Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 09, 2002 FBO #0250
SOLICITATION NOTICE

D -- NEW TELEPHONE SYSTEM FOR OPM

Notice Date
8/7/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), Center for IT Solutions (5TF), 230 South Dearborn Street - Room 3380, Chicago, IL, 60604-1696
 
ZIP Code
60604-1696
 
Solicitation Number
GS05T02BQ0002
 
Response Due
8/16/2002
 
Point of Contact
Mark Sojka, Contract Specialist, Phone 312-353-7735, Fax 312-886-3827,
 
E-Mail Address
mark.sojka@gsa.gov
 
Description
GSA/FTS, Great Lakes Region is announcing its intent to issue a procurement as a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation is a Request for Quotation, Reference Number GS05T02BQ0002. This RFQ document and incorporated provisions and clauses are those in effect through FAC 2001-08. NAICS Code 421690 applies. Size Standard is 100 employees. This requirement is to procure, install, test and document a new telephone system for Office of Personnel Management (OPM), 230 S. Dearborn St., Suite 3040, Chicago, IL 60604. The contractor shall procure, install, test and document the ISDN sets, NT1 racks and NT1 cards. The task is to be performed with one milestone. The milestone consists of performing required tasks with specific deliverables. The milestone and its associated deliverable are as follows: Milestone 1 ? PROCURE, INSTALL, TEST, AND DOCUMENT NEW ISDN TELEPHONE SYSTEM, INCLUDING REMOVAL OF OLD KEYSYSTEM EQUIPMENT. The contractor shall procure, install, test, and document with residual operator reference documents for OPM. The contractor shall remove old key system equipment. OPM POC: Cyrall Mize (312) 353-6234 x: 152, alt. POC Vera Garza (312) 353-6234. Building Manager: Jeff Mornor (312) 353-3422. A detailed description and the quantity of the telephone system requirements is shown: Tone Commander 6220T 20 Button ISDN sets (42), Tone Commander 6220T 20 Button ISDN user guide (42), Tone Commander 6030X-B, 30 Button Expansion Module (3), Tone Commander NT1-296 Powered Racks, NT1 Card File (1), Tone Commander NT1-200 Battery Back Up (1), Tone Commander NT1U-223TC Triple NT1 Cards (9). Deliverable 1 ? Certification Report of Telephone System. The contractor should specify all telephone components installed, and certify that the entire system has been successfully tested and is currently operational. User guides to be provided to each user during on site-training, or a video tape on using the telephones for future users, equipment operating manuals, inventory of equipment installed, as well as any other documents relevant to understanding the system. The contractor shall provide a letter certifying that the ISDN telephones and other peripheral equipment was properly installed and is ready for use. A check-off list, documenting actual testing of the following items [at a minimum] shall be provided as part of the Certification Report: ISDN telephone sets? each telephone line must be checked for local and long distance dialing capability. All features including the features and call appearances provisioned by the local dial tone provider must be checked. OPM personnel must sign off at acceptance. NT1s ? must be checked. Battery Back Up capability must be tested prior to acceptance of system. Telephones need to be labeled. Client has decided to fill out his or her own station review sheets and then will supply a copy to the contractor for the station labels. [Acceptance by OPM personnel] Deliverable Information and Schedule: The deliverable must meet the requirements defined in each milestone. The GSA Project Manager/Contracting Officer?s Technical Representative (PM/COTR) and the Client Representative (CR) will accept/reject the deliverables. Place of Performance: All work to be performed under this task will be completed in the OPM office space. Hours of Work - Working hours are from 7:00 a.m. to 5:00 p.m., Monday through Friday. NT1 racks and cards along with the rewiring of jacks in vacant areas can be installed and wired during working hours. All other work will have to be performed after working hours. After hours work will be coordinated and scheduled with OPM client representative. Duration of Work - The period of performance of this task will commence after award of the task but not before an orientation meeting between agency, Contractor and COTR and not later than 20 government working days after award. The contractor will provide in their proposal a schedule of work performance for the entire project expressed in weeks. The desired completion date for this requirement is no later than September 30, 2002. Training - The client has requested three (3) group sessions (1 hour per session) with 10 ? 