Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 21, 2004 FBO #0817
SOLICITATION NOTICE

58 -- PROVISION, INSTALLATION, TESTING, AND CUTOVER OF AN AVAYA EXPANSION PORT NETWORK

Notice Date
2/19/2004
 
Notice Type
Solicitation Notice
 
NAICS
334210 — -- Telephone Apparatus Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK DETACHMENT PHILADELPHIA, 700 Robbins Avenue, Building 2B, Philadelphia, PA, 19111-5083
 
ZIP Code
19111-5083
 
Solicitation Number
N00140-04-Q-1033
 
Response Due
3/5/2004
 
Archive Date
3/20/2004
 
Point of Contact
William Woodring, Contract Negotiator, Phone 215-697-9644, Fax 215-697-5418,
 
E-Mail Address
william.a.woodring@navy.mil
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice.&nbsp&nbsp&nbsp&nbspThis announcement constitutes the only solicitation; a written solicitation will not be issued.&nbsp&nbsp&nbsp&nbspTo repeat: PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE.&nbsp&nbsp&nbsp&nbspRefer to this solicitation as RFQ N00140-04-Q-1033; this document and incorporated provisions and clauses are those in effect through FAC 2001-18 and DFARS Change Notice 20040113.&nbsp&nbsp&nbsp&nbspIt is the contractor?s responsibility to be familiar with applicable clauses and provisions, referenced herein.&nbsp&nbsp&nbsp&nbspClauses may be accessed in full text at these website addresses: www.arnet.gov/far and www.dtic.mil/dfars.&nbsp&nbsp&nbsp&nbspThis is a sole source action for the provision, installation, testing, and cutover of an Avaya expansion port network to be connected to an existing Avaya Definity G3r telephone switch.&nbsp&nbsp&nbsp&nbspThe resultant Avaya expansion port network will provide telephone service to a new facility under construction at the U. S. Joint Forces Command, Suffolk, VA.&nbsp&nbsp&nbsp&nbspThe award of a firm fixed price purchase order is contemplated.&nbsp&nbsp&nbsp&nbspThe applicable North American Industry Classification System (NAICS) code is 334210 and the Small Business Size Standard is 1,000 employees.&nbsp&nbsp&nbsp&nbspThe Fleet and Industrial Supply Center (FISC) Norfolk, Detachment Philadelphia hereby requests quotations from responsible qualified sources capable of the provision, installation, testing, and cutover of the required Avaya expansion port network, to commence no earlier than March 29, 2004, with completion no later than June 18, 2004.&nbsp&nbsp&nbsp&nbspThe following is a listing of required Avaya equipment, with each item represented by the Avaya material code, description, and quantity: Code 171156, Definity MCC Cabinet, 1 ea; Code 109431, Definity Duplex Controller, 1 ea; Code 108005, Definity MCC Port Carrier, 2 ea; Code 109048, Definity Short Range Transceiver, 4 ea; Code 109436, Fiber Optic Cable, 4 ea; Code 109700, Switch Node Interface, 2 ea; Code 108469446, Expansion Interface TN570D, 2 ea; Code 108773912, Maintenance/Test Board TN771, 1 ea; Code 108267097, ISDN 12-Port Card TN556D, 14 ea; Code 700059652, Digital 24-Port Card TN2224B, 5 ea; Code 108551755, Analog 24-Port Card TN793B, 28 ea; Code 156920, Wire/Hardware/Material, 1 lt; Code 700058688, Model 6221 Analog Telephone Set, 300 ea; Code 700020100, Model 6408D Digital Telephone Set, 39 ea; and Code 108807595, Model 6424D Digital Telephone Set, 2 ea.&nbsp&nbsp&nbsp&nbspThe required expansion port network shall be installed in a new two-story 86,075 square foot facility consisting of offices and laboratory space, currently under construction.&nbsp&nbsp&nbsp&nbspEach floor contains a dedicated 12' x 8' telephone closet.&nbsp&nbsp&nbsp&nbspThe first floor closet will house an expansion chassis and all associated first floor cabling.&nbsp&nbsp&nbsp&nbspA second floor closet will support only second floor cabling, with trunking to the first floor closet.&nbsp&nbsp&nbsp&nbspAll office and laboratory cabling will be installed by the general contractor in charge of construction and is not part of this requirement.&nbsp&nbsp&nbsp&nbspAll distant-end terminations (in offices and laboratories) will be accomplished by on-site communications installers and is not part of this requirement.&nbsp&nbsp&nbsp&nbspThe scope of the work to be performed under this requirement in the new facility is limited to the confines of the two telephone closets (Room 119 and 219) and includes: provision and full installation (turn-key) of the expansion chassis, provision and installation of a distribution frame in both closets (IDF and MDF), provision and installation of adequate trunking between closets, and the landing and cross-connection of all (approximately 1,000) CAT5E cables from the offices and eighteen 100 pair trunks from the laboratories.&nbsp&nbsp&nbsp&nbspCabling details are as follows: (A) First floor room cabling to be terminated in Room 119: 336 CAT5 UTP cables (4 pairs each for 1,344 pairs) and 10 trunks (100 pairs each for 1,000 pairs), for a total of 2,344 pairs to be landed from 1st floor rooms; (B) Second floor room cabling to be terminated in Room 219: 624 CAT5 UTP cables (4 pairs each for 2,496 pairs) and 8 trunks (100 pairs each for 800 pairs), for a total of 3,296 pairs to be landed from 2nd floor rooms; (A + B) Resulting total building cabling: 960 CAT5 UTP cables (4 pairs each for 3,840 pairs) and 18 trunks (100 pairs each for 1,800 pairs), for a total of 5,640 pairs to be landed.