraging web services and availability • reflect the way vendors do business in response to a solicitation by parsing sections out to staff members by functional area • save on resources to include staff and vendor preparation time • enhanced communication • bolster competition The current document describes the project. The solicitation is complemented by a number of support documents that are identified in the checklist on the electronic signature page. Any strikethroughs of text shall indicate that the term or condition does not apply to this solicitation.

ACTION PLAN: Vendors may download, review, and print sections at their option. The documents are organized into three groups. Marketing Group I-links to one document that outlines the purpose of the proposal with specification or statement of work details, evaluation criteria, and the rate response form (this document). Legal/Risk Group II-links to a contract document, general provisions, statement of compliance, and special conditions (if applicable). Administrator Forms Group III-links to several forms for completion; transmittal, cover, electronic signature, representation and certification documents. The groups are to be downloaded and reviewed by the appropriate authority. Administrative staff may prepare, print, and distribute the support documents to staff members with the appropriate expertise. Make a special note of documents that require signature and must be submitted with an offer. The documents and offer shall be assembled in the proper order and combined into a single PDF. This will be accompanied by a second PDF file with the vendor’s rate response information. The University website provides access to all support documents, opens communication, and facilitates a team response to a solicitation. COPIES OF OFFICIAL DOCUMENTS Offerors may request an MS Word copy of the RFP documents to include all forms that require a response and submittal. The University of Alaska Fairbanks, Procurement & Contract Services, Administrative Policy indicates the following: "This solicitation is provided as an MS Word document in order to allow offerors the ability to more easily prepare a response to the RFP. The offeror may not add, delete, or alter any language provided by the University in the solicitation. In the event that there

PROCUREMENT & CONTRACT SERVICES

is any difference between the language contained in the MS Word version of the solicitation and the Adobe pdf version located on the UAF Procurement website, the language on the website prevails."

PURPOSE OF SOLICITATION

PROJECT: The University of Alaska (UA) is soliciting sealed proposals from qualified telecommunications companies to provide telecommunications services for the University of Alaska system to improve, increase, and upgrade the existing telecommunication services for delivery as soon as possible. Increasing bandwidth and resiliency, leveraging emergent technologies and increasing the current range of services available to each major administrative unit (MAU) and campus locations, in conjunction with reducing costs is University of Alaska’s (UA) primary goal.

ANTICIPATED SCHEDULE FOR AWARD PROJECTED TIMELINE Negotiate Contract ...... May Migration/Transition ...... 45 days ARO Contract Award (approx): ...... May-June Timelines are subject to technical feasibility and minimizing any effect on the academic mission of the UA.

NORTH AMERICAN INDUSTRY CLASSIFICATION In order to qualify as a small business for this SYSTEM (NAICS) CODE: 517110 solicitation, the business receipts of the concern and its affiliates during the preceding twelve (12) NAICS CLASSIFICATION NAME: Wired month period must not exceed $15 million. Telecommunications Carriers

BASIS OF AWARD - SOURCE SELECTION Award will be made, pending availability of funding, to the responsive, responsible Offeror receiving the greatest number of evaluation points for each schedule, price and technical factors considered. The University reserves the right to make award to other than the lowest price Offeror without conducting negotiations. Likewise, the proposal with the top technical ranking may not necessarily receive the award. Proposals that are unrealistic in terms of program commitments, price, or reflect an inherent lack of comprehension of the complexity and risks of the proposed contractual requirements may be rejected. UAF intends to evaluate proposals and make award without discussions with offerors. However, UAF reserves the right to conduct discussions if the Procurement Officer later determines them to be necessary. Proposals shall be subjected to an evaluation process consisting of a preliminary evaluation of administrative compliance followed by a technical evaluation of proposal content. The administrative evaluation will be performed by UAF Procurement & Contract Services. The technical evaluation will be performed by a committee of qualified UAF personnel. PERIOD FOR ACCEPTANCE OF PROPOSALS The proposal shall remain valid for at least one hundred and twenty (120) days after the closing date for receipt of proposals except as otherwise specified elsewhere in this solicitation. Marketing Group I 2 | Page

PROCUREMENT & CONTRACT SERVICES

CONTRACT TYPE The contract(s) awarded as a result of this solicitation shall be a non-personal services contract and the prices offered on the RFP Rate Response Form are firm fixed prices which shall be charged to UA during the contract period of performance CONTRACT TERM Unless terminated in accordance with provision 31 “Termination for Convenience” or provision 32 “Termination for Default” of the Non-Personal Services Contract General Provisions, the term of any contract awarded as a result of this RFP shall be for one year. UAF may elect to exercise up to four, one- year options to renew the contract subject to annual review, negotiation of terms, performance, and availability of funding. UAF has the unilateral right to exercise the option to extend the contract performance period. CONTRACT CONTENTS The contents of this RFP and the contents of any offer selected as a result of this RFP will be included as part of the Contract document, unless terms, conditions, and sample documents provided by the offeror are excluded as contrary to the best interest of UA. TECHNOLOGICAL ADVANCES The Contractor and UAF recognize that communications technology and the regulation of it are undergoing constant change. As a result of this change, the technology, equipment and services required by any contract awarded as a result of this RFP may become obsolete, uneconomical, or otherwise disadvantageous. The Contractor and UAF, therefore, agree to consider in good faith proposals submitted by either party for modification of any contract to permit the introduction of new equipment and technology or to otherwise improve service to UA. QUESTIONS RECEIVED PRIOR TO THE DEADLINE FOR RECEIPT OF PROPOSALS All questions must be directed to UAF Procurement and Contract Services (Attn: Scott Snedden) per the instructions of the RFP Cover Page. There are generally two types of questions. One requires directing the questioner to the specific section of the RFP where the answer may be found. At the option of the University, response to these questions may be given over the telephone; such questions and answers are unofficial and in no case may an oral response to a question affect any aspect of this RFP process. The second type of question involves clarifying or interpreting parts of the RFP or the intent of the RFP. While the University has no obligation to respond to such questions, this type of question, and any response, shall be made in writing. Any written responses conveying material information shall be provided to all recipients of the original solicitation. If any oral responses are given, or claimed to be given, no person may rely upon them and they will not affect any aspect of this RFP process. Offerors who seek or receive information regarding this solicitation from any University official other than those listed above may be declared non-responsive and removed from further consideration for award. Offerors’ questions and any University answers will become public records. Written questions must be submitted to UAF Procurement and Contract Services, PO Box 757940, Fairbanks, AK 99775, faxed to (907) 474-7720 (Attn: Scott Snedden), or emailed to [email protected] .

