Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 24, 2009 FBO #2797
SOLICITATION NOTICE

35 -- Replacement of Norstar Phone System

Notice Date
7/22/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
United States International Trade Commission, Office of Facilities Management, Procurement, 500 E Street, SW, Room 414, Washington, District of Columbia, 20436
 
ZIP Code
20436
 
Solicitation Number
ITC-RFP-09-0005
 
Archive Date
8/21/2009
 
Point of Contact
Janice Ogletree, Phone: 202-205-1838, Myra Lay, Phone: 202-205-2739
 
E-Mail Address
janice.ogletree@usitc.gov, myra.lay@usitc.gov
(janice.ogletree@usitc.gov, myra.lay@usitc.gov)
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: ITC-RFP-09-0005 Notice Type: Combined Synopsis/Solicitation Synopsis: 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. The solicitation notice ITC-RFP-09-0005 is issued as a Requested for Proposal (RFP) to purchase, install and provide maintenance services on a replacement system for the existing Norstar System - Modular ICS. The scope of this requirement includes maintenance of the replacement system, necessary wiring/cabling, all manufactured telephones, ancillary equipment, and all associated management systems. This solicitation document and incorporated provision and clauses are those in effect through the Federal Circular 2005-31. The USITC anticipates awarding a firm-fixed-price contract with optional maintenance years. This RFP due by July 31, 2009, 12:00 p.m. Eastern Standard Time (EST). This requirement is to supply, deliver and install ALL the replacement system components/equipment for the USITC located at 500 E Street, SW, Washington, DC, 20436. Installation will be during regular office hours (0800 - 1700), Monday - Friday unless otherwise approved by the Contracting Officer's Technical Representative (COTR). The complete Statement of Work (SOW) is included in this combined synopsis/solicitation stated below: Statement of Work for the replacement of the Norstar System - Modular ICS Background: The United States International Trade Commission (USITC or Commission) is seeking a vendor capable of replacing the current Norstar System - Modular ICS (running software version MICS 1.1 (NA\CDA\USA) with a similar/like system. Currently, the USITC has five key-system-units (dispersed over 7 floors) in operation housing approximately 250 Centrex phone lines. A mixture of Nortel 7208 (majority), 7310 and 7324 phone sets are in use. The USITC is not interested in a voice over internet protocol solution. The system does not require a voice mail system. The services required include: All communications installation work will be completed to standard code and also applicable fire and safety codes. Vendor will assume that building infrastructure (cabinets, patch panels, wall jacks, grounds and AC power/UPS) will be installed and adhere to installation practices outlined on line 1 above. The vendor shall engineer/design a complete turnkey telephone system for USITC, provide, install, program and test the system, to include. X. The replacement system will be installed in an unclassified server rack located in the server room located at the 500 E Street SW, Washington, DC location. X. System power requirements: 110V AC, and if possible, dual AC power supplies. X. System must have the capability to complete local, toll, and long distance and international calls. X. Vendor must connect system to already installed dedicated Cat 6 patch panels via blue Cat 6 patch cords. Patch panels are located in the east and west end closets on each floor of the building. X. Vendor will provide all applicable technical manuals and documentation required to operate system. This includes on-site training to both users and system administrators. The system shall include 1 year hardware and software maintenance and support. Hardware support shall include replacement and installation of any defective hardware. Software maintenance and support shall include patches, updates, fixes, and technical support to maintain the operation of the system. The contractor shall provide support during the Principal Period of Maintenance, which is Monday through Friday 8am to 6pm Eastern Standard Time. X. Replacement system must be compatible with Octel 250 voice mail messaging system X. Telephone sets must be equipped with a message waiting indicator light. System must be able to trigger message waiting indicator light on the telephone set. X. Disconnect, Remove and dispose of existing Norstar System - Modular ICS X. System must allow for the retention of current phone numbers. X. System must be expandable and able to upgrade to voice over internet protocol. X. Quality phone sets that can be desk or wall phones, have speakerphone, mute, transfer, time of day, caller ID, 8, 10 or 24 lines.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USITC/ITCOFM/ITCOFMP/ITC-RFP-09-0005/listing.html)
 
Place of Performance
Address: United States International Trade Commission, 500 E Street SW, Washington,, District of Columbia, 20436, United States
Zip Code: 20436
 
Record
SN01883803-W 20090724/090722235734-24175c345cd4e602d79e87139ebd793e (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.