Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 20, 2004 FBO #1090
SOLICITATION NOTICE

D -- Centrex-Like Telephone Service for Federal Government Clients in Springfield, IL

Notice Date
11/18/2004
 
Notice Type
Solicitation Notice
 
NAICS
517110 — Wired Telecommunications Carriers
 
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
GS05T05BQ0001
 
Response Due
12/3/2004
 
Archive Date
12/18/2004
 
Description
GSA/FTS, Great Lakes Region is announcing its intent to issue a 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. This 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 GS05T05BQ0001. This RFQ document and incorporated provisions and clauses are those in effect through FAC 2001-24. NAICS Code 517110 applies. Size Standard is 1,500 employees. GSA/FTS-Region 5 is announcing its intent to procure Centrex-like telephone service for the following customers: Social Security Administration, 2715 West Monroe, Springfield, Illinois 62704; Congressional Account, 3130 Chatham Road, Springfield, Illinois 62704; Drug Enforcement Administration, 2875 Via Verde Rd, Springfield, Illinois 62703; Veterinary Services, 2815 Old Jacksonville Rd, Springfield, Illinois 62704; and APHIS Wildlife Services, 2869 Via Verde Rd., Springfield, Illinois 62703. This requirement is to provide, install, test, and maintain Centrex-like telephone service, and to provide the building cabling infrastructure (when existing is insufficient or when new needs to be added) for the Social Security Administration, Congressional, the Drug Enforcement Agency, Veterinary Services, and APHIS Wildlife Services. These agencies are located in the South and Southwest portions of Springfield, Illinois. The contractor shall provide commercially available telecommunications services such as: Centrex-like services and features, business lines and dial tone services, local area access, and Intra-Lata point to point services and related cable installation, moves, adds, and changes, and maintenance. There may be an occasion for miscellaneous switched services, video services, or Integrated Switched Digital Network (ISDN) services. Analog services are typically 3-Khz voice grade circuits, while digital services may range from 9.6 KBS (narrowband) to OC-N (wideband) circuits. A standard feature package shall include: Three Way Calling, Call Forwarding Don?t Answer, Call Busy, Caller ID (number and name), Call Hold, Call Waiting, Call Pickup, Call Forward Variable, Call Hunting, Call Transfer, Local number portability. Optional features required may include: voice mail, Basic and Enhanced Voice Mail, Voicemail Indicator, Directory Listings, Additional Directory Listings, 900 Block, Caller ID Block, Non-published service. The client agencies shall be able to retain their existing telephone numbers. McCleod currently provides telecommunications service to the client agencies. The service provider shall have the capability to acquire additional stations numbers when required. Access to the local exchange shall include Emergency 911 service and functions, access to directory number information, (i.e., NPA 555.1212 or 411), access to operator services, toll free service and access into the long distance network (MCI and Sprint) as specified. The Contractor shall install and maintain cable necessary to provide service to the network interface. All work is to be performed to support the station and or line to function properly. This includes testing and toning any work necessary to identify trunks and station lines in a professional manner, i.e. labeling of each termination. The contractor shall provide a certificate of compliance to assure the Government that the contractor has satisfied all contractual obligations shall provide a certificate of compliance to assure the Government that the contractor has satisfied all contractual obligations. The contractor shall provide personnel with expertise necessary to ensure installation of service to demarcation. Work is to be accomplished through the General Services Administration (GSA), Federal Technology Services (FTS), Great Lakes Region, Springfield, IL office, through its contract with the selected vendor. 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 GSA's Information Technology Representative (ITR), 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 GSA?s ITR and the contractor?s representative may meet at the place of performance as determined by the GSA?s ITR representative. No electrical power is required. It is the responsibility of the Customer?s vendor to install to the desktop. The clients have 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 Regulations (FAR) Part 37.104 titled ?Personal Services Contract?. It is the Government intent for this task to have service delivery, i.e. continuity of telecommunication services, renewable annually, for a base period of January 1, 2005 through December 31, 2005 plus two (1) year option periods thereafter. The Option years are as follows: Option year 1 from January 1, 2006 through December 31, 2006: Option year 2 from January 1, 2007 through December 31, 2007. There may be routine fluctuations, increases and decreases in the characteristics and quantities provided. Continuation of service is contingent