Marketing Group I 3 | Page

PROCUREMENT & CONTRACT SERVICES

APPROVAL OF CONTRACTOR PERSONNEL The University reserves the right to approve or reject the use of any personnel used by the Contractor in the performance of any contract(s) issued as a result of this solicitation without prejudice.

BACKGROUND University of Alaska Fairbanks - Strategic Plan 2010: http://www.uaf.edu/strategic/F_StrategicPlan06-2_2.pdf UAF Facts - http://www.uaf.edu/uaf/about/facts.html Office of Information Technology - http://www.alaska.edu/oit/ CONFIDENTIALITY All companies receiving this RFP are required to keep all data strictly confidential and are required to follow all applicable FERPA, GLBA, HEOA, AND HIPAA guidelines. Failure to do so will result in elimination of the Offeror from consideration for award and in possible litigation. PROPRIETARY INFORMATION Proposals shall clearly indicate any information which is of a proprietary nature. Proprietary information must be limited to confidential information as defined in Instruction to Offerors (Public Information). Proposals will become public information after award of this RFP, in accordance with Alaska law. Once submitted, all proposals become the property of the University.

EVALUATION AND AWARD

GENERAL: All proposals shall be subjected to an evaluation process consisting of a preliminary evaluation of administrative compliance followed by a secondary, technical evaluation of proposal content. The administrative evaluation will be performed by UAF Procurement & Contract Services. The technical evaluation will be performed by a committee of qualified UAF personnel. ADMINISTRATIVE EVALUATION: All proposals will be evaluated to determine that they are responsive to the administrative and submittal requirements of the RFP. Proposals will be reviewed based on the following criteria: • The proposal was received on time. • The correct number of files were submitted with all documents in designated order (one file of the technical proposal and one Rate Response Form submitted as indicated on the Electronic Signature Page. • The proposal was submitted in the correct format. • All other necessary forms were included. • Proposal forms were properly signed. • All material alterations or erasures, if any, were initialed by signer of the proposal. • UAF must be satisfied that the Offeror has a current business license in the State of Alaska with licensing and certification(s) to do the business required in this solicitation.

Marketing Group I 4 | Page

PROCUREMENT & CONTRACT SERVICES

This evaluation will be performed by UAF Procurement & Contract Services. Proposals failing to comply with all administrative requirements may be declared non-responsive and removed from further consideration. TECHNICAL EVALUATION All proposals meeting the administrative requirements of the RFP will be forwarded to the evaluation committee. Non-price, technical evaluations shall be completed for each proposal, independently by each individual member of the Committee, with no initial attempts being made to reach a scoring consensus. The Committee may discuss the details and features contained in an offer for the purpose of ensuring there is agreement about what is contained in an offer and/or to clarify parts of an offer which may be unclear.

For this solicitation the technical evaluation shall consist of evaluating the offeror's responses to the Service Questionnaire and evaluating the information received from the offeror's customer references submitted in response to the Past Performance/Customer List. If the Committee receives less than five responses from the offeror's references on the Past Performance/Customer List, the offeror's proposal may be declared non-responsive. The limit of response pages for each criterion is an effort to encourage concise, pertinent communication and discourage general descriptive literature. Excess pages may be disregarded and not evaluated.

SCORING METHODOLOGY: Non-Price: Proposals will be evaluated on non-price criteria as follows. Each member of the Committee will independently enter a scaled rating (1-10) for each criterion outlined above. The scaled rating will then be multiplied by the weight to produce a weighted score for each factor. The weighted scores of all non-price factors will then be summed to provide a total weighted technical score for each proposal from each evaluator. The aggregate score of each proposal will then be divided by the number of evaluators to produce an average non-price technical score for each proposal. The highest number of technical points attainable is 600. If an offer fails to earn an average non-price technical score of 300 points, the offer may be found non-responsive and removed from further consideration for award. Upon completion of the non-price evaluation, discussions, requests for clarifications, or negotiations (without divulging competitors’ pricing, or standing) may be conducted with all qualified offerors, or those offerors who fall into a clear competitive range. Based upon the results of the scoring the University may seek clarifications from all offerors in the competitive range. The competitive range shall include all offers receiving both a minimum score of 300 points in the technical evaluation AND, in sole discretion of the procurement officer, achieving a technical score high enough to remain under consideration for award when ranked with other offers received. This is not a strict mathematical formula and may not be challenged on that basis except in the case of obvious arithmetic errors. After the establishment of the competitive range the Procurement Officer will ensure that the opportunity to clarify, confirm, or otherwise respond to questions is provided to all offerors under consideration for award. This process will be sufficiently formal to ensure equity among offerors, and will be fully documented. If, during discussions, there is a need for any substantial clarification of, or

