Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 17, 2006 FBO #1572
SOLICITATION NOTICE

D -- The North Dakota National Guard is requesting quotes for Private Branch Exchange (PBX)Services in Bismarck, Fargo, Valley City and Grand Forks, ND. Contract is expected to be awarded on or about 1 August, 2006.

Notice Date
3/15/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
USPFO for North Dakota, P.O. Box 5511, Bismarck, ND 58502-5511
 
ZIP Code
58502-5511
 
Solicitation Number
W912LL-06-T-0002
 
Response Due
4/14/2006
 
Archive Date
6/13/2006
 
Small Business Set-Aside
N/A
 
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; quotes ar e being requested and a written solicitation will not be issued. Solicitation number W912LL-06-T-0002 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acqui sition Circular FAC 2005-07 dated 2 February 2006. This solicitation is unrestricted. The service includes a base requirement and five options for a total of five years service. The North Dakota National Guard has a requirement for Private Branch Excha nge (PBX) service to eight locations in four cities in North Dakota. The four cities are Bismarck, Fargo, Grand Forks and Valley City. The city of Bismarck has four separate sites. The cities of Fargo, Valley City and Grand Forks each have one PBX. The National Guard has four PBX telephone switches in Bismarck, and will require connectivity between switches. The National Guard requires PBX service connectivity to the Local Exchange Company (LEC) in each city. The services requested include PRI T-1s to the Central Office, Point to Point T-1s between switches and a CAMA 911 Trunk (in Bismarck only), 5000 DID numbers in Bismarck, 500 DID numbers in Fargo, 300 DID numbers in Grand Forks, 80 DID numbers in Valley City, analog Central Office Telephone Servic e (COTS) lines with ground start, hourly rates for service calls by trained contractor personnel on Nortel PBXs (all sites) and the ability to expand services in the future. The National Guard will not provide facilities, cabling or furnish any equipment to the vendor other than what is needed to install T-1 data lines to the existing National Guard PBX switches. The Government requires a list that clearly identifies all T-1s, T-1 Channels, DIDs and COTS at each site by circuit ID or DID number. The Gove rnment is requesting qualified and trained Nortel PBX personnel for installation, maintenance, disaster recovery or consultation. The durations required will be short, usually lasting 3 to 4 hours and this will happen on an infrequent basis. Personnel ma y be provided at a fixed hourly rate for the life of this contract. Rates may differ for night, weekends, holidays and overtime. The Government requires administrative procedures to call for service, i.e. email, phone or Fax. The maintenance response ti me requires personnel on duty 24 hours a day, 7 days a week for immediate repair of any problem with the PBX or central office switch equipment. Repairs are required to be made in one business day if a problem exists with a T-1 line, trunk feature or COTS line. Any changes, deletions or additions to the PBX services will be made by the Government. Additional growth of DIDs, T-1s and COTS should be allowed by the contractor if needed by the Government. A PIC of all T-1s, T-1 channels, ISDN services and COTS lines to a Long Distance carrier shall be selected by the Government at no cost. Blocking of all third party billing, blocking of all 900 numbers, and to the extent possible blocking of access to all carriers except the PIC designated by the Gover nment shall be provided at all sites. The Government is requesting a contract manager, who will be responsible for billing, service changes, adds, moves, deletions, requests for on-site personnel and problem resolution. Customer support and technical ass istance is requested either via email, phone, fax or onsite visits during normal business hours Monday through Friday 8 a.m. to 5 p.m. If the contractor is required to provide customer support and technical assistance after hours in cases of equipment fai lure, local and national emergencies, the cost will be at the Governments expense. The contractor will be responsible for providing at their expense, all equi pment necessary to provide PBX services in all locations listed in the contract. All equipment must be new and not refurbished or used. Maintenance of any equipment the contractor installs is the contractors responsibility. Transportation or relocation of contractor equipment will also be provided at no cost to the Government. Training may be required by the Government on any equipment installed by the contractor. The locations of the PBX services required are Bismarck - Fraine Barracks, Bldg. 50, 43 2 Fraine Barracks Road, Bismarck, ND 58506  Nortel 81C PBX; Raymond J. Bohn Memorial Armory, 4200 E. Divide, Bismarck, ND 58506  Nortel 61C PBX; Army Aviation Support Facility, 3406 Airway Ave, Bismarck, ND 58554  Nortel 11C PBX; Civil Support Team , 1850 E. Bismarck Expressway, Bismarck, ND 58504  Nortel 11C PBX; Fargo  Fargo Armed Forces Reserve Center, 3920 31st NW, Fargo, ND 58102  Nortel 11C PBX; Grand Forks  Grand Forks Army National Guard Armory, 1501 S. 48th Street, Grand Forks, ND 582 08  Nortel 11C PBX; Valley City  Valley City Army National Guard Armory, 747 7th Street SE, Valley City, ND 58702  Nortel 11C PBX. The Government shall furnish reasonable use of electricity for network interface devices, all end user telecommunicatio ns equipment, i.e. PBX, PBX T-1 trunk cards, phone sets, routers and Hubs for Government employees. Site specific PBX services required at Bismarck: A continuous block of 5,000 DID numbers, Fraine Barracks location 3 each Primary Rate Interface (PRI) T-1 s with B8ZS to the central office. The T-1s will