Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2008 FBO #2314
SOURCES SOUGHT

J -- Telephone System Maintenance

Notice Date
1/8/2008
 
Notice Type
Sources Sought
 
NAICS
517919 — All Other Telecommunications
 
Contracting Office
Social Security Administration, Office of Budget, Finance, and Management, Office of Acquisition and Grants, 1st Floor, Rear Entrance 7111 Security Blvd., Baltimore, MD, 21244, UNITED STATES
 
ZIP Code
21244
 
Solicitation Number
Reference-Number-SSA-RFI-MT001
 
Response Due
1/24/2008
 
Point of Contact
Michele Tubman, Contract Specialist, Phone 410-965-9463, Fax 410-965-9560, - Leslie Hyman, Contract Specialist, Phone 4109659476, Fax 4109659560
 
E-Mail Address
michele.tubman@ssa.gov, leslie.hyman@ssa.gov
 
Description
The Social Security Administration (SSA) is in search of vendors who can provide maintenance services and technical support services to the existing telephone systems in the various SSA field offices and provide telephone systems for emergency needs. There are approximately 2,000 offices at over 1500 specific locations installed in various SSA Field Offices (FO), Area Director Offices (ADO) and Office of Disability Adjudication and Review (ODAR) field offices throughout the United States, Puerto Rico, Guam, Virgin Islands, and American Samoa. The interested vendors will be required to be knowledgeable and able to support the various telephone system models and approximate quantities of 778-Fujitsu F9600s, 451-Executone IDS 108s, IDS 228s, and Medleys, 248-ESI-IVXs and ESI IVX 128s, 5-Iwatsu, 4-Intertel AXXESSs, 3-NEC 704is, 2-Omegas, 1-Comdial, and 1-Cisco ICS 7750 telephone systems at these locations. Some locations may have multiple telephone systems and in-phone and/or overhead paging systems that are connected to the existing systems. The requested maintenance services that SSA is seeking will be for (1) base year and four (4) option years. The maintenance and on-going support services will include, but not be limited to repair, labor, materials, and replacement parts necessary to keep these telephone systems and related equipment in satisfactory working condition. These ongoing services will include internal moves, adds and changes; remote programming, relocations, programming for spring and fall time changes, and various maintenance records and status reports. The annual maintenance shall also include the installations of Remote Service Observation equipment and Caller Recontact/Caller ID boxes used in the telephone access studies at 110 selected offices. This yearly project entails de-installation of SSA owned RSO and Caller ID equipment, re-installation into a new set of Pilot offices, and maintenance of the project equipment. Services maintained through the systems shall include cable distribution from the point of demarcation established by the servicing local regulated telephone company to all demarcation wire and cable, distribution frames, backboards and mounting materials. The telephone systems will include all station equipment, automated attendant/voice mail systems, administrative terminals, automatic call distributors, telemonitors, caller ID boxes, telephone line protection, voltage protection devices (if applicable), paging systems and power supplies. Basic Requirements All maintenance and support for telephone systems expansion (e.g., installation of line card, new station, etc) shall be accomplished without interruption to existing service during normal business hours (8:00 a.m. ? 5:00 p.m., Monday through Friday and except Federal observed holidays). However, the Principal Period of Maintenance (PPM) actually continues until 8:00 p.m. Eastern Time in order to accommodate sites on the West Coast. Reporting of maintenance related problems shall be via a contractor?s toll free number, which is available 24 hours a day, seven (7) days a week. Maintenance shall include travel, mileage, parts, materials and labor. The contractor is required to attend monthly technical meetings at the SSA?s Headquarters in Baltimore, Maryland to discuss on-going matters of importance and concerns relative to the telephone maintenance contract, if requested, and to participate from the contractor?s remote site in any telephone conference call with SSA staff and SSA Regional staff to discuss matters of mutual importance regarding the telephone maintenance contract. SSA is attaching a draft Statement of Work. This SOW will use vendor response to assist in fine tuning and finalizing the maintenance SOW to be posted, listing the requirements requested by the government. The vendor will be required to provide maintenance and on-going support services for existing telephone system expansions, relocations, move-add-change request, perennial time