Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2008 FBO #2475
SOLICITATION NOTICE

58 -- Telephone System and Maintenance

Notice Date
9/3/2008
 
Notice Type
Presolicitation
 
NAICS
334210 — Telephone Apparatus Manufacturing
 
Contracting Office
Department of Commerce, Office of the Secretary, Commerce Acquisition Solutions, Office of the Secretary, 14th & Constitution Avenue NW, Room 6521, Washington, District of Columbia, 20230
 
ZIP Code
20230
 
Solicitation Number
SA1301-8-RQ-0035
 
Archive Date
9/27/2008
 
Point of Contact
Linda Shariati,, Phone: 301-258-4505 x277, Linda Shariati,, Phone: 301-258-4505 x277
 
E-Mail Address
lshariati@doc.gov, lshariati@doc.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The Department of Commerce (DOC), Office of Financial Management's Commerce Business Systems Solutions Center intends to procure a telephone system and maintenance of the telephone system for its facility at 209 Perry Parkway, Suite 5, Gaithersburg, Maryland 20877-2143. In addition to the telephone system, the Government intends to procure planning services associated with the telephone system, installation, training, warranty, and maintenance. This will be a firm fixed price requirement and is set aside for small businesses. It will include four option years of maintenance and five award terms of six months each. Any award term provided to the Contractor will be based on the Contractor's performance during the 12 months of maintenance. The current system is an AT&T Merlin phone system. It will be available as Government Furnished Equipment on an as-is basis and it will be available for trade in credit or allowance. The facility where the telephone system is to be installed is a one-story GSA leased building occupying 21,268 total square feet. There are 192 wire voice jacks and approximately 114 phone sets that are a combination of analog and digital phones. There are 23 pooled analog lines that the main phone system uses for outside access. There are six Polycoms located in conference rooms and two cordless phones. There are five direct connect analog lines. The current telephone system is connected to an Uninterruptible Power Supply with 3 hour uptime. The Contractor shall provide all new hardware and software, including call management software, to install and support a new office telephone system. The current rack space is limited. The Contractor shall provide: mounting hardware such a cabinets and racks for installation in the ADP room; necessary wiring and installation services for all software and hardware; an Uninterruptible Power Supply unit for the phone system; redundancy with an additional single digit phone switch in case of failure; an Uninterruptible Power Supply to keep all new phones operational if main system is out of service; phones that remain operational at all times with minimum features for making and receiving calls; 130 new programmable phones with large text display area; a system whereby moves, additions, and changes can be done by system administrators; initial programming for all telephone numbers in the call accounting system; coordination of all effort with the appropriate vendors regarding Verizon/WITS and establish the necessary communication lines associated with Verizon/WITS for all local carriers PRIs which will provide up to 46 simultaneous inbound/outbound calls; user manuals; hardware and software for the telephone system; and other requirements to be specified in the solicitation. The Government will perform inspection prior to acceptance of the system. The Government inspection will be for a period of thirty (30) days. The Government does not want a Voice Over Internet Protocol (VOIP) system. If a proposal offers a VOIP system, it shall render the proposal technically unacceptable and it will not be evaluated. The Contractor shall, without additional expense to the Government, be responsible for obtaining any necessary licenses and permits, and for complying with any Federal, State, and municipal laws, codes, and regulations applicable to the performance of work. This is a small business set-aside. The Government intends on issuing a Request for Proposal utilizing FAR Parts 12 and 15. A solicitation will be available on or around September 4, 2008. It will be posted to this FedBizOpps announcement. A site visit will be conducted on September 9, 2008 at 209 Perry Parkway, Suite 5, Gaithersburg, Maryland. Offerors are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance. It is anticipated that the solicitation document will be released on or before September 4, 2008 and proposals will be due on September 12, 2008. In response to the solicitation, all responsible sources may submit a proposal that shall be considered by the agency. The anticipated award date is on or before September 26, 2008. North American Industry Classification System (NAICS) 334210 will apply. The small business size standard for NAICS Code 334210 is 1000 employees. This is a small business set-aside. All inquiries should be submitted in writing by e-mail to lshariati@doc.gov. No telephone inquiries will be accepted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3d2ea9d10d52daede51a6b8529a62132&tab=core&_cview=1)
 
Place of Performance
Address: 209 Perry Parkway, Suite 5, Gaithersburg, Maryland, 20877, United States
Zip Code: 20877
 
Record
SN01657600-W 20080905/080903222005-3d2ea9d10d52daede51a6b8529a62132 (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.