Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 26, 2006 FBO #1703
MODIFICATION

N -- Upgrade of Nortel PABX for Rome, NY

Notice Date
7/24/2006
 
Notice Type
Modification
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
Other Defense Agencies, Defense Finance and Accounting Service, Contract Services Directorate, Columbus, 3990 East Broad Street Bldg #21, Room 2B218, Columbus, OH, 43218
 
ZIP Code
43218
 
Solicitation Number
HQ0423-06-T-0015
 
Response Due
8/2/2006
 
Archive Date
8/17/2006
 
Point of Contact
Richard St Clair, Contract Specialist, Phone 614-693-1910, Fax 614-693-5674,
 
E-Mail Address
richard.stclair@dfas.mil
 
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. This is solicitation number HQ0423-06-T-0015: The solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular, FAC 2005-11, Effective 05 Jul 2006 & Class Deviation 2005-o0001. This requirement is UNRESTRICTED in regard to business size. The NAICS code is 811213 and the small business size standard is $6.5 million. Line Item Number(s) Items Quantities Unit of Measure 0001 PABX Upgrade- see SOW for details Description of items/services: STATEMENT OF WORK Upgrade to Nortel PBX AS OF July 6, 2006 1.0 BACKGROUND: The mission of the Defense Finance & Accounting Services Rome is to produce timely and accurate disbursements to the Department of Defense personnel, their dependants and commercial concerns. Automation support varies with in each directorate at all DFAS sites, but every function depends heavily upon telecommunications services to respond to customer needs. DFAS needs to provide better customer service while reducing costs by upgrading the Nortel 61C Public Branch Exchange (PBX) at Rome. Currently telephony support is provided by the Air Force Research Lab, Rome Research Site (Rome Labs). The Rome Labs Director has determined that they no longer desire to support DFAS Rome. This means that DFAS Rome requires its own PBX for telephony support. 2.0 SCOPE: The Nortel PBX at DFAS Rome requires an upgrade in order to meet Base Realignment and Closure (BRAC) requirements. DFAS Rome currently has a population of 564 personnel. Rome’s population will increase by 436 more personnel due to BRAC realignment. The Nortel 61C PBX is currently not a fully functional PBX. The contractor will provide equipment, software, and such technical support and training needed to install and implement the upgrade of the Nortel PBX to version 4.5 with Call Pilot, Symposium Express, and IP trunking capability. The contractor will upgrade the frame relay room to required specifications needed to support the total population of DFAS Rome. DFAS will provide some parts to offset costs. These parts will be provided from the San Bernardino DFAS site. The list of San Bernardino equipment is attached. All equipment and installation shall meet applicable local codes for electrical and personnel safety ratings. All equipment must meet JTIC certifications. The contractor shall provide the necessary interfaces (cabling and wiring) for the PBX. 3.0 OBJECTIVE: The objective of this statement of work (SOW) is for the contractor to engineer, furnish, install, program and test the upgrade of the Nortel 61C PBX to version 4.5 or greater with Call Pilot, Symposium Express, DSN, and IP trunk ready. 4.0 TASKS: The contractor will provide on-site technical support during the PBX upgrade to include the following: 4.1 Allow test / development without impacting production. 4.2 Transfer current access rights to new upgrade. 4.3 The Nortel PBX will require installation of all hardware and software. This includes parts from the San Bernardino site. 4.4 Provide 3 year Software Release Subscription (SRS) 4.5 Training for administration/development. 4.6 The contractor will ensure that the proper blocking is used between the PBX and framework. 4.7 Wiring and cabling installation between switch and frame room must be properly secured using available cable trays. 5.0 PBX Requirements Room W110 5.0.1 Caller ID for digital phones with PRI T-1 trunking. 5.0.2 The upgrade must support IP networking using a signaling server and OTM and call accounting. 5.0.3 Warrantee maintenance will be done during normal business hours unless an emergency is determined. 5.0.4 Remote management / administration capability. 5.0.5 Replace Meridian mail with Call Pilot and ensure it is available for all users. 5.0.6 Symposium Express for call accounting with appropriate programming for DFAS Rome’s needs. 5.0.7 A total of 1000 ports with expandability to include 900 analog and 100 digital phone ports. 5.0.8 Provide 600 M8001 analog phones. 5.0.9 Provide 50 M3902 digital phones. 5.0.10 Upgrade the switch to Succession 4.5. 5.0.11 this upgrade must initially support required circuit cards for Video Teleconferencing. 5.0.12 this upgrade must support 4 dual T-1 circuits with PRI “D” channel capability at installation. Government is responsible for installation of PRI circuits. 