UHF Repeater Site Rental: Boquerón, El Chulo, and Cerro Verde (or Technically Equivalent Sites)
1. Introduction
This Scope of Work (SoW) outlines the requirements for the rental of three UHF repeater sites, with preferred locations at Boquerón, El Chulo, and Cerro Verde. The Department will consider alternative sites if they meet or exceed the technical standards required for UHF repeater operations and can achieve the specified coverage objectives. Each site will support the communication needs of the U.S. Embassy in San Salvador by providing access to a properly equipped shelter, tower access, and all necessary infrastructure.
2. Objectives
The primary objective is to ensure reliable, high-quality UHF radio communication between the repeater sites and the U.S. Embassy in Santa Elena, as well as among the sites themselves, using IP-based connectivity. The sites must be equipped to support the installation and operation of antennas, repeaters, and associated hardware, and must deliver robust coverage to the following areas:
San Salvador Metropolitan Area: Including San Salvador, Mejicanos, Soyapango, Ilopango, San Marcos, Cuscatancingo, Ayutuxtepeque, Apopa, and adjacent municipalities.
Antiguo Cuscatlán and Nuevo Cuscatlán: Covering all urban, suburban, and key institutional zones.
The Road to the Airport: Ensuring continuous coverage along the Autopista Comalapa (CA-2 and RN-5), including Olocuilta, San Luis Talpa, and El Salvador International Airport (Monseñor Óscar Arnulfo Romero International Airport).
Coatepeque Lake and Surrounding Areas: Including El Congo, Santa Ana, and all communities and access routes around the lake.
Additional Coverage: The sites should maximize coverage to surrounding municipalities and critical transit corridors within the greater San Salvador region, including but not limited to Ciudad Delgado, Soyapango, Santa Tecla, and Lourdes.
3. Services Provided
3.1 Access to the Sites
24/7 Access: The contractor shall provide 24/7 access to each repeater site for authorized personnel.
Security: Each site must be secure and accessible only to authorized personnel, with robust security measures in place.
3.2 Properly Equipped Shelter
Shelter Specifications: Each site must have a weatherproof, temperature-controlled shelter capable of housing all communication equipment.
Environmental Controls: The shelter must include heating, ventilation, and air conditioning to maintain optimal operating conditions.
3.3 Tower Access and Tower Space for Antennas
Tower Specifications: Towers must be structurally sound, compliant with all safety and engineering standards, and capable of supporting the required antennas.
Space Allocation: Adequate space must be allocated on each tower for antenna installation at the required height.
3.4 IP-Based Communication Links
Link Installation: The contractor shall install and maintain reliable IP-based communication links between each repeater site and the U.S. Embassy in Santa Elena, as well as among the sites themselves.
Link Performance: All links must provide secure, high-quality, and uninterrupted communication.
3.5 Support with Communication Hardware
Hardware Provision: The contractor shall provide all necessary hardware for the IP-based links and associated telecommunications equipment.
Technical Support: The contractor shall offer technical support for installation, maintenance, and troubleshooting of all provided hardware.
3.6 Power and Backup Power (Generator/Battery Bank)
Primary Power: Each site must have a reliable primary power source.
Backup Power: Each site must be equipped with a generator or battery bank to ensure continuous operation during power outages.
Maintenance: Regular maintenance of all power systems and backup solutions must be conducted to ensure reliability.
3.7 Space for Two Repeaters, E&E, and EAC Equipment
Equipment Space: Each shelter must have sufficient space to accommodate two repeaters, Emergency and Evacuation (E&E) equipment, and Emergency Action Committee (EAC) equipment.
Installation Support: The contractor shall assist with the installation and setup of all repeaters and associated equipment.
4. Deliverables
Site Access Plan: Detailed plan outlining access procedures and security measures for each site.
Shelter Specifications: Documentation of each shelter’s specifications and environmental controls.
Tower Space Allocation: Confirmation of allocated space on each tower for antennas.
IP Link Installation: Completion and performance testing of all IP-based communication links.
Hardware Support: Provision and support of all required telecommunications hardware.
Power Systems: Installation and maintenance records for primary and backup power systems.
Equipment Space: Confirmation of space availability and support for the installation of repeaters and associated equipment.
5. Performance Standards
Reliability: Each site must provide continuous and reliable communication services.
Maintenance: Regular maintenance and prompt resolution of any issues to ensure minimal downtime.
Support: Timely and effective technical support for all provided services and equipment.
6. Period of Performance
The period of performance for this contract shall be one year, starting from the date of contract award, and two option years.
7. Points of Contact
Contracting Officer:
Venkatesh Ramachandran, RamachandranV@state.gov
Technical Representative:
Michael E. Dunson, DunsonME@state.gov
8. Acceptance Criteria
Site Inspection: Each site will be inspected to ensure it meets all specified requirements.
Performance Testing: Successful performance testing of all communication links and power systems.
Documentation: Submission and approval of all required documentation and deliverables.
Coverage: Each site location must provide coverage to the business objectives stated under the radio program for the interest of the U.S. Embassy in San Salvador, including all specified geographic areas.
PLEASE REFER TO ATTACHED RFQ 19ES6026Q0008 FOR COMPLETE DETAILS
Files size/type shown when available.
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.