Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2009 FBO #2811
SOLICITATION NOTICE

59 -- Replacement Telecommunications System VAMC

Notice Date
8/3/2009
 
Notice Type
Presolicitation
 
NAICS
517911 — Telecommunications Resellers
 
Contracting Office
Department of Veterans Affairs, VA Technology Acquisition Center, VA Technology Acquisition Center, Department of Veterans Affairs;Technology Acquisition Center;260 Industrial Way West;Eatontown NJ 07724
 
ZIP Code
07724
 
Solicitation Number
VA-798T-09-RQ-0015
 
Response Due
8/12/2009
 
Archive Date
10/11/2009
 
Point of Contact
Erica Wortman<br />
 
E-Mail Address
Contract Specialist
(erica.wortman@va.gov)
 
Small Business Set-Aside
N/A
 
Description
The Department of Veterans Affairs, Office of Acquisition and Logistics, Technology Acquisition Center has a need for a customizable solution for a digital/analog voice telephone system as a Voice Switch (VS) with Voice over Internet Protocol (VoIP). The VS shall encompass all common equipment and peripheral equipment necessary to install a complete digital/analog voice telephone system, including all peripheral devices. The VS will be purchased to satisfy the digital/analog voice requirements of the Department of Veterans Affairs Medical Center Asheville in Bedford, Massachusetts. The system architecture may be either centralized or distributed. A distributed system shall be star architecture. Each node shall be capable of processing telephone calls separately if detached from a group of distributed nodes. The VS equipment shall operate in accordance with the manufacturer's commercial specifications and shall be designed and constructed to give a 99.9 Mean Time Between Failure Rate per annum and a VoIP service grade of 99.999 per annum. The objective of this acquisition is to replace the thirteen year old outdated VA-owned telephone system with a system that will accommodate both voice and data needs of the medical center over the next ten-year period. The proposed system will be digital touch-tone with direct out-dial from any unrestricted station to any central office trunk or FTS-2001/Network access line. Incoming FTS-2001 calls will be able to direct dial all stations. ISDN will be installed to provide data, video and Automatic Number Identification (ANI) applications to the desktop, in conjunction with Open Applications Interface (OAI). This advancement will allow the integration of Computer/Telephony technologies, Telecommunication Management System (TMS) and voice mail/auto attendant will be standard features. All systems associated with the telephone system will have a single point of entry (SPE). All designated restricted stations shall have outside line access through the operator's console. All unrestricted stations will have standard features of call pickup, call transfer, call forwarding, call queuing, consultation hold, callback/ringback, music on hold, station conferencing, automatic number identification, station-to-station call waiting, and call park. Telephones will have access to station and system speed dialing. The basic functional requirement is for a commercially available, on-premise, digital/analog voice VS with attendant console(s). Attendant console and/or PCs, with monitors and keyboards shall be provided and support automated directory access. Voice mail, Automated Attendant, Automatic Call Distribution (ACD), and call detail reporting are required. Voice over Internet Protocol (VoIP) functions shall be supported for both trunks and end user devices. The necessary interfaces, to include hardware and software, to support wireless functionality shall be provided. Wireless functionality shall be supported. The VS shall be designed to provide continuous intra-VA voice and data service. Loss of connectivity to the Local Exchange Carrier (LEC) central office shall not affect the intra-VA capability. The VS system shall provide Intra-VA facility station-to-station direct dialing, Direct Out-Dial (DOD) from any unrestricted station to any CO Trunk, FTS access lines, IP trunk and tie lines with the ability to direct dial all VS stations without attendant assistance, and incoming calls from FTS-2001 access lines. Restricted stations shall have access to outside lines through the operator console. All unrestricted voice stations will have access to all features, functions, CO trunks, IP trunks, FTS access lines, tie lines, all toll-free numbers, and long distance directory assistance. A minimum of 20 class-of-service (COS) restrictions shall be provided. These restrictions may be applied individually or in combination and be determined by individual telephone number service requirements. The system will provide all station users with a standard feature package. The standard features will include the following: Line Hunt Capability; Consultation Hold; Call Transfer; Call Pick-Up; Call Forwarding (Follow Me); Call Forwarding (Busy/Don't Answer); Call Queuing; Callback/Ring back; Music on Hold; Station Conferencing; Automatic Number Identification; Call Waiting; Call Park; Universal Night Answer Service; and Least Cost Routing (LCR). The contractor will be responsible for installation of the VS and for Warranty, Maintenance and Follow-on Services for a period of twelve months after acceptance. Warrancy services shall include a guaranteed 2-hour response time 24 hours by 7 days to all emergency maintenance calls and a 24 hour response time for routine maintenance. Follow on services include moves, adds and changes. The contractor shall provide a dedicated, on-site (40 hour/week) factory trained and certified technician for the warranty period on the type of system/sub-systems to be installed at this VA site who will also be responsible for performing routine/preventative maintenance on the VS and performing moves, adds, changes requested by the VA site during the core hours 8:00 AM to 4:30 PM, Monday through Friday, excluding Federal holidays. A site visit is encouraged. Offerors or quoters 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, to the extent that the information is reasonably obtainable. This is to be a 100 % SERVICE-DISABLED VETERAN-OWNED BUSINESS (SDVOSB) set-aside. Deliverables are to be FOB Destination with Inspection/Acceptance FOB Destination. The NAICS Code for this procurement is 517911 with the corresponding small business size standard of 1500 employees. The solicitation number assigned to this effort is VA-798T-09-RQ-0015 and will be issued on or about 12 August 2009. An award date no later than 30 September 2009 is desired. All responsible sources may submit a proposal which shall be considered by the agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/01973eb0429cf6e07cbc3f5d86e0fa94)
 
Record
SN01897036-W 20090805/090803235551-01973eb0429cf6e07cbc3f5d86e0fa94 (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.