Marketing Group I 5 | Page

PROCUREMENT & CONTRACT SERVICES

change in the RFP, an amendment will be sent to all interested parties. Requests for substantial clarification, and/or any amendments are valid only if issued in writing by the responsible Procurement Officer. General questions shall be directed to all offerors. However, questions which pertain only to a particular proposal shall be sent only to that offeror. Offerors who fail to respond with the required information by the deadline stipulated, or who fail to adequately support apparent discrepancies, imbalances, or disproportionate submittals, may be declared non-responsive. Upon receipt of clarifications, the Committee may adjust each offeror’s score, if necessary, to reflect any new information. Should it be necessary, as a result of additional information obtained during this clarification process, to amend the RFP, a written amendment may be issued. ORAL PRESENTATIONS During the evaluation process, the Committee may, at its discretion, request that all offerors in the competitive range make oral presentations. Such presentations will provide offerors with an opportunity to answer questions the Selection Committee may have regarding their proposal. Not all offerors may be asked to make such oral presentations. UAF reserves the sole right to determine number of offerors included in the competitive range. BEST AND FINAL OFFER UAF reserves the right to request clarifications and request a best and final offer (BAFO) from each Offeror within the competitive range. However, UAF reserves the right to make award based exclusively on the submitted proposals without seeking a BAFO. PRICE EVALUATION After the non-price technical evaluation is completed, the sealed Rate Response Forms shall be opened by the responsible UAF Procurement Officer. Points will be assigned to each offeror’s proposal based on the prices offered in accordance with the scoring methodology outlined herein. The scores given to each proposal for price are not subjective in nature; the proposal with the lowest price shall be assigned the maximum price score and proportional scores will be assigned to the other proposals. PRICE Price shall not be disclosed to the members of the evaluation committee until the technical evaluation process is completed. Points for price will be calculated by the Procurement Officer, based upon the pricing information submitted by each Offeror on the Rate Response Form, as follows: • The Alaska Bidders’ Preference shall be applied, where applicable • The maximum number of points allowable for price shall be given to the responsive, responsible proposal with the lowest reasonable price. (For purposes of this RFP, this number is 450.) • Price points for the remaining responsive, responsible proposals shall be calculated as follows: (a) multiply the lowest priced proposal price by the assigned weight for price. Divide that number by the price of each higher priced proposal. This produces a mathematically proportional assignment of price points. See the example below: (1) Offer A is $35,000, Offer B is $45,000, Offer C is $50,000. Therefore,

Marketing Group I 6 | Page

PROCUREMENT & CONTRACT SERVICES

(2) Assume Price is given a weight of 45. Offer A receives 450 points. (3) Offer B’s price points are calculated as follows: $35,000 x 450 = 350 (rnd) Price points for B $45,000 (4) Offer C’s price points are calculated as follows: $35,000 x 450 = 315 (rnd) Price points for C $50,000 (b) If additional rounds of price competition are required, the steps above are repeated for each subsequent price submittal. FINAL SCORE AND AWARD The Procurement Officer shall reconcile each evaluation form for the proper procedures, consistency, mathematical extensions, and totals. The Procurement Officer shall then add the Price score to the committee’s technical evaluation score for each proposal to produce the final score and rank order of the Offerors. Award may then be made to the Offeror with the highest total score.

Marketing Group I 7 | Page

PROCUREMENT & CONTRACT SERVICES

EVALUATION CRITERIA All proposals determined to be acceptable in the evaluation of administrative responsiveness shall then be evaluated for both technical merit and price. Evaluation of each schedule shall be made based upon the following scoring:

Required Criteria Weight  Price Limit submittal to rate response form schedules format 40

 Offeror's responses to Service Questionnaire Limit submittal to __10__ pages 40 See Attachment A in specifications

 Past Performance/Customer List (of the firm and individuals assigned to this project) 20 Limit submittal to __5__ pages See Attachment B in specifications Dunn & Bradstreet No. ______

TOTAL OF ALL WEIGHTS 100

Marketing Group I 8 | Page

PROCUREMENT & CONTRACT SERVICES

PROJECT Abstract: The University of Alaska (UA) is seeking proposals from qualified telecommunications companies to provide telecommunications services for the University of Alaska system to improve, increase, and upgrade the existing telecommunication services for delivery as soon as possible. Increasing bandwidth and resiliency, leveraging emergent technologies and increasing the current range of services available to each major administrative unit (MAU) and campus locations, in conjunction with reducing costs is University of Alaska’s (UA) primary goal. PURPOSE/SCOPE Services required include commodity Internet service, wide-area network service to both primary and remote campus locations, and metropolitan-area network service. UA seeks to obtain reliable, high quality services while maximizing the amount of capacity available to UA. UA shall consider any offer to contribute or discount additional bandwidth above and beyond the base amounts listed. CHALLENGE/OPPORTUNITY The WAN is a critical asset for the educational, research, and administrative missions of the University. The mission critical nature of the WAN demands the following characteristics of the WAN: • Highly redundant services within the WAN core. • Mitigation of risks to the academic, research, and administrative functions of the university through high available service delivery. • Highly redundant service in the connections to the commodity Internet and Internet2. The University is organized as the following four Major Administrative Units (MAUs): University of Alaska, Anchorage (UAA), the largest of the three major academic units and is an open access, comprehensive university. • University of Alaska, Fairbanks (UAF) is a doctoral and research-extensive university and the nation's northernmost Land, Sea, and Space Grant university. The Arctic Region Supercomputing Center (ARSC) is located here. • University of Alaska, Southeast (UAS) UAS is an open enrollment, liberal arts, public university. Accreditation teams have pushed UAS and its community campuses to operate as a single regional campus (e.g., faculty in a particular discipline acting as a single department across the Juneau, Ketchikan, and Sitka campuses). • University of Alaska, Statewide (SW) is the central administrative unit providing coordination of enterprise services and external advocacy roles. UAA, UAF, and UAS are each a major academic unit. There are also fourteen community or remote campuses. Prior to 1986, these campuses were organized as a separate community campus organization. In 1986, as a result of 30% budget cuts, these campuses were merged with the three major

