Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2010 FBO #3022
SOURCES SOUGHT

D -- Relocate Chaco Culture National Park phone system and setup wireless bridge for network and VOIP during Visitor Center/HW remodel based on SOW

Notice Date
3/2/2010
 
Notice Type
Sources Sought
 
Contracting Office
IMR - MABO - Santa Fe Major Acquisition Buying Office P.O. Box 728 Santa Fe NM 87504
 
ZIP Code
87504
 
Solicitation Number
E7400100011
 
Response Due
3/10/2010
 
Archive Date
3/2/2011
 
Point of Contact
Debbie Kahawai Contract Specialist 5059886824 debbie_kahawai@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
This is a Notice of Intent to procure a single source contract with Hi Country Wire and Telephone Ltd, 11645 W 62nd Place, Arvada, CO for relocating Chaco Culture National Historical Parks phone system and setup wireless bridge for Chaco network and VOIP during visitor center/HQ remodel based on Statement of work.The anticipated award date is March 10, 2010 under NAIC 517919. The period of performance 30 days. The value of the contract is expected to be approximately between $25,000 - $50,000. Hi Country Wire and Telephone Ltc installed the equipment that is being relocated and the government could lose the warranty on telecom equipment for which it has already paid. The contract will be awarded pursuant to FAR6.302-1 Only one responsible source and no other supplies or services will satisfy agency requirements.This notice is for informational purposes only. This is not a request for competitive proposals; however, all responsible sources may submit a capability statement, which, if received within five days of this notice's publication it will be considered for future opportunities. Information received will be considered solely for determining whether to conduct a competitive procurement. NATIONAL PARK SERVICE (NPS)INTERMOUNTAIN REGIONChaco Culture National Historical Park (CHCU): Telecom System RelocationSTATEMENT OF WORK (SOW) GENERAL: This statement of work issued by the National Park Service is for relocation of the existing telecommunication system and Telephone sets at Chaco Culture NHP. This scope of work will describe the minimum level of performance required by the government. BRAND NAME JUSTIFICATION:Nortel - The government is requiring Nortel because this system is already in place and it is just being relocated. Cisco - The government is requiring Cisco because these systems are used widely throughout the region and in this park. Installing equipment from the same manufacturer makes easy support for the parks due to being uniform. It also saves the government money in the form of training, due to the fact government IT employees requires training on fewer platforms to be effective. LOCATION: Chaco Culture National Historical Park1808 Road 7950Nageezi, NM 87037 SITE VISIT: 1.1 INTRODUCTION A site visit is not required. 1.2 REQUIREMENTS AND SPECIFICATIONS: 1.2.1 SCOPE - STATEMENT OF WORK The scope of this contract includes:CHCU:1.2.1.A. INFRASTRUCTUREInstall six-strand multimode armored fiber with 'SC' connectors and 25 pair copper telecom cable between the existing Maintenance Building and the Temporary Admin Building, (the trailer that will be put closest to the existing maintenance building). Also install six-strand multimode armored fiber with 'SC' connectors and 25 pair copper telecom cable between the temporary Yurt and Temporary Interp trailer. Install 10 pair copper telecom cable from MDF to contractor RV through conduit to be installed by government. Also install wiring within the trailers and Yurt to meet the specifications below in 1.2.1.C. All exterior fiber and copper must be above ground. The complete length of above ground cabling which is in contact with the ground must be covered in a Speed Bump with cable channel for concrete constructed of recycled plastic which does not leach chemicals, resists rotting, termite damage and corrosion. The words "Watch Your Step" must be clearly visible on both slopes of the speed bump, centered for every ten (10) feet, taking up the entire length of the speed bump. The speed bump must be heavy enough to withstand the flow of rain and the force of wind. The speed bumps CANNOT be staked into the ground. Vertical portions of fiber and copper cabling must be concealed form site within conduit which matches the color of the exterior of the trailers and Yurt respectively. 1.2.1.B.WIRELESSInstall the ruggedized Cisco Aironet 1300 Series Outdoor Access Point/Bridge, and configure it as bridge between the existing maintenance building and the trailer nearest to the Yurt. Ensure all security measures are activated and meet DOI requirements. The elements shall be mounted on the two buildings in such as way as to maximize speed and reliability, but must not detract from the aesthetics of the site Work with government IT personnel to ensure the link is up, stable, and reliable. HCWT employees are not responsible for programming NPS data network switches, servers, or computers. However, they are responsible for installing, programming, and testing telecom equipment which derives signal from the wireless link directly or indirectly. 