Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2003 FBO #0636
SOURCES SOUGHT

N -- Request GSA quotes only. Call or email Larena Sellers at (703)607-1220/larena.sellers@ngb.ang.af.mil to request the full Statement of Work.

Notice Date
8/25/2003
 
Notice Type
Sources Sought
 
Contracting Office
National Guard Bureau, Environmental/Air Acquisition Division, ATTN: NGB-RCS-BO, 1411 Jefferson Davis Highway, Arlington, VA 22202-3231
 
ZIP Code
22202-3231
 
Solicitation Number
DAHA92PBXUPGRADE
 
Response Due
8/29/2003
 
Archive Date
10/28/2003
 
Point of Contact
Tony Diaz, 703-607-1218
 
E-Mail Address
Email your questions to National Guard Bureau, Environmental/Air Acquisition Division
(tony.diaz@ngb.ang.af.mil)
 
Small Business Set-Aside
N/A
 
Description
NA SCOPE: The referenced Statement of Work (SOW) defines the requirement to upgrade the current Definity G3SI telephone systems, at 156AW Muniz ANGB (Carolina), 140ADS, Levittown (Punta Salinas) and 141ACS, Aguadilla, Puerto Rico, to new Multivantage Unix 1. 1 operating software platform. The upgrade will include the installation of the MultiLevel Preemption and Precedence (MLPP) software, at selected locations. Call accounting software will be installed at Aguadilla, PR only, to reduce the possibility of ab use and to enhance their telephone system management. The upgrade action and installation of the hardware/software and required peripheral devices to support these cited requirements for each telephone system in Puerto Rico must be completed by 30 Septembe r 2003. Vendor Requirements: The vendor shall upgrade the current telephone switch operating software, version 9 to the Multivantage 1.1 Unix platform at all locations cited in paragraph 2.3. Installation of the MLPP software on the telephone switches at Muniz AN GB, Carolina, PR and Aguadilla, PR only, which includes completing all the telephone switch translations. MLPP software will not be installed on the telephone switch at Levittown, PR. The vendor will be required to work directly with ANG/C4CR and DISA to ensure the telephone switch is capable of handling Defense Switched Network (DSN) Routine through Flash Override calls. This may require the installation of a new DISN T-1 ISDN PRI trunk for Muniz ANGB. Call accounting software will be installed at Aguad illa, PR only; preferably the E-CAS system. Additional peripheral equipment (see list below in paragraph 2.1.7), will be installed and programmed at the 141ACS, Aguadilla, PR only. Travel and technician time should not exceed sixteen hours per each site. No premium time is authorized, which includes weekends and holidays. The vendor will be responsible for shipment and delivery charges of associated hardware and software. This will include coordinating and clearing the shipment through the Puerto Rico Customs Office. Discrepancies with the hardware and/or software are the responsibility of the vendor until the upgrade is completed and signed for by the user The vendor will be required to program all telephone switch software configurations in support of the 619A protocol. This will require coordinating with DISA and/or the MCI representative on the ISDN PRI trunk reconfigurations and/or installation of a new ISDN PRI T-1 trunk. The vendor will program a new Class Of Restrictions (COR) or Class Of Services (COS) to minimize access to higher precedence trunks. The new COR and/or COS will only be assigned to critical Command and Control (C2) users. The installing technician will provide training to the telephone switch maintenance personnel at each location, after the installation and upgrade of the hardware/software and associated peripheral devices (telephones) has been completed. The training wil l encompass any changes regarding the administration of the new software and the operation of the new telephone sets as necessary. The vendor will provide an itemized list of hardware and software, by the Product Code (PC) and individual cost and by location. The quote, which will consist of all hardware, software, installation, technical reviews, programming and travel, will be revi ewed for accuracy prior to award. Submit the quote via email in a spreadsheet format.
 
Place of Performance
Address: National Guard Bureau, Environmental/Air Acquisition Division ATTN: NGB-AQF, 1411 Jefferson Davis Highway Arlington VA
Zip Code: 22202-3231
Country: US
 
Record
SN00411550-W 20030827/030825213725 (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.