Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2008 FBO #2474
DOCUMENT

70 -- NLRB Nationwide Telephone Maintenance - Word Version of Solicitation

Notice Date
9/2/2008
 
Notice Type
Word Version of Solicitation
 
NAICS
517919 — All Other Telecommunications
 
Contracting Office
National Labor Relations Board, Division of Administration, Procurement and Facilities Branch, 1099 14th Street, N.W., Washington, District of Columbia, 20570
 
ZIP Code
20570
 
Solicitation Number
NLR-58-09-Q-0001
 
Archive Date
9/27/2008
 
Point of Contact
TaLisa M. Spottswood,, Phone: (202) 273-4040, Ebony Fultz,, Phone: 2022730731
 
E-Mail Address
talisa.spottswood@nlrb.gov, Ebony.Fultz@NLRB.gov
 
Small Business Set-Aside
Total Small Business
 
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. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-21. _____DESCRIPTION: I.GENERAL BACKGROUND The National Labor Relations Board (NLRB) is an independent Federal agency created by Congress in 1935 to administer the National Labor Relations Act, the primary law governing relations between unions and employers in the private sector. The statute guarantees the right of employees to organize and to bargain collectively with their employers or to refrain from all such activity. The NLRB has two principal functions: (1) to determine, through secret ballot elections, the free democratic choice by employees whether they wish to be represented by a union in dealing with their employers and, if so, by which union; and (2) to prevent and remedy unlawful acts, called unfair labor practices, by either employers or unions. The Agency processes only those charges of unfair labor practices and petitions for employee elections that are filed with the NLRB in one of its 51 Regional, Sub-regional, or Resident Offices. The Procurement and Facilities Branch, Contracts and Procurement Section, located in Washington, DC, is responsible for the planning, development, coordination, and execution of a comprehensive procurement program for the purchase of open market and other sources, and/or lease of diversified types of supplies and services. The Contracts and Procurement Section also provides a centralized acquisition office for the NLRB for its Headquarters and 51 Field Offices. PLACE OF PERFORMANCE / HOURS OF OPERATION -Contractor personnel are expected to perform service during normal business hours. Normal business hours are 9:00 AM – 5:30 PM. SCOPE The NLRB is looking for a phone contractor (or contractors) to provide phone and wiring maintenance for fifty-two (52) NLRB offices. II.SPECIFIC REQUIREMENTS The vendor shall perform all necessary management, supervision, labor, equipment, supplies, and material for the following, on a time and material basis: Add or repair station jacks and station cords. If phone lines or sets are broken, install, move or repair phone equipment. Meet with dial tone vendor to determine if problem is a dial tone, a wiring or an equipment problem. Moving of personnel to new offices: Perform phone closet cross connects so that the person moving will have the same phone number and voice mailbox. Install, repair or replace common equipment in the phone closet. Install or repair wiring. This will include any re-wiring in the telephone closet. Reprogram key system features. The vendor will provide the NLRB with a maintenance log of all maintenance tasks, who performed the task and on what date. All normal preventive maintenance will be scheduled during regular working hours. Hours of Work and Response Time The NLRB expects the contractor to respond to a trouble request no later than the next business day. IIILOCATIONS LOCATIONREGIONAL TELECOMMUNICATIONS SYSTEMADDRESSCITY, STATE, ZIP CODE 1-BostonToneCommander ISDN System10 Causeway Street - 6th FloorBoston, MA 02222-1072 2- New York CityLucent ISDN system26 Federal Plaza - Room 3614New York, NY 10278-0104 3-BuffaloTone commander ISDNNiagra Center Bldg, 1305 Elmwood Ave, Suite 630Buffalo, NY 14202 Albany Resident OfficeComdial Key SystemClinton Ave at N. Pearl Street, Room 342Albany, NY 12207-2350 4 - PhiladelphiaLucent ISDN system615 Chestnut Street - 7th FloorPhiladelphia, PA 19106-4404 5-BaltimoreTone Commander ISDN system103 South Gay Street - 8th FloorBaltimore, MD 21202-4026 6-PittsburghComdial Key system with voice mail module Moorehead Federal Bldg, 1000 Liberty Ave, Suite 904 Pittsburgh PA 15222 7-DetroitTone Commander ISDN system477 Michigan Avenue - Room 300Detroit, MI 48226-2569 Grand Rapids Resident OfficeAvaya Partner System82 Ionia NW - Room 330Grand Rapids, MI 49503-3022 8-ClevelandTone Commander ISDN system1240 East 9th Street - Room 1695Cleveland, OH 44199-2086 9-CincinnatiLucent ISDN system550 Main Street - Room 3003Cincinnati, OH 45202-3271 10-AtlantaTone Commander ISDN system233 Peachtree St., N.E. Suite 1000 Atlanta, GA 30303 Birmingham Resident OfficeNorstar Key System1900 Third Avenue - Suite 311Birmingham, AL 35203-3511 11-Winston-SalemNorstar Key System4035 University Parkway, Suite 200 Winston-Salem, NC 27106-3325 12-TampaNorstar Key System201 East Kennedy Boulevard, suite 530 Tampa, FL 33602-5824 Miami Resident OfficeNorstar Key System51 SW 1st Avenue - Room 1320Miami, FL 33130-1608 Jacksonville Resident OfficeTone Commander ISDN system550 Water St Room 340Jacksonville, FL 32202-4412 13-ChicagoLucent ISDN systemRookery Bldg,209 South LaSalle St 9th FloorChicago, IL 60604-1219 14- St LouisNo Maintenance needed (NEC DTERM)1222 Spruce Street - Room 8302Saint Louis, MO 63103-2829 Peoria Resident OfficeTone Commander ISDN system300 Hamilton Boulevard Suite 200 Peoria, IL 61602-1246 15-New OrleansLucent ISDN system Herbert Federal Bldg, 600 S. maestri St, 7th floor New Orleans LA 70130 16-Fort WorthTone Commander ISDN system819 Taylor Street - Room 8A24Fort Worth, TX 76102-6178 Houston Resident OfficeNorstar Key System440 Louisiana Street - Suite 550Houston, TX 77002-2649 San Antonio Resident OfficeNorstar Key SystemTravis Park Plaza Bldg, 711 Navarro St, Suite 705San Antonio, TX 78205 17-Overland Park KSTone Commander ISDN system8600 Farley Street - Suite 100Overland, KS 66212-4677 Tulsa Resident OfficeMerlin Partner System224 South Boulder Ave rm 318Tulsa, OK 74103-3027 18-MinneapolisAvaya Merlin Magic key system330 Second Avenue South, Suite 790 Minneapolis, MN 55401-2221 Des Moines Resident OfficeROLM phones 210 Walnut Street - Room 909Des Moines, IA 50309-2116 19-SeattleNortel Meridian Key System915 2nd Avenue - Room 2948Seattle, WA 98174-1078 Anchorage Resident OfficeNo Maintenance needed (Nortel Meridian)222 West 7th Avenue Anchorage, AK 99513-3546 Portland Resident OfficeNortel Meridian Centrex Phones601 SW 2nd Ave, Suite 1910 Portland OR 97204-3170 20-San FranciscoMerlin Magix 901 Market Street - Room 400San Francisco, CA 94103-1735 21-Los AngelesTone Commander ISDN system888 South Figueroa Street 9th FloorLos Angeles, CA 90017-5449 San Diego Resident OfficeComdial Impact 6 sets555 West Beech Street - Suite 302San Diego, CA 92101-2939 Honolulu Resident OfficeNorstar Key System300 Ala Moana Boulevard Room 7-245Honolulu, HI 96850-4980 22-Newark Merlin Magix 20 Washington Place - 5th FloorNewark, NJ 07102-2570 24- San Juan Puerto RicoNo maintenance needed525 F.D. Roosevelt Avenue San Juan, PR 00918-1002 25-IndianapolisTone Commander ISDN system575 N. Pennsylvania Street Room 238Indianapolis, IN 46204-1577 26-MemphisNortel Meridian Key SystemBrinkley Plaza Building, Suite 350Memphis, TN 38103-2416 Little Rock Resident OfficeAvaya Partner System425 West Capitol Avenue Suite 1615 Little Rock, AR 72201-3489 Nashville Resident OfficeAvaya Partner System810 Broadway - Room 302Nashville, TN 37203-3816 27-DenverMerlin Magix 600 17th Street - 7th FloorDenver, CO 80202-5433 28-PhoenixLucent ISDN system2600 North Central Avenue Suite 1800 Phoenix, AZ 85004-3099 Albuquerque Resident OfficeNEC DTERM Phones505 Marquette Avenue, NW Suite 1820 Albuquerque, NM 87102-2181 Las Vegas Resident OfficeNortel Meridian Key system, 21 sets)600 Las Vegas Boulevard South Suite 400 Las Vegas, NV 89101-6637 29-BrooklynTone Commander ISDN systemOne MetroTech Center (North) Jay St & Myrtle Ave 10th FloorBrooklyn, NY 11201-4201 30-MilwaukeeTone