Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 28, 2003 FBO #0576
SOLICITATION NOTICE

D -- Centrex Lines for Federal Mediation and Conciliation Service

Notice Date
6/26/2003
 
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
GS05T03BQ0016
 
Response Due
7/11/2003
 
Archive Date
7/26/2003
 
Point of Contact
Mark Sojka, Contract Specialist, Phone 312-353-7735, Fax 312-886-3827,
 
E-Mail Address
mark.sojka@gsa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The GSA/FTS, Great Lakes Region is announcing its intent to issue 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. The 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 GS05T03BQ0016. This RFQ document and incorporated provisions and clauses are those in effect through FAC 2001-08. NAICS Code 517110 applies. Size Standard is 1,500 employees. This procurement is being set aside for small business only. The GSA/ FTS, Great Lakes Region is announcing intent to procure service required to provide telephone service for the Federal Mediation and Conciliation Service at 1682 Schrock Road Floor 1, Columbus, OH 43229 from a Central office. Services required are (4) Centrex lines with voicemail boxes. The current exchange, 614-469 and current telephone numbers are to be retained by the end user if possible. Terminate on RJ21X block in communications room and into the telephone jack. Service is required by 15 August 03. The service provider shall have the capability to acquire additional telephone numbers when necessary. Access to the local exchange shall include Emergency 911 service and functions, access to directory number information, i.e., NPA 555.1212 or 411, and access to operator services. Ancillary services may include extending the service to the desktop. All wiring installed, if existing wiring is insufficient, shall be Cat 6, with armor and may include all termination equipment, racks, wire management (horizontal & vertical), hubs, patch panels, shelves, jacks, wall plates, etc. All equipment installed shall be tested, wires toned and tagged to identify the location at both termination points. The following subparagraphs provide specific information on the operational configuration of final operating systems and equipment to be installed. Installation. Installation/Acceptance Test Plan. To assist in scheduling Government supporting services and to permit monitoring of installation efforts, the contractor shall provide an Installation/Acceptance Test Plan. Service Interruptions. In instances where work covered by this SOW requires the contractor to work around existing facilities, the contractor shall be responsible for preventing any unscheduled interruption to service or damage to equipment. The contractor shall be responsible for existing facilities in the event that damage or service interruption occurs as a result of contractor activities. Required interruption shall be coordinated with and scheduled through the facility manager. The contractor shall maintain an adequate inspection system and perform such inspections to assure that the work performed under the contract conforms to contract requirements. The contractor shall inform the Government of all periodic inspections and allow observation. The contractor shall maintain and make available to the Government adequate records of such inspections. Tools and Test Equipment. The contractor shall provide all tools and test 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 systems are functioning at its respective design parameters operational specification. The contractor shall verify the systems functionality prior to scheduling a cutover date with the Government. The Government may witness installation testing. Installation Inspections. Unless otherwise specified in the contract, the contractor is responsible for the performance of all installation inspections for conformance with the requirement specifications. The service provider will be required upon request to conduct periodic traffic studies to ensure adequate capacity is provided. The contractor shall document all test results and provide an electronic format, and hard copy if so requested, of all tests results to the Government. The Government requires prior coordination before the contractor performs any testing, etc. Grade of Service (GOS). The system shall be monitored and maintained to ensure sufficient transport facilities are in service to maintain a GOS during the busy period for both originating and terminating access line traffic between any network circuits to ensure P.03 for commercial access and P.07 for FTS2001 access. The contractor shall monitor traffic when requested by the Government. The contractor shall immediately advise the Government, in writing, of any indication that the GOS is not being met and provide documentation to support recommended changes, i.e., increases and decreases to trunking, changes to access arrangements, etc. Federal Telecommunications System (FTS2001). The FTS2001 is comprised of two individual networks; Network A (MCI) and Network B (US Sprint). The contractor shall be required to work with the FTS2001 contractors to ensure compatibility of service and to resolve FTS2001 network trouble calls and billing related issues. Other Service Providers. The contractor shall