changes, various system reports and on-site or remote reprogramming changes to the systems on an as needed basis. Additionally, the interested vendor shall be required to provide availability and access for the purchase and installation of approximately 500 telephone systems to the SSA during the life of the contract. Additional system installation services, as required, for the term of the contract may also be provided. The SSA will guarantee installation of 45 of these new systems in the first contract year, of which the new systems are expected to be installed immediately and managed as a project by the vendor. SSA plans to purchase an additional 55 telephone systems over the life of the project, with an option to purchase and install up to an additional 455 telephone systems at the discretion of the government. These telephone systems will be basic telephone systems with no enhanced features (see attached draft maintenance contract with telephone system replacement section). After the warranty period, the telephone systems will be added to the maintenance contract and maintained by the vendor. The contract will be available for one (1) base year and four (4) one-year option. At the request of the SSA, the replacement systems provided by the vendor will: - Be capable of growth - May require station moves - May be de-installed and removed - Have services related to the installation of modular/systems furniture, - May require changes to the up-front and queue greetings, - May require general telephone system reprogramming, - May require reprogramming of maintenance modems. SSA is initiating the Telephone Systems Replacement Project (TSRP) to replace all of the SSA owned telephone systems over the next 4-5 years. The number of telephone systems maintained will decrease with the implementation and installation of TSRP. The new TSRP will be installing new Telephone systems, replacing the aging legacy systems. As these systems are replaced, they will be removed from this maintenance contract, causing a gradual decrease in the quantity of systems being maintained during this 4-5 year period. The TSRP vendor will be responsible for the removal and disposal of the de-installed legacy telephone systems. The government will notify the vendor of the specific offices as installation dates are scheduled, with at least 30 days prior notice. These offices will be removed from the maintenance contract, via an email from the COTR on a monthly basis throughout the replacement. When systems are replaced by a vendor, other than the TSRP vendor (i.e. the maintenance vendor?s installs), SSA may instruct the vendor to recover the old telephone system parts to assist in maintaining the current telephone systems. Vendors responding to this Request for Information (RFI) should be made aware that this is for informational purposes only and does not constitute a solicitation or Request for Proposal. This RFI is not to be construed as a commitment by the Government and responses to this RFI are not offers and cannot be accepted by SSA to form a binding contract. SSA does not intend to award a contract on the basis of this RFI or pay for any information provided as a result of this RFI. SSA will not recognize or reimburse any cost associated with any RFI submissions or follow up information that is requested. SSA is requesting the following: 1) Vendor capabilities to provide parts and technical expertise to support the aging systems or alternative process to maintain systems. 2) Proposed business processes to perform maintenance in these offices located throughout the Continental U.S., Puerto Rico, Hawaii, and Alaska. 3) Trouble Reporting processes and capabilities 4) Suggestions for improvements on existing Draft SOW. 5) Responses for partial capabilities, if submitting vendor cannot support all three manufacturer types. Information received will be considered solely to make informed decisions regarding a potential procurement. Interested sources that believe they have the ability to perform the services required should submit a detailed statement of their capabilities in writing to Michele Tubman, Contract Specialist, via email at michele.tubman@ssa.gov. Please reference SSA-RFI-MT001 in the e-mail subject line. Responses must be received by 3:00 p.m. EST on January 24,2008. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (08-JAN-2008). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 26-MAR-2008, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/SSA/DCFIAM/OAG/Reference-Number-SSA-RFI-MT001/listing.html)
 
Place of Performance
Address: 6201 Security Blvd. Baltimore, MD
Zip Code: 21235
Country: UNITED STATES
 
Record
SN01542760-F 20080328/080326230650 (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.