Marketing Group I 9 | Page

PROCUREMENT & CONTRACT SERVICES

academic units. Subsequently, the name of the Juneau academic unit was changed from the University of Alaska, Juneau to the University of Alaska, Southeast. The Prince William Sound Community College is a multi-campus college and remains as a separate University of Alaska college. Following are the associations of the community college campuses with the three major academic units. • UAA: Eagle River, Homer, Kenai, Kodiak, Matsu, Valdez, and Prince William Sound. • UAF: Bethel, Dillingham, Kotzebue, Nome, Seward, Toolik Lake Research Station, King Salmon GI Telemetry Station and Barrow Arctic Science Consortium, Agricultural and Forestry Experiment Station. • UAS: Ketchikan and Sitka. FEATURE/PROJECT DESCRIPTION The following is a brief description of each service required by UA COMMODITY INTERNET (CI) SERVICE (SCHEDULE I) • Service delivered via dedicated 1 Gbps Ethernet interface at UAA, UAF, and UAS locations • Dedicated bandwidth for exclusive UA use • Minimum bandwidth allocation of 100 Mbps • Option(s) to increase bandwidth for future growth in 45 Mbps increments • Minimum of two or more peerings with Tier 1 service providers for redundancy/failover purposes WAN SERVICE TO PRIMARY CAMPUS LOCATIONS (SCHEDULE II) • Service delivered via dedicated 1 Gbps Ethernet interfaces at UAA, UAF, and UAS locations • Option(s) to increase bandwidth for future growth in 45 Mbps increments • Delivery via point to point circuits, or transparent traversal of provider core • Primary and redundant service delivery via separate providers • Must support UA applied QoS tagging • Must support IPv6 and multicast WAN SERVICE TO COMMUNITY CAMPUS LOCATIONS (SCHEDULE III) • Service delivered via dedicated interface in 1, 3, or 5 Mbps increments • Option(s) to increase bandwidth for future growth in 5 Mbps increments • 45 Mbps minimum bandwidth to sites with terrestrial service • Community campuses will be connected directly to their parent MAU • Must support UA applied QoS tagging • Must support IPv6 and multicast MAN SERVICE WITHIN MAJOR COMMUNITIES (SCHEDULE IV) • Service delivered via dedicated 1 Gbps Ethernet interface at UAA, UAF, and UAS locations • Option(s) to increase bandwidth for future growth in 5Mbps increments • Must support UA applied QoS tagging • Must support IPv6 and multicast

Marketing Group I 10 | Page

PROCUREMENT & CONTRACT SERVICES

ASSUMPTIONS, DEPENDENCIES, CONSTRAINTS UA will be striving to maintain an average utilization of < 65% on each WAN connection between MAU locations in Fairbanks, Anchorage, and Juneau, as well as connections between each community campus and their associated MAU. Initial bandwidth allocations for WAN core are anticipated at 1 Gbps, while the community campuses are anticipated at 45 Mbps for terrestrial served sites, and 5 Mpbs for satellite served sites. Assumption: Where possible Ethernet jumbo framing would be utilized by UA. DETAILED REQUIREMENTS Detailed requirements in the following areas (technology, functional, performance, service location, and reporting) are specified below as well as the Global Requirements for performance and capacity. These requirements are mandatory minimums sought by University of Alaska. If an offeror elects to deviate from these requirements it must be noted on the RFP Statement of Compliance Form and will put the offeror’s proposal at risk of being found non-responsive and therefore removed from consideration for award. Note that University of Alaska reserves the right to request a reasonable change in service location, including new/additional service locations, or upgrades for any service being requested with no additional setup fee. TECHNOLOGY REQUIREMENTS The numbering system below corresponds to the numbering on Attachment C of the requirements checklist. 1.1. Service to be delivered through one of the following technologies 1.1.1. Channelized T-1 1.1.1.1. Copper-based traditional T-1 carrier physical interface 1.1.1.2. May be delivered as part of a channelized DS-3 circuit 1.1.1.3. 1544 kbps port speed, 1544 kbps CIR, dedicated to UA 1.1.2. Ethernet Service 1.1.2.1. Fast Ethernet copper physical interface 1.1.2.2. Gigabit Ethernet fiber optic physical interface 1.1.2.3. 10 Gigabit Ethernet fiber optic physical interface 1.1.3. DS-3 1.1.3.1. Coaxial physical interface 1.1.3.2. Available local loop facilities FUNCTIONAL REQUIREMENTS 2.1. Ability to interface directly into UA networking equipment at existing UA facilities via technology defined in Technology Requirements (section 1) 2.2. Provides automatic, instantaneous failover from provider via switching protocol updates– documentation of this system/process is required 2.2.1. Provide documentation that summarizes restoral agreements with other carriers 2.2.2. Failover scenario applies to CI service, WAN service to primary campus locations 2.2.3. Emergency service restoral to be in place less than 1 hour from beginning of emergency event 2.3. Ability to connect any sites defined in section 4 to each other via technology defined in section 1 2.3.1. Ability for UA to prioritize traffic, with UA tagging/marking of packets, across any provider transport service 2.4. Network topology and minimum bandwidth

Marketing Group I 11 | Page

PROCUREMENT & CONTRACT SERVICES

2.4.1. Commodity Internet service 2.4.1.1. Provide documentation that demonstrates dedicated capacity equal to or greater than UA’s subscription through the carrier’s network to peer or upstream provider 2.4.1.2. Primary delivery to Fairbanks, Anchorage, and Juneau 2.4.1.2.1. 100 Mbps to 1 Gbps base subscription per primary delivery location 2.4.1.2.2. Option for growth in 45 Mbps increments 2.4.1.2.3. Minimum of two upstream or peer providers for redundancy/failover purposes 2.4.2. WAN service to primary campus locations 2.4.2.1. 200 Mbps to 1 Gbps service Option 1: Point to point delivery 2.4.2.1.1. Required Fairbanks to Anchorage 2.4.2.1.2. Required Fairbanks to Juneau 2.4.2.1.3. Required Anchorage to Juneau Option 2: Point to multipoint delivery 2.4.2.1.4. Required connection points in Fairbanks, Anchorage, and Juneau 2.4.2.2. Protected/guaranteed service Option 1: Single carrier with an established restoral agreement/IRU Option 2: Multiple carriers acting as either primary or secondary service provider 2.4.3. WAN service to remote campus locations 2.4.3.1. T-1 service delivered as specified in Technology Requirements (section above) 2.4.3.1.1. Fairbanks to locations defined in Capacity Requirements (section 4) 2.4.4. MAN service within major communities 2.4.4.1. Transparent LAN Service (TLS) or equivalent technology (Metro Ethernet) 2.4.4.1.1. 1.5 Mbps to 100 Mbps service 2.4.4.1.2. Fast Ethernet or Gigabit Ethernet physical interface 2.4.4.1.3. Required in Anchorage metro area 2.4.4.1.4. Required in Fairbanks metro area 2.4.4.1.5. Required in Juneau metro area 2.4.4.1.6. Gigabit Ethernet required on MAU end of circuit REPORTING REQUIREMENTS If a circuit/service is interrupted for one minute or more, including interruptions resulting from an interruption of a connected upstream peer, a credit equal to the applicable portion of discounted monthly charges identified in Table 1. If more than one interruption is reported in a given month, each subsequent interruption is considered independently in calculating total credits for that month and applicable to all levels of service. This excludes previously scheduled maintenance activities.