coordinate with other telecommunications carriers/contractors concerning installation and maintenance of trunks, off-premise circuitry, equipment and ancillary devices necessary for restoration of service caused by faulty circuitry/equipment. Privacy Act Requirements. In compliance with the Privacy Act (5 USC 552a), the contractor shall ensure that unauthorized access to any calling records or other system configuration and usage data is prohibited. The Government permits/authorizes only Government personnel who have the required security clearances and a “need to know” access to the records. Order Service Center. Within 14 calendar days of contract award, the Contractor shall establish and/or provide and manage a service center to receive service orders and maintenance requests (i.e. trouble reports), and provide customer service and technical assistance. The center shall be sufficiently staffed and equipped to accommodate receipt of routine and priority service orders and maintenance requests during the hours of 7:30am – 4:30pm (local time Cleveland), Monday through Friday, excluding Federal holidays. Emergency service orders shall be accepted twenty-four (24) hours a day, seven (7) days a week. The term “service order” does not include maintenance requests (trouble reports). Routine Service Orders shall be accepted during the hours of 7:30am – 4:30pm local time (Cleveland). Completion of routine orders shall be within 10 business days, unless a different completion period is mutually agreed upon by the Contractor and the Government representative. Priority Service Orders are routine service orders that may be prioritized by the Government Representative without regard to the chronological date of an issued delivery order. These orders shall take precedence over routine service orders previously submitted and shall be accepted during the hours of 7:30am – 4:30pm local time (Cleveland). Completion of priority orders shall be within 3 business days, unless a different completion period is mutually agreed upon by the Contractor and the Government Representative. Emergency Service Orders are service orders that may be prioritized by the Government Representative without regard to the chronological date of an issued delivery order. These orders shall take precedence over routine and priority service orders previously submitted. Emergency service orders shall be accepted twenty-four (24) hours a day, seven (7) days a week. Service completion times shall be as directed by the Government representative, but in no case shall service completion exceed 8 total hours unless a different completion period is mutually agreed upon by the Contractor and the Government representative. The Contractor shall provide a Customer Service Representative(s) to discuss service improvements and assist Government Appointed Representatives in the development of station plans, feature assignments and service order planning, at the request of the Government representative, at no cost to the Government. The Contractor shall provide technical assistance to Government Appointed Representatives as required in developing user equipment interfaces, and addressing technical requirement, at no cost to the government. The Government Appointed Representative is the user Agency person designated to place orders for services which may be ordered directly from the Contractor, and to serve as the Agency point-of-contact for customer agency telecommunications management functions. Orders. All orders shall be placed through GSA’s Telecommunications Order and Pricing System (TOPS). TOPS is an automated system for the electronic placement of orders for telecommunications services. Orders for common systems equipment, station assignment, lines, systems, features, systems feature changes, and other orders affecting delivery of dial tone services and switch maintenance shall be placed by designated GSA officials only. The Contractor shall accept these orders from GSA only. Orders for station equipment and wiring may be placed by GSA only, and will reflect the prices in accepted in accordance with this statement of work and the contract pricing schedules. The Contractor shall accept and process these orders and shall provide the Government representative with a copy of all agencies’ correspondence. Orders from GSA will be placed through TOPS. The Contractor will receive a copy of the order generated by TOPS. All orders issued under this synopsis are subject to the terms and conditions of the resultant contract. The contract shall prevail in the event of a conflict with any order. The Contractor shall provide written notification to the Government representative(s), via facsimile or electronic mail, for all GSA-issued orders within 24 hours of receipt, excluding Federal Holidays and weekends. This notification shall include: GSA Order Number, Contractor Order Number, if any, date of receipt, and due date. The Contractor shall submit a written completion report to the Government representative(s), via facsimile or electronic mail, within 48 hours after completion of each order, referencing the agency’s name, Agency Order Number and the date completed. The Contractor is advised that it is at risk of not being paid for work performed without having first