Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2009 FBO #2812
SOLICITATION NOTICE

59 -- Upgrade/Expansion of the Voice Network (VN) System (Voice System (VS)) at the Veterans Affairs Medical Center Fayetteville, AR locations

Notice Date
8/4/2009
 
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-0018
 
Response Due
9/3/2009
 
Archive Date
10/3/2009
 
Point of Contact
Eleanor SlocumContract Specialist<br />
 
E-Mail Address
Contract Specialist
(Eleanor.Slocum@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 the upgrade/expansion of the existing Siemens HiPath 4000 digital/analog Voice Network (VN) system (Voice System (VS)) at the Veterans Affair Medical Center (VAMC) Fayetteville (AR) location, Clinic locations in Metro Fayetteville, and Outpatient Clinics (OPCs) in Mt. Vernon (MO), Branson (MO) & Ft. Smith (AR) and Voice over Internet Protocol (VoIP) operations at Metro Fayetteville-located business offices. The Voice Network components offered for this upgrade/expansion in this procurement shall be fully electronically, logically (software) and physically compatible with the existing HiPath 4000 and associated Internet Protocol Distributed Architecture (IPDA) remote shelves. It is required that the upgrade/expansion of the existing Voice Network HiPath 4000 be provided at the Main VN Site at the Medical Center campus; the existing HiComm 300 Mod. 30 Mt. Vernon MO site; the existing HiPath 3700 Metro-Fayetteville Clinic site (Sunbridge); and the existing HiPath 4000 IPDA site in Branson MO. There shall also be an additional survivable IPDA required at the Ft. Smith (AR) OPC to replace existing leased voice transport services. The contractor shall be responsible for meeting the contract specifications for the VA. The VN equipment shall operate in accordance with the manufacturer's commercial specifications. It shall be designed and constructed to give a 99.9 Mean Time Between Failure Rate and a VoIP service grade of 99.999. The basic requirement is for upgrade/expansion of an existing on-premise, digital/analog Voice Network system based on the Siemens HiPath 4000 platform. The existing Siemens Phone Mail system shall be replaced with a Siemens Xpressions voice mail system. The existing Automated Attendant (call processing) System and Automated Call Distribution system shall be replaced by Interalia XMU chassis and Siemens ProCenter respectively. Call Detail Recording (CDR) functionality shall be migrated to the existing VISN 16 centralized CDR system. Trunk Traffic Analyses (including VoIP trunks) functionality is already accomplished through inclusion with the existing VISN 16 Centralized Traffic Analysis function. Voice over Internet Protocol (VoIP) functions are already supported for both trunks and end user devices, but the existing channel capacity of VoIP components is required to be increased. The contractor will be responsible for Warranty, Maintenance and Follow-on Services for a period of twelve months after acceptance. Warranty 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. Routine Follow on services include moves, adds and changes. The prime contractor shall provide documents certifying its VN system installation, maintenance and follow-on service personnel are Original Equipment Manufacturer (OEM) trained and certified on the type of systems to be installed at the VAMC. Additionally, the contractor is responsible for insuring that all system maintenance personnel dispatched to the VA for system maintenance are manufacturer trained. 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-0018 and will be issued on or about 10 August 2009. An award date no later than 22 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/06e1a19cc9e90a8cf6382824b1cab57f)
 
Place of Performance
Address: VA Medical Center (VACM) Fayetteville;1100 North College Avenue;Fayetteville, AR 72703<br />
Zip Code: 72703<br />
 
Record
SN01898208-W 20090806/090804235607-06e1a19cc9e90a8cf6382824b1cab57f (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.