Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 14, 2004 FBO #0900
SOLICITATION NOTICE

D -- Maintenance Contract for Lucent G3R and EPN Switches

Notice Date
5/12/2004
 
Notice Type
Solicitation Notice
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
USPFO for Mississippi, 144 Military Drive, Jackson, MS 39208-8860
 
ZIP Code
39208-8860
 
Solicitation Number
W9127Q-04-T-0030
 
Response Due
5/27/2004
 
Archive Date
7/26/2004
 
Point of Contact
Joe Smith, 601-313-1556
 
E-Mail Address
Email your questions to USPFO for Mississippi
(joe.smith@ms.ngb.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation No. DAHA22-04- T -0030 applies and is issued as a Request for Quotation. This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-14. This solicitation is set aside for small business. The NAICS code is 334210 and the size standard is 1000 employees. The following is a statement of work for the required services. The Mississippi Army National Guard (MSARNG) operates a var iety of Lucent telephone switches throughout its network. These switches primarily provide voice services to the MSARNG. The two Lucent G3Rs are being upgraded to handle voice over IP and it is envisioned that VOIP will be implemented on the network within the next two years. Currently the switches support the States implementation of voice over frame relay. This SOW establishes the requirements for Vendor provided equipment and services to monitor, maintain, troubleshoot, upgrade, and support MSARNG teleph one switches to keep the telephone system operational 24 X 7. This statement of work specifies the requirements for an annual switch maintenance contract. It includes monitoring, repairs, replacement parts, technical assistance, software upgrades and on si te visits to maintain an operational switched voice network for the MSARNG. The MSARNG requires a Vendor to maintain two Definity G3Rs located and Camp Shelby and Jackson, MS, 4 Definity Survivable Expansion Port Network switches located in Jackson, 5 Defi nity Expansion Port Network switches located at Camp Shelby, 5 Definity BCS switches, located at Grenada, Tupelo, Meridian, Monticello, Gulfport, MS, and 2 Merlin Magix switches located at Senatobia and Vicksburg, MS. Configurations for each switch can be obtained from Joe Smith @ 601-313-1556 or email joe.smith@ms.ngb.army.mil. Vendor will remotely monitor the switches 24X7 from the vendors facility via its own point to point connection to the switches. Vendor will provide immediate notification to the inf ormation management office point of contact of all conditions that make any switch inoperable. Vendor will remotely repair the switch as soon as possible. Vendor will provide on site technical services when necessary within 4 hours for the 2 Definity G3Rs, 24 hours for the EPNs, CSs, and the 2 Merlin Magics. Vendor will provide replacement items for the configurations at no cost to the government. Vendor will provide on site technical support during State and National emergencies if required. Vendor will pr ovide software permissions to the Information Management Office for the control units and for stations and trunks. Vendor will provide technical assistance to the MSARNG switch managers to include on site assistance when required. Vendor will provide the i nformation Management office a monthly report of the operational availability of each switch by the 5th of each month. No Government Furnished Equipment. All Government Facilities may be accessed during duty hours 7 :00am to 4:30pm. Vendor personnel will b e required to sign and be issued a visitors badge at most facilities. Vendor will need to coordinate with the Information Management office for access during nonduty hours. All work will be accomplished in accordance with technical specifications provided by Avaya Inc. While there are no specific quality control measures specified lin this contract, the vendor is expected to maintain an operational availability of 99.4% for all switches covered under this contract. POC for technical question may be address to LTC Roland Manuel@ 601-313-6199. The following Federal Acquisition Regulations (FAR) Clauses applies to this solicitation: FAR 52.212-1, Instructions to Offe rors-Commercial; FAR 52.212-2, Evaluation Commercial Items; FAR 52.212-3 Offeror and Certifications Commercial Items; FAR 52.212-4, Contract Terms and Conditions Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes o r Orders Commercial Items; FAR 52.222-21, Prohibition of Segregated Facilities; Far 152.217-9, Option to Extend The Term of the Contract; FAR 52.222-26, Equal Opportunity; FAR :52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222- 36, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.232-19, Availability of funds for the Next Fiscal year; FAR 52.232 -33, Payment by Electonic Funds transfer; FAR 52.232-36 Payment by Third Party; AR 52.239-1, Privacy or Security Safeguards; FAR 52.247- 64, Preference for Privately Owned U.S. Flag Commercial Vessels; FAR 52.222.41 Service Contract Act of 1965, As amended ; FAR 52.222-43,Fair Labor Standards Act DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.225-7001, Buy American Act and Balance of Payme nt Program. As per FAR 52.212-2 the following factors shall be used to evaluate offers: (1) Past Performance, Contractor shall submit three (3) references, a list of projects that are of the same type or similar to this proposal that was completed to custo mer satisfaction. (2) Technical Expertise, Contractor shall provide written plan on how your product will fill the requirement needed. (3) Price. Past Performance and Technical when combine is equal to Price. The contract will be for a period of 11 July th ru 30 September 2004 with 2 option years in accordance with FAR 52.217-9 Option to Extend the Term of The Contract. Award can only be made to those offerors that are registered through the Central Contractor Registration System. For those not registered, you may log onto the Internet at www.ccr.gov telephone (888) 227-2423. All offerors must include a completed copy of FAR 52.212-3, Offeror Representations and Certification Commercial Items. Quotes are due no later than 4;30 P.M. CS, May 27, 2004. Addr ess quotes to USPFO-MS, Attn: JFH-MS-J8-PC, 144 Military Drive, Jackson, MS 39323-8860.
 
Place of Performance
Address: USPFO for Mississippi 144 Military Drive, Jackson MS
Zip Code: 39208-8860
Country: US
 
Record
SN00584701-W 20040514/040512212220 (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  © 1994-2020, Loren Data Corp.