Commander ISDN system310 West Wisconsin Avenue Suite 700 Milwaukee, WI 53203-2211 31-West Los AngelesNorstar Key System11150 W. Olympic Boulevard Suite 700Los Angeles, CA 90064-1824 32-OaklandNo maintenance needed1301 Clay Street - Room 300NOakland, CA 94612-5211 34-HartfordNew Merlin Legend280 Trumball St 21st FloorHartford, CT 06103-3599 New York JudgesTone Commander ISDN system120 West 45th Street - 11th FloorNew York, NY 10036-5503 Atlanta JudgesLucent ISDN system401 West Peachtree Street, N.W. Suite 1708 Atlanta, GA 30308-3510 _____APPLICABLE PROVISIONS: FAR 52.212-1, Instructions to Offerors--Commercial Items; FAR 52.212-2, Evaluation-Commercial Items; FAR 52.212-3, Offeror Representations and Certifications--Commercial Items; FAR 52.212-4, Contract Terms and Conditions--Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (includes the following 52.222-26, 52.222-35, 52.222-36, and 52.222-37), FAR 52.217-5, 52.216-18, Ordering 52.216-19, Order Limitations—$3,000, (1) TBD, (2) TBD, (3) TBD, (3)(d) 4 hours 52.216-22—Indefinite Quantity 52.216-27, Single or Multiple awards—The Government may elect to award a single delivery order contract or task order contract or to award multiple delivery order contracts or task order contracts for the same or similar supplies or services to two or more sources under this solicitation. FAR 52.217-5—Evaluation of Options FAR 52.217-8—Option to Extend Services – ten (10 business days FAR 52.217-9—Option to Extend the Term of the Contract—ten (10) days, thirty (30) days preliminary notice _____PROPOSAL FORMAT: Quotations are to be submitted in the following format: The contractor shall submit the following: 1)Technical Proposal—Technical proposals shall not simply rephrase or restate the Government’s requirements, but rather, shall provide convincing rationale to demonstrate: (a) proficiency in each requirement areas and phone systems and, (b) show how qualifications are met or exceeded, (c) expectations to meet response times and provide service to each of the proposed service areas. Note, the proposal must specify which offices the vendor is proposing to provide service. 2)Cost Proposal—The offeror shall propose a fixed price schedule for all specified and related services identified in the solicitation. This includes labor The unit prices for services shall not include federal, state, or local taxes and duties in effect on the contract date that the taxing authority is imposing and collecting on the transactions or property covered by this contract. CLIN 1 – Trip Charge CLIN 2 – Labor (List labor categories and labor rates for all proposed categories) CLIN 3 – Other Direct Costs (List other costs that may be foreseeable, i.e., parts, phones, jacks, etc.) CLIN 4 – Other CLINs that you propose Period of Performance The period of performance will be from October 1, 2008 through September 30, 2009 Option 1 will be from October 1, 2009 through September 30, 2010. _____EVALUATION. The Government intends to award multiple contracts to the responsible offerors whose offer, conforming to the solicitation, will be most advantageous to the Government and represents the best value, price and other factors considered. Offerors shall ensure they indicate which locations they are bidding on and provide separate pricing for each location. Do not merely state $25 for each service call, when you are proposing pricing for several regional or residential offices. Submit a separate cost proposal for each location. The following factors shall be used to evaluate offers: Technical capability, past performance, and price/cost. Technical capability and past performance, when combined, are significantly more important than price/cost. The award will be made based on the best overall (i.e., best value) proposal that is determined to be the most beneficial to the Government and the proposed approach to performing telephone maintenance, with appropriate consideration given to the three evaluation factors: •Factor 1. Technical •Factor 2. Past Performance •Factor 3. Price Relative importance of the factors, in that, the Technical factor