received a proper order. Invoices. All invoices for TOPS-issued orders shall be sent directly to GSA. This includes all invoices for service, station assignment, systems feature changes, and other orders affecting delivery of telecommunications services. All services and/or products provided as a result of orders placed on this contract through TOPS shall be consolidated by the Contractor and billed to GSA monthly. GSA invoices shall be prepared and submitted in accordance with the terms of this Synopsis and the resultant orders. Warranty. The contractor shall be responsible for system support to provide the standard manufacturer’s warranty for any and all equipment provided under the resultant contract. Deliverables. All deliverables shall meet professional standards and meet the requirements set forth in contractual documentation. The contractor shall be responsible for delivering all end items specified. Technical reports will be delivered as required to support task accomplishment. The contractor is responsible for providing personnel with expertise necessary to ensure professional design, installation and test of all services and equipment that may be ordered, provisioned and provided during the performance of these services. Materials. Materials are to be provided by the contractor when essential to the task performance and noted in this synopsis, if specifically approved by the client representative and contracting officer, and do not exceed the ceiling price identified. All materials purchased by the contractor for the use or ownership of the Federal Government becomes the property of the Federal Government. The contractor shall document the transfer of all materials as part of the final acceptance. Performance: Work is to be accomplished through the General Services Administration (GSA), Federal Technology Services (FTS), Great Lakes Region, Cleveland, OH office, through its contract with the selected provider. Certification by the Government of satisfactory services provided is contingent upon the contractor performing in accordance with the terms and conditions of the referenced contract, this document, the approved technical and price proposal, and all amendments. Normally the client's representative, GSA's representative, and the contractor's representative(s) meet during the performance of this requirement, this may be telephonic at the option of GSA and client, to review performance. The client representative, the GSA representative, and the contractor’s representative may meet at the place of performance as determined by the client representative and GSA representative. Government furnished resources general. The contractor shall specifically identify in the task proposal the type, amount, and time frames for any government resources, excluding those listed below. The client will provide the following resources: Facilities, Supplies and Services: none. Information. The client will provide the information identified in the Synopsis to the extent the information is available. Duration of Task. It is the government’s intent for this task to have service delivery, i.e., continuity of telecommunications services, renewable annually, for a base period from date of the award through 30 September 03 plus four 1year option periods thereafter. The Option years are as follows: Option year 1 from 01 October 03 through 30 September 04; Option year 2 from 01 October 04 through 30 September 05; Option year 3 from 01 October 05 through 30 September 06; Option year 4 from 01 October 06 through 30 September 07. There may be routine fluctuation, increases and decreases, in the characteristics and quantities of services provided. Continuation of service is contingent upon a continuing need and fund availability. Personal Service. The client has determined that use of the GSA requirements contract to satisfy this requirement is in the best interest of the Government, economic and other factors considered, and this task order is not being used to procure personal services prohibited by the Federal Acquisition Regulation (FAR) Part 37.104 titled “Personal Services Contract”. Site Survey. All interested parties shall make an appointment to conduct a site survey prior to submitting a proposal by contacting Barbara Graham at 216-522-4218 or by e-mail barbara.graham@gsa.gov. .Evaluation Criteria. A Technical and Price Proposal shall be submitted by the contractor on company letterhead. The proposals shall identify the availability of standard commercial offerings available to satisfy the stated requirements and the corresponding unit costs. All required support services, i.e., equipment, and other non-regulated services, 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. In addition, proposals shall include client references for whom similar support is being or has been provided within the past year. Price proposal shall detail the service, equipment, and labor rates. Award shall be made based on a best value analysis. All evaluation factors other than price, when combined are equal to price. Non-price evaluation factors consist of Technical Capabilities and Past Performance. Technical Capabilities must identify and demonstrate: (1) Knowledge and understanding of the requirement(s) as defined in the