Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2009 FBO #2813
SOLICITATION NOTICE

58 -- Replacement Telecommunication System for the North Chicago VA/Navy Federal Health Care Center

Notice Date
8/5/2009
 
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-0014
 
Response Due
9/5/2009
 
Archive Date
11/4/2009
 
Point of Contact
Richard WortmanContract Specialist<br />
 
E-Mail Address
Contract Specialist
(richard.wortman2@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 System (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 Integrated Department of Veterans Affairs/Navy Federal Health Care Center (FHCC) North Chicago Veterans Affairs Medical Center (VAMC) in North Chicago, Illinois (60064). The system shall fully integrate LAN/WAN and operate without loss of features or functionality with existing Veterans Integrated Service Network (VISN) 12 Veterans Affairs (VA) facilities. The existing VA facilities shall be upgraded with the most current software release available from the original equipment manufacturer at cutover of the new North Chicago VS. The North Chicago VS shall also include seven remote Navy health clinics not collocated with the main FHCC campus. These seven remote clinics will be identified in the solicitation requirements. Any systems to be installed in these remote clinics will have full connectivity between any other clinic and the FHCC main campus. All exact VA, Navy, clinic, campus and remote locations will be specified in the solicitation. 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 ten year old limited capability VA-owned telephone system with a system that will accommodate voice needs of the VA and Navy 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 Federal Telecommunications System (FTS) access line. Incoming FTS 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. VoIP/SIP applications will have expanded utilization and it will provide an enhanced Code Adam capability. 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 system 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. 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 shall interoperate fully with the Local Exchange Network, FTS 2001 and Networx Intercity Network, Interexchange Carriers, Integrated Services Digital Network Primary Rate Interface/Basic Rate Interface (ISDN PRI/BRI), Internet Service Provider (ISP) and VISN Area Network (VAN). The VS shall also provide all stations with the ability to direct dial other telephone stations within the VA, the commercial telephone network, tie lines, and FTS 2001 and Networx telephone numbers without attendant assistance, direct-in-dial (DID) service to select stations, as well as provide dual tone multi-frequency (DTMF) telephone instruments for both intra-VA site and external-VA calling, and universal answer from remote points. The VS will provide direct access to trunk level equipment in compliance with existing National Communications System (NCS) Federal Telecommunications Recommendations (FTR) 1090 publication, T-1 carrier type services, and be capable of accepting a mixture of trunk types at the attendant console and extending calls received via these trunks to station users. 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. A complete on-site Telecommunications Management System (TMS) shall be provided and include all necessary hardware, software, and interconnections to the VS. The VS 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, Line Load Control, Telecommunications Management System (TMS), Automated Attendant, Voice Mail Service, Automatic Call Distribution, Interactive Voice Response, Meet-Me Page Access, VOIP. The desired cutover date for the VS is seven (7) months after the contractor receives the notice to proceed. 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 final acceptance of the VS. 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. Follow on services include moves, adds and changes. The contractor shall provide a dedicated, on-site (40 hour/week) factory trained and certified voice/data cable installer 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 all station voice/data/cable/jacks/patch panels to be installed at the site 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-0014 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/2ea78be918f23e858a535d271b766953)
 
Record
SN01900630-W 20090807/090806001715-2ea78be918f23e858a535d271b766953 (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.