is significantly more important than the Past Performance factor, which is slightly more important than the Price factor. The non-Price factors combined are significantly more important than the Price factor. To receive consideration for award, a rating of no less than “Acceptable” must be achieved for all the factors. Contractors are cautioned that the award may not necessarily be made to the contractor with lowest cost. The Government reserves the right to evaluate quotes and award the delivery order on initial quotes, without conducting discussions, but reserves the right to conduct discussions with one or more contractors and request revised proposals. FACTOR 1: TECHNICAL. Technical approach will be evaluated based on the extent to which the contractor concisely and accurately discusses the nature of the services being requested a.Technical Excellence – The degree in which the contractor understands the technical requirements of the proposed contract. b. Personnel Qualifications – Contractor shall propose personnel requirements and qualifications, including key personnel and submit resumes for the key personnel. In addition, the contractor shall provide “letters of commitment” or “letters of intent” for the key personnel. The resumes shall describe the qualifications, capabilities, and experience of the proposed key personnel. FACTOR 2: PAST PERFORMANCE Past performance shall be evaluated on a measure of the Government’s confidence in the Contractors ability to successfully perform and meet the objective, based on relevant contracts the Contractor has undertaken within the last 3 years of similar size and scope. The following sub-factors will be evaluated: a.Quality of Product or Service – The degree to which the Contractor can show the ability to meet all service level agreements and ensure customer satisfaction. b.Timeliness of Performance – The degree in which the Contractor meets established schedules or milestones. The Contractor will describe how it will staff the requirements throughout the life of the contract. c.Cost Control – The degree in which the Contractor completes repairs within the established time period. d.Business Relations – The degree in which the Contractor has the ability to maintain a professional working relationship with government staff, be up front with controversial issues even if they are viewed negatively and maintain a high degree of honesty and integrity. In the case of an contractor without a record of relevant past performance or for whom information on past performance is not available, the Contractor will not be evaluated favorably or unfavorably on past performance. FACTOR 3: PRICE— Price will be evaluated based on competition and information supplied in each proposal. In accordance with FAR 52.217-5, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). The Government may determine that an offer is unacceptable if the proposed line items or bottom line price is significantly unbalanced or unjustified. The determination of Best Value will be made by comparing the differences in the value of the non-pricing factors with the differences in the discounted prices proposed. In making this comparison, the Government is more concerned with obtaining superior technical performance than in lowest overall price. However, the Government will not make an award at a significantly higher overall price to the Government to achieve only a slightly superior technical performance. Overall price may be more significant as proposals are determined to be equal based on other non price factors.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f5d01935cd31a35a7372be5e876bcc44&tab=core&_cview=1)
 
Document(s)
Word Version of Solicitation
 
File Name: Word version of solicitation (Nationwide Telephone Maintenance.doc)
Link: https://www.fbo.gov//utils/view?id=2997c409781de1641d956c28b59d215b
Bytes: 134.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Multiple Locations, United States
 
Record
SN01656610-W 20080904/080902215959-f5d01935cd31a35a7372be5e876bcc44 (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.