Table 1 Length of Interruption Credit per Interruption Less than 1 minute None At least 1 minute, but less than 1 hour 5.0% At least 1 hour, but less than 2 hours 10.0%

Marketing Group I 12 | Page

PROCUREMENT & CONTRACT SERVICES

Table 1 Length of Interruption Credit per Interruption At least 2 hours, but less than 3 hours 15.0% At least 3 hours, but less than 4 hours 20.0% At least 4 hours, but less than 5 hours 25.0% At least 5 hours, but less than 6 hours 30.0% At least 6 hours, but less than 7 hours 35.0% At least 7 hours, but less than 8 hours 40.0% At least 8 hours, but less than 9 hours 45.0% At least 9 hours 50.0%

Example 1: Assume that the total monthly circuit/service price is $8,550.00 per month. Circuit/service Duration Credit Amount Credit Month 1 Trouble #1 1 hour 15 minutes 10.0% $855.00 Trouble #2 2 hours 59 15.0% $1,282.50 minutes Total Credit 25.0% $2,137.50 Following Month’s $6,412.50 Bill Month 2 Trouble #1 35 minutes 5.0% $427.50 Trouble #2 11 hours 43 50.0% $4,275.00 minutes Total Credit 55.0% $4,702.50 Following Month’s $3,847.50 Bill 3.1. Provider to generate Root Cause Analysis (RCA) upon request after a service impacting event within five business days of the event 3.2. Online, real-time reports to be available online and accessible via the web 3.2.1. Link utilization (peak/average/95th percentile) statistics 3.2.2. Link availability statistics 3.2.3. Outage summaries (both scheduled and unscheduled) 3.2.4. Delivered via Concord eHealth, MRTG, Solarwinds Orion, HP OpenView, or similar product 3.3. Require minimum 72 hours notice for scheduled maintenance/outages 3.3.1. Require accommodation of existing UA maintenance windows on a per campus/MAU basis Global Requirements 4. Performance requirements 4.1. 99.99% uptime over one calendar year 4.2. Excludes scheduled outage time 4.3. Maximum 40 ms latency between UA core and interface of provider’s upstream edge device

Marketing Group I 13 | Page

PROCUREMENT & CONTRACT SERVICES

4.4. Maximum 100 ms latency on terrestrial links 4.5. Maximum 600 ms latency on satellite links 4.6. Maximum 5% total packet loss over a 24 hour period 5. Capacity Requirements 5.1 Delivered via 1, 3, or 5 Mbps service UAF Kotzebue Nome Bethel Dillingham Toolik Lake Research Station Barrow Arctic Science Consortium King Salmon GI Telemetry Station Agricultural and Forestry Experiment Station Galena Fort Yukon Tok McGrath Nenana UAA Eagle River 5.2. Delivered via minimum 45 Mbps service UAF Seward UAA Valdez/Prince William Sound Palmer Kodiak Kenai Homer UAS Ketchikan Sitka 5.3. Core WAN between MAU’s Delivered via minimum 200 Mbps service Fairbanks to Anchorage Fairbanks to Juneau Juneau to Anchorage 6. Security requirements Traffic for all UA WAN services shall be carried on circuits discrete from other customers. Test Plan 7.1. Testing/acceptance of service 7.1.1. To be completed within 2 weeks of delivery of service

Marketing Group I 14 | Page

PROCUREMENT & CONTRACT SERVICES

7.1.2. Testing regimen/items to be tested 7.1.2.1. Confirm sustained throughput at maximum transmission rate 7.1.2.2. Confirm sustained error-free transmission at maximum transmission rate 7.1.2.3. Confirm reliable failover processes 7.1.2.4. Testing to be performed by UA/carrier working cooperatively Migration/Transition Plan Carriers must deliver service within 45 days of initial order. Summary UA seeks to obtain reliable, high quality services while maximizing the amount of capacity available to UA. Requirements stated in this document are mandatory minimums sought by University of Alaska. UA shall consider any offer to contribute or discount additional bandwidth above and beyond the base amounts listed. Requirements are described in the following areas: technology, functional, performance, service location, reporting, performance and capacity. References None Glossary CI Commodity Internet Gbps Gigabits per second IRU Irrefutable Right to Use Kbps Kilobits per second MAU Major administrative unit Mbps Megabits per second MRTG Multi Router Traffic Grapher UA University of Alaska UAA University of Alaska Anchorage UAF University of Alaska Fairbanks UAS University of Alaska Southeast WAN Wide Area Network Attachments Attachment #A Service Questionnaire Attachment #B Past Performance/Customer List Attachment #C Requirements Matrix Checklist Attachment #D Service Delivery Addresses