be installed at an extended DEMARC in the Building 50 HUB Room. Also required are 69 trunks within the PRI T-1s to the central office or Public Switched Network (PSN) with the ability to transfer ISDN call s to a PIC. The Government requires 16 each analog Central Office Telephone Service (COTS) lines with ground start and a CAMA circuit to the local 911 center. At the Raymond J. Bohn Memorial Army (RJBMA), 4 each analog COTS lines with ground start. One each Point to Point T-1s with B8ZS between RJBMA and Fraine Barracks. One each Point to Point T-1s with B8ZS between RJBMA and the Army Aviation Support Facility (AASF). At the AASF, 4 each analog COTS lines with ground start. One each Point to Point wi th B8ZS from the AASF to Fraine Barracks. At the Civil Support Team (CST) 2 each analog COTS lines with ground start and one each Point to Point T-1 with B8ZS between CST and Fraine Barracks. Site specific PBX services required at Fargo: One each PRI T- 1 (B8ZS) with 23 trunks to the PSTN, with the ability to transfer ISDN calls to a PIC. The Government requires 500 DID numbers and 4 each analog COTS lines with ground start. Site specific PBX services required at Grand Forks: One each PRI T-1 (B8ZS) wit h 23 trunks to the PSTN, with the ability to transfer ISDN calls to a PIC. The Government also requires 300 DID numbers and 4 each analog COTS lines with ground start. Site specific PBX services required at Valley City: One each PRI T-1 (B8ZS) with 23 tr unks to the PSTN with the ability to transfer ISDN calls to a PIC. The Government requires 80 DID numbers and 4 each analog COTS lines with ground start. The contract start date is on or about 1 August 2006. All PBX services listed in the contract must be in place on or before the start date. Invoices will be sent to the North Dakota National Guard, ATTN: J6ND-TCB, P.O. Box 5511, Bismarck, ND 58506. Contractors interested in this solicitation shall notify the contracting office by FAX (701) 333-2230, Attn: Kathy Robinson, Contract Specialist. Point of contract for all technical questions is Doug Lantz (701) 333-2106. Interested contractors will forward the complete Statement of Work and any other information necessary for submission of the solicitat ion. Each contractor must include its Federal Tax Identification Number and be registered in the Central Contractor Registration website at www.ccr.gov . Cont ractor must also list its corporate status. Corporate status means the concerns designation as a 1) sole proprietorship, 2) partnership, or 3) other corporate entity. The ensuing contract shall be for a base period commencing approximately 1 August 2006 through 30 September 2006 with five options renewable each new fiscal year. Contractors shall include a completed copy of the provision at DFAR 252.212-7000 Offeror Representations and Certifications Commercial Items with its offer (252.212- 7000 can be downloaded at www.bpn.gov/orca ). Provision 52.212-1 Instructions to Offerors Commercial applies to this acquisition. Provision 52.212-2 Evaluation Factors applies to this acquisition. The FAR clause 52.212-4 Contract Terms and Conditions C ommercial Items applies to this acquisition. FAR Clause 52.212-5 (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items are included and incorporated by reference as follows: 52.233-3 Protest After Award, 52.233-4 Applicable Law for Breach of Contract Claim, 52.203-6 Alt. 1 Restrictions on Subcontractor Sales to the Government, 52.222-3 Convict Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity f or Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Vet erans, 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration, 52.232-36 Payment by Third Party, 52.239-1 Privacy or Security Safeguards. The provision 52.232-18 Availability of Funds and provision 52.232-19 Availability of Funds f or the Next Fiscal Year applies to this acquisition. The following clauses are incorporated by reference: 52.217-8 Option to Extend Services, 52.217-9 Option to Extend the Term of the Contract, 252.239-7002 Access, 252.239-7004 Orders for Facilities and S ervices, 252.239-7005 Rates, Charges and Services, 252.239-7006 Tariff Information, 252.239-7007 Cancellation or Termination of Orders, 252.239-7008 Reuse Arrangements. Evaluation of quotes: quotes will be evaluated inclusive of options (i.e., base requi rement plus all options). Evaluation and award will be based on the overall best value to the government through comparative evaluations of offers. Best value to the government will be based on price, technical capabilities and past performance. Current ly funds are only available to fund the base requirement. Options will be awarded annually as funds become available. Evaluation of options shall not obligate the Government to exercise the option(s). The CLINS for the proposed contract are as follows: 0001 Base Requirement, 01 August 2006 to 30 September 2006 (2 mos.) ____________________________. 0002 First Year Option, 01 October 2006 to 30 September 2007___________________. 0003 Second Year Option, 01 October 2007 to 30 September 2008 ____________ ___. 0004 Third Year Option, 01 October 2008 to 30 September 2009 _______________. 0005 Fourth Year Option, 01 October 2009 to 30 September 2010 _______________. 0006 Fifth Year Option, 01 October 2010 to 31 July 2011 (10 mos.) ________________. Requests for Quotations shall be forwarded to USPFO for North Dakota, ATTN: Purchasing and Contracting, P.O. Box 5511, Bismarck, ND 58506-5511, NLT 14 April 2006 by close of business. Facsimile quotes will be accepted.
 
Place of Performance
Address: USPFO for North Dakota P.O. Box 5511, Bismarck ND
Zip Code: 58506-5511
Country: US
 
Record
SN01007053-W 20060317/060315212317 (fbodaily.com)
 
Source
FedBizOpps 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.