12 people in each group from OPM. Training will consist of all features of the handset and features of ISDN. Training time and dates will be scheduled with the client. Product Warranty - Warranty is for equipment only. For a period of one year from date of end user purchase, but not to exceed 16 months from date of manufacture, Tone Commander Systems, Inc. (Tone Commander) warrants its products to be free from defects in material and workmanship under conditions of normal use and service. Tone Commander shall, at its opinion, repair or replace any defective product which, in it opinion, has not been misused, damaged, or improperly installed. Maintenance Warranty - The contractor shall be responsible for a minimum warranty period of 12 months from final acceptance. This period shall be adjusted, at no additional cost to the government, to coincide with fiscal year funding for future maintenance contract action. Special Instructions - General/Miscellaneous: No work can be accomplished on this task until an award has been made and the contractor has been notified to proceed from the GSA Contracting Officer (CO). Successful completion of this project is dependent on close operation and coordination between the contractor and government personnel. Any work outside of this statement of work must be authorized in writing by GSA CO. GSA will perform management of this task throughout its client agency?s client representatives. A permanent client representative will be established for all Government and contractor meetings, technical guidance and product deliverables. The client representatives will be capable of providing all technical assistance and clarification required for the performance of this task. Tools and Equipment - Contractor will furnish all necessary tools and equipment required to install, test, and demonstrate compliance. The contractor shall utilize the equipment manufacturer?s published operating procedures (configuration and test) to verify the system is functioning at its design parameters operational specification. The Government may witness installation and testing. Unique Reporting Requirements - Task Initiation: Kickoff Meeting. The Contractor shall initiate work for this task by meeting with key client agency representatives to ensure that a common understanding of the requirements, overall understanding of the project and review the background information and materials provided by the client. Discussion will also include the scope of work, deliverables to be produced, how the efforts will be organized and the project conducted, assumptions made, and expected end results. A concerted effort shall be made to gain a thorough understanding of the client agency expectations. However, nothing discussed between the client and the Contractor shall be construed as adding, deleting or amending any requirement, including deliverables and due dates without a written modification issued by the Contracting Officer. Reports. Contractor will provide a weekly oral briefing to the client representative on status, timeline considerations, and problems of the project. Other Reporting Requirements. The contractor shall provide the following: The contractor shall inform the assigned CO in writing, of the actual task starting date, and or before the starting date. The contractor shall bring problems or potential problems affecting performance to the attention of the CO as soon as possible. Verbal reports shall be followed up with written reports when directed by the CO. The contractor shall provide in writing results of all meetings with the client that affect and/or change conditions, or results in additional agreements or requirements to the CO. Additional written reports may be required and negotiated. Evaluation Criteria - The proposals shall reflect the complete costs to perform the stated requirements. All required support services, i.e., power, shall be identified as an Other Direct Cost within the proposal document. The Government reserves the right to award based on the information provided, without discussions. Proposals submitted shall be in sufficient detail to allow for thorough evaluation. Proposals shall include documentation to demonstrate ability to meet the required delivery/installation requirements and detailed understanding and demonstrated knowledge and experience. Award shall be made based on low price technically acceptable proposal. Low offeror will be determined by subtracting the trade in value from the purchase price of equipment. Trade-In: The government will consider trade-in proposals for any existing equipment being replaced. Offerors should specify which equipment is involved in the trade-in and the terms/trade-in value being proposed. Trade-in proposals will be evaluated as described in paragraph 5.1. An equipment listing will be provided upon request. FAR 52.252-2 applies to this acquisition. Full text of a clause may be accessed electronically at this address: http://www.arnet.gov/far. FAR 52.212-1 applies to this acquisition. FAR 52.212-2 shall apply to this acquisition with the evaluation criterion being low price, technically acceptable quote. Low offeror will be determined by subtracting the trade in value from the purchase price of the equipment. QUOTATIONS SHALL INCLUDE A COMPLETED COPY OF THE PROVISIONS AT FAR 52.212-3. FAR 52.212-4 applies to this acquisition. FAR 52.212-5 applies to this acquisition ? FAR 52.212-5(b): The following additional FAR clauses apply to this acquisition: 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-2, 52.225-3 and 52.232-33. Offers are due no later than August 16, 2002, 3:00 p.m., local time, to GSA/FTS (Great Lakes Region), Attention Ellen Womack, 230 S. Dearborn St., Room 3398, Chicago, IL 60604. Electronic copies of the Statement of Work and floor plans are available upon request. Contact Judith Magana at (312) 886-3460 or e-mail judith.magana@gsa.gov for information regarding this RFQ.
 
Place of Performance
Address: Office of Personnel Management (OPM), 230 S. Dearborn St., Suite 3040, Chicago, IL
Zip Code: 60604
Country: United States
 
Record
SN00135570-W 20020809/020808085455 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.