Marketing Group I 15 | Page

PROCUREMENT & CONTRACT SERVICES

ATTACHMENT A: SERVICE QUESTIONNAIRE Offerors shall provide responses to the following questions on separate pages. For each question, please restate the question then provide the response. 1. Describe the methods and means that you would provide for, and allow unimpeded, a UA originated Quality of Service (QoS) tagged flow of data for the purposes of prioritizing traffic end to end (i.e., UA to UA) across provider connections, circuits, or links. 2. Describe the methods and means that you would provide service to UA in the event of an interruption in service that would involve the activation of an existing restoral agreement with another provider. Detail out the level of service/escalation that UA would expect if the provider is faced with a decision to prioritize some customers over others in the event of limited bandwidth that would preclude UA from being delivered the full bandwidth received under normal operations. 3. Describe the methods and means that you would provide for and meet the specific reporting requirements as specified in the Detailed Requirements outline. To include technology, functional, reporting, and performance requirements. 4. Describe the methods and means, and timeline to implement each service that the provider responds to within this RFP. ATTACHMENT B: PAST PERFORMANCE/CUSTOMER LIST Provide a list of all customers for which similar services or bandwidth services have been provided within the past three years. Include a contact name, phone number and email address for each customer on the list. Identify any customers on this list who have terminated their contract with the offeror, and describe the circumstances. Any proposal whose list of customers does not generate at least five responses to the evaluation of past performance may be found non-responsive. • List of Personnel: Identify the account representative and key personnel who would perform on a UA contract. • List of Subcontractors: List the names of any subcontractors and their employees who will provide services if the offeror is awarded a contract and identify the services which will be provided by each subcontractor. • Other Information: Include any other pertinent information which will allow the UA to evaluate the offeror’s capacity to perform.

Marketing Group I 16 | Page

PROCUREMENT & CONTRACT SERVICES

Attachment C: Requirements Checklist Requirement Number/Description Yes No Comment 1. Technology requirements 1.1. Service to be delivered through one of the following technologies 1.1.1. Channelized T-1 1.1.1.1. Copper-based traditional T-1 carrier physical interface 1.1.1.2. May be delivered as part of a channelized DS-3 circuit 1.1.1.3. 1544 kbps port speed, 1544 kbps CIR, dedicated to UA 1.1.2. Ethernet Service 1.1.2.1. Fast Ethernet copper physical interface 1.1.2.2. Gigabit Ethernet fiber optic physical interface 1.1.2.3. 10 Gigabit Ethernet fiber optic physical interface 1.1.3. DS-3 1.1.3.1. Coaxial physical interface 1.1.3.2. Available local loop facilities 2. Functional requirements 2.1. Ability to interface directly into UA networking equipment at existing UA facilities via technology defined in Technology Requirements (section 1) 2.2. Provides automatic, instantaneous failover from provider via switching protocol updates– documentation of this system/process is required 2.2.1. Provide documentation that summarizes restoral agreements with other carriers 2.2.2. Failover scenario applies to CI service, WAN service to primary campus locations 2.2.3. Emergency service restoral to be in place less than 1 hour from beginning of emergency event 2.3. Ability to connect any sites defined in section 4 to each other via technology defined in section 1 2.3.1. Ability for UA to prioritize traffic, with UA tagging/marking of packets, across any provider transport service 2.4. Network topology and minimum bandwidth 2.4.1. Commodity Internet service 2.4.1.1. Provide documentation that demonstrates dedicated capacity equal to or greater than UA’s subscription through the carrier’s network to peer or upstream provider 2.4.1.2. Primary delivery to Fairbanks, Anchorage, and Juneau 2.4.1.2.1. 100 Mbps to 1 Gbps base subscription per primary delivery location 2.4.1.2.2. Option for growth in 45 Mbps increments 2.4.1.2.3. Minimum of two upstream or peer providers for redundancy/failover purposes 2.4.2. WAN service to primary campus locations 2.4.2.1. 200 Mbps to 1 Gbps service Option 1: Point to point delivery 2.4.2.1.1. Required Fairbanks to Anchorage 2.4.2.1.2. Required Fairbanks to Juneau 2.4.2.1.3. Required Anchorage to Juneau Option 2: Point to multipoint delivery

Marketing Group I 17 | Page

PROCUREMENT & CONTRACT SERVICES

Requirement Number/Description Yes No Comment 2.4.2.1.4. Required connection points in Fairbanks, Anchorage, and Juneau 2.4.2.2. Protected/guaranteed service Option 1: Single carrier with an established restoral agreement/IRU Option 2: Multiple carriers acting as either primary or secondary service provider 2.4.3. WAN service to remote campus locations 2.4.3.1. T-1 service delivered as specified in Technology Requirements (section above) 2.4.3.1.1. Fairbanks to locations defined in Capacity Requirements (section 4) 2.4.4. MAN service within major communities 2.4.4.1. Transparent LAN Service (TLS) or equivalent technology (Metro Ethernet) 2.4.4.1.1. 1.5 Mbps to 100 Mbps service 2.4.4.1.2. Fast Ethernet or Gigabit Ethernet physical interface 2.4.4.1.3. Required in Anchorage metro area 2.4.4.1.4. Required in Fairbanks metro area 2.4.4.1.5. Required in Juneau metro area 2.4.4.1.6. Gigabit Ethernet required on MAU end of circuit 3. Reporting requirements 3.1. Provider to generate Root Cause Analysis (RCA) upon request after a service impacting event within five business days of the event 3.2. Online, real-time reports to be available online and accessible via the web 3.2.1. Link utilization (peak/average/95th percentile) statistics 3.2.2. Link availability statistics 3.2.3. Outage summaries (both scheduled and unscheduled) 3.2.4. Delivered via Concord eHealth, MRTG, Solarwinds Orion, HP OpenView, or similar product 3.3. Require minimum 72 hours notice for scheduled maintenance/outages 3.3.1. Require accommodation of existing UA maintenance windows on a per campus/MAU basis 4. Performance requirements 4.1. 99.99% uptime over one calendar year 4.2. Excludes scheduled outage time 4.3. Maximum 40 ms latency between UA core and interface of provider’s upstream edge device 4.4. Maximum 100 ms latency on terrestrial links 4.5. Maximum 600 ms latency on satellite links 4.6. Maximum 5% total packet loss over a 24 hour period 5. Capacity Requirements 5.1 Delivered via 1, 3, or 5 Mbps service UAF Kotzebue Nome Bethel Dillingham Toolik Lake Research Station Marketing Group I 18 | Page