&nbsp&nbsp&nbsp&nbspTelephones supported are as follows: (A) 7 Avaya 6424 digital telephone sets; (B) 69 Avaya 6408 digital telephone sets; (C) 525 Avaya 6221 analog telephone sets; (D) 105 secure telephone sets (STE's); (A + B + C + D) Resulting total telephones supported: 706 stations.&nbsp&nbsp&nbsp&nbspThe contractor shall provide all necessary installation materials (such as 8 sheets of plywood, 110 blocks, trunk cable, and d-rings) and labor to perform the&nbsp&nbsp&nbsp&nbspinstallation of the required expansion port network, including the following tasks: installation of 8 sheets of plywood; mounting of 158 110 blocks; pulling 28 100 pair cables between telephone closets; labeling, dressing, and terminating 8 100 pair trunks from labs at IDF in Rm 219; labeling, dressing, and terminating 10 100 pair trunks from labs at IDF in Rm 119; labeling, dressing, and terminating 28 100 pair cables at MDF; labeling, dressing, and terminating 28 100 pair cables at IDF; labeling, dressing, and terminating 350 workstation cables at IDF in Rm 219; labeling, dressing, and terminating 650 workstation cables at IDF in Rm 119; labeling, dressing, and terminating 1,000 pairs from switch cables at MDF; punching down 3,800 C4/C5 blocks; cross-connecting 1,000 stations; installing 200 D-rings; testing 4,600 pairs at MDF and IDF; and testing and certifiying 1,000 CAT5E cables to workstations.&nbsp&nbsp&nbsp&nbspThe contractor shall connect/cutover the required expansion port network to the existing Definity G3r telephone switch in the adjacent Joint Warfighting Center (JWFC) facility.&nbsp&nbsp&nbsp&nbspOnsite preparatory work in the JWFC building telephone switch room that is non-service affecting may begin as early as 0800 hours on date of installation.&nbsp&nbsp&nbsp&nbspAccess to the Definity G3r and Intuity AUDIX administrator consoles will be provided, but work must be coordinated with the JWFC telephone system administrator to ensure non-interference with regular duties between 0800-1700, Monday through Friday.&nbsp&nbsp&nbsp&nbspAlternately, the vendor can be provided with limited (1700-1900) after-hours weekday onsite access, unlimited after-hours remote login for offsite access, or both capabilities if needed.&nbsp&nbsp&nbsp&nbspAny service-affecting work shall commence no earlier than 1800 hours (6:00 p.m. local) for any portion of the work that requires the telephone switch to be powered down or the JWFC building phone service to be interrupted.&nbsp&nbsp&nbsp&nbspFor purposes of this requirement, "service-affecting" is defined as any action that prevents JWFC telephone users from placing and receiving commercial & DSN calls, or that renders the AUDIX system inoperable.&nbsp&nbsp&nbsp&nbspInspection and acceptance of the resultant Avaya expansion port network will be by the Government upon completion of the provision of required supplies/services.&nbsp&nbsp&nbsp&nbspThe following FAR provisions and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors ? Commercial Items; 52.212-3 & ALT I, Offeror Representations and Certifications ? Commercial Items; 52.212-4, Contract Terms and Conditions ? Commercial Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items; including the following additional FAR clauses/provisions: 52.203-6, 52.219-8, 52.222-26, 52.222-35, 52.222-36, 52.222-37, and 52.225-3.&nbsp&nbsp&nbsp&nbspThe following DFARS provisions and clauses are applicable to this procurement: 252.212-7000, Offeror Representations and Certifications ? Commercial Items, and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; including the following additional DFARS clauses/provisions: 252.225-7012 and 252.225-7036.&nbsp&nbsp&nbsp&nbspAll clauses shall be incorporated by reference in a resultant purchase order.&nbsp&nbsp&nbsp&nbspQuoters are reminded to include a completed copy of provisions at FAR 52.212-3 and ALT I, and DFARS 252.212-7000 with their quote, specifying CAGE Code, DUNS #, TIN, and whether their firm is CCR registered.&nbsp&nbsp&nbsp&nbspIn accordance with Paragragh (b)(11) of FAR 52.212-1: QUOTERS WHO FAIL TO FURNISH REQUIRED REPRESENTATIONS OR INFORMATION, OR FAIL TO REFLECT THE TERMS AND CONDITIONS OF THE SOLICITATION MAY BE EXCLUDED FROM CONSIDERATION.&nbsp&nbsp&nbsp&nbspThis solicitation will close at 4:00 PM EST on March 5, 2004.&nbsp&nbsp&nbsp&nbspThe Government?s point of contact in this matter is W. A. Woodring, whose telephone number is (215) 697-9644.&nbsp&nbsp&nbsp&nbspResponses to this notice may be mailed to the attention of W. A. Woodring, Code 02P22B, at FISC Norfolk, Detachment Philadelphia, 700 Robbins Avenue, Building 2B, Philadelphia, PA 19111-5083.&nbsp&nbsp&nbsp&nbspFacsimile responses, telefaxed to (215) 697-9719, shall also be accepted, as well as electronic responses, emailed to william.woodring@navy.mil.&nbsp&nbsp&nbsp&nbspAll responses should be complete, irregardless of submission media (see above paragraph), and should be marked ?RFQ N00140-04-Q-1033,? to the attention of W. A. Woodring, Code 02P22B.&nbsp&nbsp&nbsp&nbspOral communications are not acceptable in response to this notice.
 
Place of Performance
Address: U. S. Joint Forces Command, Joint C4ISR Battle Center, 116 Lakeview Parkway, Suffolk, VA
Zip Code: 23435-2697
 
Record
SN00525316-W 20040221/040219222920 (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.