Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 26, 2003 FBO #0604
SOURCES SOUGHT

D -- FTS Phone Bridging System

Notice Date
7/24/2003
 
Notice Type
Sources Sought
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), Center for Contract Management & Administration (TQN3), 10304 Eaton Place, Fairfax, VA, 22030
 
ZIP Code
22030
 
Solicitation Number
Reference-Number-GS-CO-T-2003-PLB-Phone-Bridge
 
Response Due
9/1/2003
 
Archive Date
12/31/2003
 
Point of Contact
Phillip Barber, Contracting Officer, Phone (703) 306-6441, Fax (703) 306-6441, - Phillip Barber, Contracting Officer, Phone (703) 306-6441, Fax (703) 306-6441,
 
E-Mail Address
phil.barber@gsa.gov, phil.barber@gsa.gov
 
Description
TITLE: Request for Information (RFI) for a Government Phone Bridging System to Serve Critical Government Functions (GSA-Federal Technology Service) 1.0 SUBJECT This is a Request for Information (RFI) for a phone bridging system to bridge a dedicated desk phone number with a cellular phone number. Responses are due to this RFI by 4:00 PM on September 1, 2003. See Section 7.0 for further information. 2.0 DESCRIPTION The General Services Administration, Federal Technology Service (FTS) is seeking information from industry that will assist in the development and deployment of a special bridge network in support of their mission. Specifically, this RFI seeks the following information for conceptual technical architecture alternatives: (A) Technical feasibility alternatives assessments; (B) Approximate cost information (i.e., order of magnitude, estimates, etc.) for alternatives; (C) Schedule estimates; and (D) Ideas and suggestions that provide alternative approaches to designing, developing, acquiring, operating, and managing a phone bridge system. 3.0 DESIRED CAPABILITIES This section enumerates the high-level functional capabilities for the bridge system. (A) System to be able bridge incoming calls to ring simultaneously at both a desk phone number and a cellular phone number regardless of the cellular carrier. (B) System to be able to support between 550 and 600 users but with the capability to expand. (C) Ability to maintain a single one voice mail box for each user is desired (using current voice mail system). (D) Primary system to be installed at 10304 Eaton Place, Fairfax, VA 22030. (E) Redundant system will be installed at a GSA/FTS facility to be determined at a later date. FTS will provide data connectivity between facilities, but response should provide an estimate of data circuit capabilities. For the purposes of this RFI, assume there is no existing PBX switch or other telecommunications equipment at the redundant location. (F) Ability to mirror or synchronize all configuration changes on the bridging system configuration to the redundant system is desired. (G) Call bridging system must be compatible with present PBX switch and voice mail system (Definity PBX G3R, Rel 10 and Intuity Audix Rel 5). The purpose of this RFI is to gather information about those capabilities enumerated above. To the extent simplifying assumptions are needed, respondents are encouraged to make and document such assumptions in their responses. 4.0 POSSIBLE CALL BRIDGING SOLUTIONS The bridging system must meet the functional capabilities specified above. The Government is open to alternative concepts for solutions that meet these capabilities. The Government encourages creativity and outside the box thinking in responses to this RFI. This RFI seeks information about a fully integrated solution as other approaches that could meet the functional capabilities with equipment and components provided from multiple vendors working in partnership. In doing so, the Government seeks to understand the tradeoffs among risks, costs (initial and ongoing) and alternative technical architectures that incorporate increasing degrees of sharing. Accordingly, respondents are encouraged to provide information about any alternatives that can be demonstrated to meet the capabilities described in section 3.0, above. 5.0 SAMPLE RESPONSE OUTLINE Following is a suggested outline and suggested page counts for a response to this RFI. This outline is intended to minimize the effort of the respondent and structure the responses for ease of analysis by the government. Nevertheless, respondents are free to develop their response as they see fit. Section 1 ? Conceptual Architecture. Briefly describe one or more architectural concepts for a call bridging system for FTS, including the reliability and availability characteristics of the architecture. Discuss the capability for the architecture to expand to meet potential growth in capacity as well as new capabilities. (3-5 pages per architecture with one diagram per architecture identifying the brand/type of equipment that would typically be deployed). Section 2 ? Feasibility Assessment. Briefly describe the feasibility of each architecture and the design tradeoffs involved as matched against the functional capabilities. (2 pages per architecture). Section 3 ? Cost and Schedule Estimates. Provide cost estimates for each architecture for non-recurring and annual recurring costs using the locations specified in the capabilities. Also, discuss cost drivers, cost tradeoffs, and schedule considerations. (2-3 pages). Section 4 ? Corporate Expertise. Briefly describe your company, your products and services, history, ownership, financial information, and other information you deem relevant. (No suggested page count). In particular, please describe any projects you have been involved in that are similar in concept to what is described in this RFI, including management and operations approach, technical architecture, implementation challenges, and any relevant lessons learned (1-2 pages per project). Include any comments on the structure of the capabilities for a formal RFP response. Section 5 ? Additional Materials. Please provide any other materials, suggestions, and discussion you deem appropriate. In addition, GSA will consider meeting individually with interested potential respondents. If you are interested in requesting such a meeting, please respond to the contact provided in Section 7.0, below. 6.0 DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked Proprietary will be handled accordingly. Responses to the RFI will not be returned. In accordance with FAR 15.202(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. 7.0 CONTACT INFORMATION Following is the Point of Contact (POC) for this RFI: Phillip L. Barber (CPCM) Contracting Officer GSA/FTS/TQN3 10304 Eaton Place, MS 3F-22 Fairfax, VA 22030 703-306-6441 (O, F, C) Please submit responses via e-mail in Microsoft Office format by 4:00 PM on September 1, 2003, to the POC at: phil.barber@gsa.gov. You may also submit supplemental hardcopy materials such as brochures, etc. (3 copies each) to the POC.
 
Place of Performance
Address: GSA/FTS, 10304 Eaton Place, Fairfax, VA
Zip Code: 22030
Country: USA
 
Record
SN00382279-W 20030726/030724215158 (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.