PROCUREMENT & CONTRACT SERVICES

Requirement Number/Description Yes No Comment Barrow Arctic Science Consortium King Salmon GI Telemetry Station UAA Eagle River 5.2. Delivered via minimum 45 Mbps service UAF Seward UAA Valdez/Prince William Sound Palmer Kodiak Kenai Homer UAS Ketchikan Sitka 5.3. Core WAN between MAU’s Delivered via minimum 200 Mbps service Fairbanks to Anchorage Fairbanks to Juneau Juneau to Anchorage

Marketing Group I 19 | Page

PROCUREMENT & CONTRACT SERVICES

ATTACHMENT D: SERVICE DELIVERY ADDRESSES SCHEDULE 1 - COMMODITY INTERNET

Circuit Address 1 Address 2 UAF Fairbanks University of Alaska, Fairbanks UAF - ISP Attn: Earl Voorhis, 907-450-8357 Service Provider Butrovich Bld Room 009 910 Yukon Drive Fairbanks, AK 99775 UAA Anchorage University of Alaska, Anchorage Attn: Mark Logsdon UAA - ISP Service Provider UAA ITS, SSB-120 3211 Providence Drive Anchorage, AK 99508

SCHEDULE 2 - MAU LOCATIONS

Circuit Address 1 Address 2 UAF Fairbanks UAS Juneau University of Alaska, Fairbanks University of Alaska Southeast Attn: Earl Voorhis, 907-450-8357 UAS - UAF Attn: Joseph Nell, 907-796-6380 Butrovich Bld Room 009 11120 Glacier Highway 910 Yukon Drive Juneau, Alaska 99801 Fairbanks, AK 99775

UAF Fairbanks University of Alaska, Fairbanks Attn: Earl Voorhis, 907-450-8357 UAA - UAF Butrovich Bld Room 009 910 Yukon Drive Fairbanks, AK 99775

UAA Anchorage UAS Juneau University of Alaska, Anchorage University of Alaska Southeast Attn: Mark Logsdon Attn: Joseph Nell, 907-796-6380 UAA - UAS UAA ITS, SSB-120 11120 Glacier Highway 3211 Providence Drive Juneau, Alaska 99801 Anchorage, AK 99508 UAF Fairbanks University of Alaska, Fairbanks Attn: Earl Voorhis, 907-450-8357 UAA - UAF Butrovich Bld Room 009 910 Yukon Drive Fairbanks, AK 99775

Marketing Group I 20 | Page

PROCUREMENT & CONTRACT SERVICES

SCHEDULE 3 - COMMUNITY CAMPUS LOCATIONS UAA Anchorage and its Remote Campus Sites Circuit Address 1 Address 2 UAA Kodiak Campus University of Alaska Kodiak Campus Kodiak Attn: Ian Bushell, 907-486-4161 117 Benny Benson Drive Kodiak, Alaska 99615 UAA Kachemak Bay Campus (Homer) University of Alaska Homer Campus Homer Attn: Carol Swartz, 907-235-7743 533 East Pioneer Ave Homer, Alaska 99603 UAA College University of Alaska Kenai Campus UAA Anchorage Kenai Attn: Dan Castimore, 907-262-0304 University of Alaska, Anchorage 156 College Road Attn: Mark Logsdon Soldotna, Alaska 99669 UAA ITS, SSB-120 UAA Mat-Su Campus 3211 Providence Drive University of Alaska, Matsu Campus Anchorage, AK 99508 Attn: Vince Yelmene, 907-745-9738 Matsu Mile 2 Trunk Road P.O. Box 2889 Palmer, Alaska 99645

UAA Prince William Sound Community College (Valdez) University of Alaska Valdez Campus Valdez Attn: Linda Vandariff, 907-835-2612 303 Lowe Street P.O. Box 97 Valdez, Alaska 99686

Marketing Group I 21 | Page

PROCUREMENT & CONTRACT SERVICES

UAF Fairbanks and its Remote Campus Sites Circuit Address 1 Address 2 UAF Kuskokwim Campus (Bethel) University of Alaska Kuskokwim Campus Attn: Jerry Domnick, 907-543-4590 Bethel 201 Akiak Street PO Box 368 Bethel, Alaska 99559 UAF Bristol Bay Campus (Dillingham) University of Alaska Dillingham Campus Attn: Carol Evans, 907-842-5109 Dillingham 527 Seward Street P.O. Box 1070 Dillingham, Alaska 99576 UAF Chukchi Campus (Kotzebue) University of Alaska Kotzebue Campus Kotzebue UAF Fairbanks Attn: Susan Warner, 907-442-3400 x109 University of Alaska, Fairbanks 604 3rd Street Attn: Earl Voorhis, 907-450-8357 Kotzebue, Alaska 99752 Butrovich Bld Room 009 UAF Northwest Campus (Nome) 910 Yukon Drive University of Alaska Nome Campus Nome Fairbanks, AK 99775 Attn: Bob Medcalf, 907-443-2201 623 Front Street Pouch 400 Nome, Alaska 99762 UAF Seward Marine Center Seward Marine Center Seward Attn: Steve Hartz, 907-224-4304 P.O. Box 730 Seward, Alaska 99664 UAF AFES Experimental Farm Attn: Phyllis Craig, 907-746- AFES - Mat Su 9495 1509 South Trunk Road Palmer, AK 99645 UAF Toolik Lake University of Alaska Toolik Lake Research Station Toolik Lake Attn: Chad Diesinger Mile 284.5 Dalton Highway Toolik Lake, Alaska Mile .5 Antoski Ave. Galena Campus: Galena, AK 99741 800 William Loola St. Fort Yukon Campus: Fort Yukon, AK 99740 Tok Campus: W. 1st Ave. Tok, AK 99780 McGrath Campus: PO Box 269 (physical street address TBD) McGrath, AK 99627 Nenana Campus: (Physical street address TBD)