Synopsis. (2) Services and Methodology to include the following: (a) Identification of services and availability. (b) Overview of methodology guiding performance of the technical requirements identified in the Synopsis, and a general description of how your technical approach will be applied to accomplishing the requirements. (c) Logical sequence of tasks required to accomplish the requirements. Past Performance must include: (1) Description of three projects (within the past year) your firm has completed or is working on that are similar in scope and requirements to the Synopsis. Include points of contacts and their phone numbers with titles. Each reference shall include a contracting and technical point of contact. (2) The Government may supplement the information you provide with any other information it may obtain from any other source including its own experience with your firm, or information concerning your performance from any other reliable source. Price. Provide firm-fixed prices for the base year, as well as the four (4) 1-year option periods, that are both reasonable and realistic – A completed project staffing plan table shall be submitted with the price proposal on a fiscal year basis for the base year and each of the four 1 year option periods, assuming all options will be exercised. Other Reporting Requirements. The contractor shall provide the following: The contractor shall bring problems or potential problems affecting performance to the attention of the GSA ITR as soon as possible. Verbal reports shall be followed up with written reports when directed by the GSA ITR. The contractor shall provide in writing the results of all meetings with the client that affect and/or change conditions, or result in additional agreements or requirements to the GSA ITR. Additional written reports may be required and negotiated. Inspection and Acceptance. In the absence of other agreements negotiated with respect to time provided for government review, deliverables shall be inspected and the contractor notified of the ITR’s findings within 5 workdays of normally scheduled review. Procedures for Payment. Billing and payment shall be accomplished through TOPS in accordance with the contract terms. The invoice shall reflect the current month’s charges, and a cumulative total through the current performance period. The contractor shall submit the invoice, and supporting documents, to allow the ITR to accept and certify services received by the client representative. The contractor is authorized to invoice only for the services ordered by GSA and provided in direct support of the contract requirements. In addition, a hard copy of the invoice shall be forwarded for payment to GSA. The address for TOPS is General Services Administration, FTS, 4KMP, 401 West Peachtree Street (FL 27 4KMP), Atlanta, GA 30365-2550 also identified on the Standard Form 300) by the tenth day of the following month. Ensure ACT number is identified on each invoice. Failure to comply with the procedures outlined may result in payment being delayed. Failure to comply with the procedures outlined above may result in your payment being delayed. Kick-off Meeting. The Contractor shall initiate work on this task order by meeting with key client agency representatives to ensure a common understanding of the requirements, expectations, and ultimate end products. The contractor shall discuss the overall understanding of the project and review the background information and materials provided by the client. Discussions will also include the scope of work, transition efforts, deliverables to be produced, how the efforts will be organized and project conducted; assumptions made and expected and result. A concerted effort shall be made to gain a thorough understanding of the client agency expectations. However, nothing discussed in this or in any subsequent meetings or discussions between the client and the Contractor shall be construed as adding, deleting, or modifying any task order requirements, including deliverable specifications and due dates. Section 508 Compliance All services and products provided in response to this synopsis and the resultant contract shall comply with Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d), and the Architectural and Transportation Barriers Compliance board Electronic and Information Technology (EIT) Accessibility Standards (36 CRF Part 1194). 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 not apply to this acquisition. Award shall be based on best value evaluation using criteria identified above. 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, and 52.232-33. Offers are due no later than 11 July 2003, 3:00 p.m. Eastern Time, to GSA/FTS, Barbara Graham, 1240 E. Ninth Street Room 771, Cleveland, OH 44199. Contact Barbara Graham at (216) 522-4218 (voice) or Irene Hall at (216) 522-4008 (voice) for information regarding this RFQ. Submit any questions for clarification via e-mail to barbara.graham@gsa.gov.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/GSA/FTS/FTSITSol/GS05T03BQ0016/listing.html)
 
Place of Performance
Address: 1682 Schrock Rd. Floor 1 Columbus, OH
Zip Code: 43229
Country: United States
 
Record
SN00358473-F 20030628/030626231417 (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.