upon a continuing need and funds availability. The contactor 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 or negotiated. Representatives of the client agency and the contractor shall meet with the ITR at a time designated by the ITR after receipt of the progress report to review performance to inspect work for compliance with the SOW, the associated contractor proposal, and to accept or reject deliverables completed since the previous review. Reviews normally shall be held at the place of task performance. In the event that the contractor is excused from attending the final review, formal acceptance or rejection of deliverables will be accomplished by mail. All orders shall be place through GSA?s Telecommunications Order and Pricing System (TOPS). TOPS, is an automated system for electronic placement of orders for telecommunication services. Orders for common systems equipment, station assignment, lines, features, system 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 by GSA only. Orders for station equipment and wiring may be placed by GSA only, and with reflect the 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 the synopsis are subject to 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. All invoices for TOPS-issued orders shall be sent directly to GSA. This includes invoices for service, station assignment, system 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 the SOW and the resultant orders. 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 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. 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, 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. All services and products provided in response to the requirements identified in the attached Statement of Work 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). PROPOSAL INSTRUCTIONS: The Contractor on company letterhead shall submit a Technical and Price Proposal. The proposal shall identify the availability of standard commercial offerings available to satisfy the stated requirements and the corresponding unit costs. All required support service, i.e., equipment, and other non-regulated services, shall be identified as well. The Government reserves the right to award based on the information provided. Proposals submitted shall be in sufficient detail to allow for thorough evaluation. The technical proposals shall include documentation to demonstrate ability to meet the required delivery/installation requirements and detailed understanding and demonstrated knowledge and experience. Price proposals shall detail the service, equipment, and labor rates. Contractor shall specify the price per item and the standard delivery times for the following services: Centex analog line; Measured business line; ISDN Basic Rate Interface (BRI); ISDN Primary Rate Interface (PRI); Three way calling; Call Forward Don?t Answer; Call Forward Busy; Call Forward Variable; Call Waiting; Call Hold; Caller ID (name and number); Call Transfer; Call Pick Up; Call Hunting; Local Number Portability; Basic Voicemail; Enhanced Voicemail; Auto Attendant; Voicemail Indicator; Directory Listings; Additional Directory Listings; 900 Block; Caller ID Block; Non-published service; Moves, Adds, and Changes; Cable Installation; and Standard Installation. EVALUATION CRITERIA: The contractor shall provide a firm fixed price for the completion of this task. The price proposal shall provide a list of prices for services, equipment and labor rates for monthly recurring and non-recurring to complete price evaluation. Award shall be made to the lowest price, technically acceptable vendor. 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 apply to this acquisition with the evaluation criterion being low price, technically acceptable quote. 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 ? The clauses at subparagraph (b)(14), (b)(31) and (c)(1) are applicable. The following additional FAR clauses apply to this acquisition: 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-43, 52.225-1, 52.225-2, 52.225-3, 52.232-18, 52.232-34, 52.237-1, 52.237-2, and 52.237-2. FAR 52.222-42, Statement of Equivalent Rates for Federal Hires, is hereby incorporated by full text. In compliance with with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employeed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. THIS STATEMENT IS FOR INFORMATION PURPOSES ONLY AND IS NOT A WAGE DETERMINATION. Employee Class ? Telecommunications Specialist, GS-09 ? Monetary Wage Including Fringe Benefits -- $20.67 per hour. Offers are due no later than December 3, 2004, 3:00 p.m., local time, to GSA/FTS (Great Lakes Region), to the attention of Deborah Crum at deborah.crum@gsa.gov . Offerors interested in obtaining a formatted version of the services/CLIN list that are to be priced should send an e-mail request to gayle.dybel@gsa.gov . Contact Deborah Crum at (217) 492-4404 or e-mail deborah.crum@gsa.gov regarding this RFQ.
 
Place of Performance
Address: 2715 West Monroe, Springfield, IL;, 3130 Chatham Road, Springfield, IL;, 2875 Via Verde Rd, Springfield, IL
Zip Code: 62704
Country: United States
 
Record
SN00710450-W 20041120/041118212438 (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.