UAA Kachemak Bay Campus (Homer) GI Trailer University of Alaska Homer Campus Attn: Paul Delys, 907-474-7418 Homer Attn: Carol Swartz, 907-235-7743 42445 Sterling Highway 533 East Pioneer Ave Homer, Alaska 99603 Homer, Alaska 99603 UAF Kodiak Fish Tech UAA Kodiak Campus University of Alaska School of Fisheries University of Alaska Kodiak Campus Attn: Steve Bodnar Kodiak Fish Tech Attn: Ian Bushell, 907-486-4161 Fishery Industrial Technology Center 117 Benny Benson Drive 118 Trident Way Kodiak, Alaska 99615 Kodiak, AK 99615-7401

Marketing Group I 22 | Page

PROCUREMENT & CONTRACT SERVICES

UAS Juneau and its Remote Campus Sites Circuit Address 1 Address 2 UAS Ketchikan Campus University of Alaska Ketchikan Campus Ketchikan Attn: Michael Doyle, 907-225-6177 UAS Juneau 7th and Madison Street University of Alaska Southeast Ketchikan, Alaska 99901 Attn: Joseph Nell, 907-796-6380 UAS Sitka Campus 11120 Glacier Highway University of Alaska Sitka Campus Juneau, Alaska 99801 Sitka Attn: Sandy Burguss, 907-747-7735 1332 Seward Drive Sitka, Alaska 99835 SCHEDULE 4 - METRO ETHERNET

City Location Speed Address 1 Address 2 UAS Auke Lake - State Office SOB 333 Willoughby Avn, Juneau, Juneau 8 Mb Building AK Juneau UAS Auke Lake - Bill Ray Center 8 Mb UAS Juneau 1108 F Street, Juneau, AK Juneau UAS Auke Lake - JBO 8 Mb University of Alaska BRC, 227 4th Street, Juneau, AK Juneau UAS Auke Lake - KTOO 10 mb Southeast 365 Egan Drive, Juneau, AK Attn: Joseph Nell, 907- Juneau UAS Auke Lake - APBI 10 Mb 364 Whittier Avn, Juneau, AK 796-6380 Juneau UAS Auke Lake - Bentwood 8 Mb 11120 Glacier Highway 10107 Brentwood Place, Juneau, AK 17101 Point Lena Loop Rd, Juneau, Juneau UAS Auke Lake - Lena Point 100 mb Juneau, Alaska 99801 AK Juneau UAS Auke Lake - Fish Hatchery 8 mb 11305 Glacier Highway, Juneau, AK Fairbanks SW Risk Management - UAF 5 mb UAF Fairbanks 1760 Westwood Way, Fairbanks, AK Fairbanks UAF - Wells Fargo 5 mb University of Alaska, 790 University Avn, Faribanks, AK UAF - Office of Electronic Fairbanks Fairbanks 5 mb 3030 Industrial Avn, Fairbanks, AK Miniaturization Attn: Earl Voorhis, 907- Fairbanks UAF - TVCC Automotive Shop 5 mb 450-8357 3302 Industrial Avn, Fairbanks, AK Butrovich Bld Room 3600 Cartwright Court, Fairbanks, Fairbanks UAF- TVCC Process Techonology 2 mb 009 AK 910 Yukon Drive 4001 Geist Road, Suite 6, Fairbanks, Fairbanks UAF - UAF Advancment Services 5 mb Fairbanks, AK 99775 AK UAA Anchorage UAA Eagle River Campus University of Alaska, University of Alaska Anchorage Chugiak-Eagle River Campus, Suite SW Anchorage- Eagle River Anchorage 3 mb Attn: Mark Logsdon 228 Campus UAA ITS, SSB-120 Attn: Michael Melielo 3211 Providence Drive 10928 Eagle River Road Anchorage, AK 99508 Eagle River, Alaska 99577-8052

Marketing Group I 23 | Page

PROCUREMENT & CONTRACT SERVICES

RATE OFFER Offerors must complete this Rate Response Form and submit it, as a separate Adobe PDF file. Complete all forms and submit with your proposal in the order indicated on the Electronic Signature Page as a single Adobe PDF file. Do not include rate information in the technical offer or any other part of your proposal. Offers will consist of two PDF files. Note: Faxed or telegraphed proposals are not acceptable and shall be rejected as non-responsive. OFFERS WILL BE RECEIVED IN THE FOLLOWING FORMAT(S):

USB Flash Memory CD or DVD Email Vendor is instructed to use the table below and outline all deliverables, dates, and amounts for progressive payments. The University intends to calibrate a vendors deliverables against expectations for this project and determine responsiveness. Extended Price Schedule Description Units Unit Price Commodity Internet (CI) service 1 • Service delivered via dedicated 1 Gbps Ethernet interface at UAA, UAF, and UAS locations • Dedicated bandwidth for exclusive UA use • Minimum bandwidth allocation of 100 Mbps • Option(s) to increase bandwidth for future growth in 45 Mbps increments 12 MO $ $ • Minimum of two or more peerings with Tier 1 service providers for redundancy/failover purposes WAN service to primary campus locations 2 • Service delivered via dedicated 1 Gbps Ethernet interfaces at UAA, UAF, and UAS locations • Option(s) to increase bandwidth for future growth in 45 Mbps increments • Delivery via point to point circuits, or transparent traversal of provider core • Primary and redundant service delivery via separate providers 12 MO $ $ • Must support UA applied QoS tagging • Must support IPv6 and multicast WAN service to community campus locations 3 • Service delivered via dedicated interface in 1, 3, or 5 Mbps increments • Option(s) to increase bandwidth for future growth in 5 Mbps increments • 45 Mbps minimum bandwidth to sites with terrestrial service • Community campuses will be connected directly to their parent MAU • Must support UA applied QoS tagging 12 MO $ $ • Must support IPv6 and multicast

MAN service within major communities 4 • Service delivered via dedicated 1 Gbps Ethernet interface at UAA, UAF, and UAS locations • Option(s) to increase bandwidth for future growth in 5Mbps increments 12 MO $ $ • Must support UA applied QoS tagging • Must support IPv6 and multicast

Vendor: Email: The rate offered is a firm-fixed-price which includes all plant, labor, materials, travel and equipment to provide the services specified herein. No additional fees, including set-up fees, shall be charged.

Marketing Group I 24 | Page