5.0.13 the upgrade must initially support an additional dual T-1 card to link the Rome Labs switch to the DFAS switch for the period of migration of telephony services from Rome Labs to DFAS. Duration of this link will be determined based upon mission requirements. 5.0.14 the upgrade must support connectivity to a DFAS PC or DFAS controlled network for reporting and administrative services to the switch. 5.0.15 Ensure that the Defense Switched Network (DSN) software package is installed/upgraded. 5.0.16 Provide a T-1 circuit card and all necessary programming for Right-Fax operations. 5.0.17 Ensure all wiring is properly installed using available cable trays. 5.0.18 Replace battery banks with required serviceable batteries and all associated hardware. 5.0.19 Provide 3 year Software Release Subscription (SRS) 5.1 Frame Relay Room W101 5.1.1 Ensure all T-1 connectivity between Building 1 frame relay room DMARC and switch is completed. 5.1.2 Install all appropriate blocks for each station. 6.0 DELIVERABLES: DFAS Rome assumes ownership and will have “restricted rights” to all software, diagnostics, source code and object code incorporated into the PBX upgrade documented under this Statement of Work (SOW) and to include “restricted rights” relating to commercial off-the-shelf software furnished by the contractor/vendor for the PBX upgrade. Final software documentation is to be provided on both paper and diskette media. 6.1 The contractor/vendor shall prepare a Work Definition Form, which gives a detailed description of the work and the expected deliverables, the implementation method and includes an estimate of the resources required along with assumptions used in making the estimate. 6.2 The contractor/vendor shall/must provide equipment delivery, installation and testing as established in the contract delivery schedule, but in no case will this period exceed 180 days from the date of award. 6.3 The contractor/vendor shall use formal project management techniques to develop the necessary planning and design documents. 6.4 The period of performance shall be from the date of the award for a period of six (6) months. 7.0 PLACE OF PERFORMANCE: DFAS Rome Phone Room W110 Frame Room W101 325 Brooks Road Rome, NY 13441-4527 8.0 GOVERNMENT FURNISHED RESOURCES AND FACILITIES: 8.1 DFAS will furnish the required office space (cubicle) for the contractor to perform any compilation of information gathered and provide a secure staging area for Contractor-owned materials and equipment as required. 8.2 DFAS Client Representative (CR) for this task or designated alternate will be available as needed for the period of performance. The CR will be able to direct the Contractor to the appropriate technical expert(s) in the Command who can answer technical questions in relation to this work. DFAS will assume responsibility for the content of documentation materials specified under Government Furnished Resources. Any changes to this material will be responsibility of the Government and may require a Task Order Modification. 8.3 The contractor shall not disclose or release to other than government authorized persons or activities, the content of any government software, procedures, or information provided to the contractor. 8.4 The government will provide Nortel parts from a switch located at the DFAS San Bernardino facility. The parts list of the Nortel switch is attached with this document. All parts listed in “yellow” will be needed from the San Bernardino DFAS facility. They will be on site in Rome. 8.5 The Contractor shall identify in its technical proposal; a listing of documentation and information sources it determines will be required to perform the stated technical requirements. 8.6 DFAS Rome will supply a PC for any reporting requirements that may be needed for the switch. 9.0 PERSONNEL & QUALIFICATIONS: The contractor shall be an authorized Nortel partner. 9.1 Contracting personnel assigned to site shall be fully qualified Nortel certified technicians, able `to perform maintenance and repairs on Telephone Switch. The Contractor shall present and provide copies of current Nortel Technologies manufacturer’s issued documents certifying training and competency at the technician level for personnel. 9.2 Contractor shall be responsible for personnel selection, supervision and assignment. 9.3 The contractor will be responsible for the conduct of employees and subcontractors, if any, to include misuse, abuse, theft, willful requisitioning of unauthorized supplies, equipment or services, and any other actions that are contrary to the provisions of this contract. 9.4 Should any of the contractor’s personnel fail to perform their duties under this contract or should any of the contractor’s personnel be involved in misconduct or in any incident(s) that affect contract performance, the Contractor will take all necessary actions to immediately resolve the situation. 