Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 08, 2007 FBO #1959
SOURCES SOUGHT

D -- Telecommunications System Operation and Maintenance

Notice Date
4/6/2007
 
Notice Type
Sources Sought
 
Contracting Office
P.O. Box 2001 Oak Ridge, TN
 
ZIP Code
00000
 
Solicitation Number
DE-SS05-07OR23290
 
Response Due
4/23/2007
 
Archive Date
10/23/2007
 
Small Business Set-Aside
N/A
 
Description
The U.S. Department of Energy (DOE) requires services to operate, maintain, repair, and service the Oak Ridge Federal Integrated Communications Network (ORF-ICN) hardware, system interfaces, software, and transmission facilities. This notice is part of a market research process. As such, responses are sought to identify sources possessing the comprehensive technical knowledge, skills, and financial capability to perform these requirements. Award of a five (5) year contract under NAICS Code 517110, is contemplated for this work scope in the 4th quarter of calendar year 2007. The ORF-ICN includes an Integrated Services Digital Network voice and data telecommunications system serving approximately 19,000 DOE customers, cable plant, inter-site fiber optics transmissions system, a telephone management system, voice mail system, conference bridge, E-911 system, PBXs, and special circuits. Stations served by the ORF-ICN are located in over 500 buildings and the ORF-ICN fiber serves four major computing facilities that are geographically separated by as much as 15 miles. The system architecture is built around a Lucent 5ESS class central office (CO) switch located at the main CO and four switching modules at remote locations. The remote switching modules are tied to the central switch through fiber optic umbilical cords using SONET technology and rely on system interfaces at the main CO to interface the Public Switched Telephone Network. Several Nortel PBXs are also integrated into the network. The successful offeror will be required to provide services in two phases, Transition and Operations & Maintenance, and to possess the necessary resources to provide a full disaster recovery in the event of a catastrophic failure of the system. The Transition phase will require the successful offeror to: (1) provision the external system connections, communication trunks, and interfaces supporting the ORF-ICN connection to the PSTN and all other point-to-point or non-voice circuits (e.g., frame relay) (2) mobilize a trained staff; currently of approximately fifty (50) employees (3) provide Contractor owned or leased trucks and vehicles and appropriately equipped technician vehicles (4) obtain all required site access requirements (e.g., clearances and required training) (5) transition DOE ORF-ICN parts from the current service providers to the Contractor???s storage facility, (6) develop an Environment, Safety, and Health plan to be submitted to DOE for approval prior to commencing on-site work, and (7) establish necessary hardware and software service contracts to support system availability requirements. The Operations & Maintenance phase will require the successful offeror to: (1) maintain availability of 0.99999 for the core switching and transmission infrastructure, (2) perform special construction and engineering activities to expand or decrease the system as necessary to meet DOE mission needs, (3) provide telecommunications services to the Department of Energy (DOE), its contractors and other government agencies at multiple sites in Oak Ridge, Tennessee. (The sites include the Oak Ridge National Laboratory, Y-12 National Security Complex, the East Tennessee Technology Park, the Federal Building, the Office of Science and Technical Information, and other designated buildings within the City of Oak Ridge.) (4) perform approximately 2000 moves, adds, and changes per month for the ORF-ICN (5) maintain the cable plant, inter-site fiber optics transmissions system approximate 50 miles of cable both buried and aerial, (6) operate, maintain, and utilize the Telephone Management System for day-to-day operations, historical purposes, trend analysis, and billing data/files, (7) operate and maintain the voice mail system of approximately 10,000 boxes, (8) operate and maintain the conference bridge, (9) operate and maintain the E-911 system, and (10) install and maintain PBXs and approximately 2100 special circuits. (11) operate a Service Order Center(currently 5 employees) (12) operate and maintain an attendant console function which answers calls to the main DOE phone number and assists callers as well as performing the operator functions for inside stations. Interested firms are requested to submit a capability statement, not to exceed 10 pages via the DOE Industry Interactive Procurement System (IIPS) at http://doe-iips.pr.doe.gov no later than 8:00 p.m., Eastern time, on April 23, 2007. Standard company brochures are not an adequate response to this notice. Additionally, interested parties must register via the IIPS web site prior to responding. Instructions for submission of your response can be found in the help document located on the IIPS web site listed above. For technical assistance, firms should call 1-800-683-0751 or e-mail the IIPS administrator at iips@pr.doe.gov Any responses received will be treated as source selection information and will not be publicized or discussed with potential contractors. The following information is required: (1) Company name and mailing address; (2) Point of contact (name, title, telephone number); (3) Socio-economic status (large business, small business service-disabled/veteran-owned small business, HUBZone small business, small disadvantaged business, and/or woman-owned small business); the small business size limit for NAICS Code 517110 is 1500 employees. (4) Recent (within the last 5 years) experience information for the business, team or joint venture members, demonstrating experience and proficiency in the areas of work listed above including: a. Description of the size, term, dollar value, and complexity of the contract, including a detailed description of the specific tasks performed by the company; b. Identification of the company role as either a prime or subcontractor; and c. Identification of a contract or project number and point of contact and contact information (name, address, and phone) at the agency or prime contractor???s organization for verification of information; and d. A summary of financing arrangements available to support performance under a contract with an anticipated annual value of approximately $10 million. (5) A brief summary of company experience performing the key requirements described above. Each company experience summary should include: (a) name of the project; (b) brief description of the project; (c) contract or project number; (d) customer point of contact (name, address, and phone); and (e) the dollar value of the project. (6) A brief statement to advise if your company intends to perform the majority of the contract requirements, or would team with another company. If more than one firm is contemplated, identify the socioeconomic status of each. This Sources Sought notice does not constitute a request for formal proposal or a presolicitation notice. This notice is provided as information to the industry and is an invitation for an expression of interest and demonstration of capability to perform the anticipated work. The Government will not pay for the provision of any information nor will it compensate any respondents for the development of such information. While a future Request for Proposals is anticipated, it is not guaranteed. Future information regarding this contemplated acquisition will be posted on IIPS at http://e-center.doe.gov and/or the FedBizOpps website at http://www.fedbizopps.gov It is the responsibility of respondents to monitor these internet sites for future information.
 
Web Link
Click here for further details regarding this notice.
(https://e-center.doe.gov/iips/busopor.nsf/UNID/F82E8FCE1FC11A76852572B5006A94C8?OpenDocument)
 
Record
SN01267969-W 20070408/070406220330 (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.