10.0 DAMAGE TO EXISITING INFRASTRUCTURE: - Contractor shall take all necessary precautions to ensure against damage to existing infrastructure and equipment. Any damage to such shall be repaired or replaced, as approved by the Contracting Officer at no additional cost to the Government. 11.0 HOURS OF WORK: Work shall be accomplished during normal business hours. Business hours are from 7:00 am to 5:30 p.m. EST. A workweek is defined as Monday through Friday, except Federal Holidays, or as directed by the PM/COTR, with written authorization for the ACO. This does not include crossover form the Rome Labs system which would be after hours or on a weekend. 12.0 CLEAN UP: Contractor shall dispose of all rubbish and debris generated from their operation. 12.1 Contractor personnel will keep phone and frame rooms neat and clean at all times. 13.0 APPROVALS: Any effort outside the scope of the work of period of performance stated herein shall only be accomplished through the issuance of modification to this Delivery Order. 14.0 GOVERNMENT FACILITY ENTRANCE. All contractor personnel or any representative of the contractor entering any government facility or government leased facility shall abide by all security regulation and be subject to security checks. When security access is required the contractor will abide by that facility regulations and procedures for entry. Please contact the COR to coordinate entry to the Government facility. 15.0 ADMINISTRATIVE CONSIDERATIONS: The Government representatives and their respective roles are as listed below: 15.1 Telecom Project Officer: Philip Montana DFAS-RO 325 Brooks Road Rome, NY 13441-4527 Tel: 315-330-6063 Fax: 315-330-6991 Email: philip.montana@dfas.mil 15.2 Technical Assistant: Mario Colafranceschi DFAS-RO 325 Brooks Road Rome, NY 13441-4527 Tel: 315-330-6955 Fax: 315-330-6991 Email: mario.colafranceschi@dfas.mil Attachments: Attachment 1 - San Bernardino equipment list being transferred Attachment 2 – Rome Inventory REQUESTS FOR COPIES OF THE ATTACHMENTS SHOULD BE MADE TO richard.stclair@dfas.mil. Delivery date: 6 months after Date of Award. Place of Performance is Rome, NY. FOB Destination. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. FAR 52.212-2, Evaluation -- Commercial Items, is applicable. As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: Evaluation -- Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price and Past Performance. Offerors should address the following: • PAST PERFORMANCE: Offerors are allowed to submit up to a maximum of 5 pages of relevant past performance information for work and experience in similar projects – including references. All pages after the first 5 pages, regardless of whether they are title pages, tables of content, etc., will not be evaluated. • PRICE: Vendors shall provide a total offered fixed price. Total Fixed Price Offer: $___________________ Offerors are allowed to submit up to a maximum of 1 page of supporting information on their price; however this is not required. All pages after the first page, regardless of whether they are title pages, tables of content, etc., will not be evaluated. Quotes should NOT include more than 10 total pages of information – five (5) pages for past performance, one (1) page for support pricing information, an four (4) pages will be allowed for miscellaneous information. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with their offer. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. Any additional contract requirement(s) or terms and conditions: The Defense Priorities and Allocations System (DPAS) applies and the assigned rating for this requirement is DOC9. Offers are due by 2:00 p.m. EST on 02 August 2006. Facsimile and e-mail quotes are acceptable and preferred Offers may be submitted by mail and forwarded to: Point of Contact: Richard D. St.Clair DFAS Contract Services Directorate 3990 E. Broad Street Bldg. 21, Room 2B218 Columbus, OH 43213-1152 Phone Number: 614-693-1910 Fax Number: 614-693-5674 e-mail address: Richard.Stclair@dfas.mil Furnish quotes to this POC on or before the closing time listed in this RFQ. RATIONALE FOR USE OF BRAND NAME: This procurement is for an upgrade of existing Nortel PABX equipment currently in use at DFAS Rome, NY. For this procurement, Nortel telephone equipment is already in place or is being provided from the base closure of DFAS San Bernardino. Nortel equipment is needed to complete the upgrade of existing Nortel equipment. This procurement will fill in the equipment not already present, or being provided from DFAS San Bernardino and ultimately upgrade the existing equipment. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (24-JUL-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/ODA/DFAS/Columbus/HQ0423-06-T-0015/listing.html)
 
Place of Performance
Address: DFAS Rome Phone Room W110 Frame Room W101 325 Brooks Road Rome, NY
Zip Code: 13441-4527
Country: UNITED STATES
 
Record
SN01096934-F 20060726/060724223132 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.