1.2.1.C.TELECOMRelocate and program the existing BCM 50 and expansion unit(s) at the Headquarters building to the new Maintenance building. Remove digital phones from the existing Visitor Center and be prepared to relocate them to other buildings in the park's work space. Install one (1) data drop, one (1) Nortel 1230 VoIP phone and two (2) analog lines in the new Yurt; six (6) data drops, five (5) Nortel 1230 VoIP phones and six (6) data drops in the new Interp trailer; and eight (8) data drops, seven (7) Nortel 1230 VoIP phones and one (1) analog line in the new Admin Trailer. Install up to four (4) phones in the contractor's area reusing existing digital sets, licensing, extensions, and v-mail. Ensure telecom systems within CHCU are tied together and working as a unified network. Installation includes local service, long-distance (pic'd to Verizon), any cross connects, voicemail, additional licenses, and porting all numbers and programming them into the new switch(s). Activation of all phones and voicemail boxes. Providing required licensing and tying both BCMs together so they can both be managed from the Headquarters area using Graphic User Interface (GUI) capability. The BCM 50 will be rack mounted in the IT room on the HQ Complex. Lightning protection for all components must be to the maximum. Provide VoIP licenses and mailbox licenses for phones. Provide required number of at least 10/100 speed Layer two switches for VoIP sets. VoIP sets and switches will use non-routable 192.168.x.x IP scheme when installed and be separate from the BAND network routing scheme. Provide the required number of trunks to support the sets. All BCMs will use analog trunks to connect to the local provider unless otherwise stated. Provided the proper type and number of Gigabit Interface Cards (GBIC) as required. Provide licenses and mailbox licenses per the quantities described above. Activation of all phones and voicemail boxes. Setting and programming auto-attendant, and provide training on how to change / program auto attendant to administrator. Provide management software and training to administrator. Programming all trunks (as applicable). Resolve potential voice quality issues such as echo, static, etc. Test all phone, fax lines to ensure operability. Test all new Internet connections to ensure operability. Providing cabling / wire diagrams, as-built diagrams, and user manuals. (Provide a copy of IP scheme, and as built diagram to the system administrator and Regional Telecom Manager). Label the new cabling. Provide user and administrator training. Warranty for all equipment. OPTIONAL ITEMS: Provide pricing options for a 1, 2, and 3 year Maintenance Plan. 1.2.2 APPLICABLE STANDARDS AND REGULATIONS The Contractor shall conform to, and be compliant with all applicable Federal Communications Commission (FCC) rules and regulations, and established industry standards. The standards shall be applied during the engineering, fabrication, assembly, wiring, installation, testing, operation, maintenance and management of the system(s) or service(s). If a conflict arises between standards, the Contractor shall submit written requests for clarification citing the specific particulars to the Contracting Officer. The Contracting Officer will respond with written direction. 1.2.3 BUILDINGS AND PERMITS The Contractor shall restore walls, ceilings, and floors that are damaged by their employees and subcontractor(s) to the appearance that existed prior to the work being performed. The Contractor is also responsible for cleanup, removal and disposal of any debris associated with their installation of equipment and restoration of the building if damaged. Access to buildings and equipment will be monitored by on-site personnel. 1.3 CONTRACT TYPE. This contract shall be a firm fixed price contract. 1.4 NUMBERING AND DIAL PLAN 1.4.1 TOLL RESTRICTION AND FRAUDThe system(s) provides toll and carrier code restriction (access code plus 1+, 0+, 011+, and 1010XXX) for individual station users and trunk routes subject to class-of-service restrictions and authorizations. Set general system, trunk, voice mail, automated attendant, station and maintenance facility software parameters and change passwords to prevent toll fraud. Provide toll fraud prevention information as an element of training and customer service representative services. 1.4.2 LEAST COST CALL ROUTINGThe system shall automatically route outgoing "8" level, "9", AND 1+ calls via the most economical circuit routing available consistent with originating station authorization. 1.4.3 BLOCKING OF SELECTED NUMBERSThe system(s) shall block originating calls consistent with the originating stations class-of-service to selected telephone numbers, and individual station numbers as specified by the Government. For example, the system will block 900 and 976, etc. The system will allow all 9+1+800 calls and 9+1010XXX carrier access dialing consistent with the originating station's class of service. The system(s) shall screen on the access code plus up to ten (10) digits for outgoing call restriction. 1.5 SERVICE INTERRUPTIONS There shall be no scheduled interruptions of existing service for system changes, upgrades, etc. without prior consent of the NPS. The NPS shall be notified as far in advance as possible of any scheduled interruptions by the Contractor, but no less than 24 hours prior to the planned interruption. A.The Contractor shall inform the Government as soon as it is known that there may be an occurrence which may result in an interruption of service. B.The Contractor shall be responsible for the cost of service visits of outside telecommunications vendors when a system(s) malfunction is determined to be in the CPE system(s) and not in outside telecommunications vendor provided equipment, and/or the service visit was initiated by the Contractor's representative. 1.6 INVOICES Invoices must show item part number to show proper Nortel GSA purchasing sources were used for parts. 1.7 POINTS OF CONTACTNOTE: The contractor shall immediately bring problems or potential problems affecting performance to the attention of the COR and Project Manager. Problems affecting a particular action should be resolved prior to starting the specific task. Verbal reports will be followed up with written reports when directed by the COR, or Contracting Officer. Organizational Project ManagerGrady Griffith Contracting Officer's Representative (COR)Justin McDonald NPS Contracting OfficerDebbie Kahawai ADMINISTRATIVE SECTION 2.0 SPECIAL TERMS AND CONDITIONS 2.1 PRIVACY ACT. Work on this project may require that personnel have access to Privacy Information. Personnel shall adhere to the Privacy Act, Title 5 of the U.S. Code, Section 552a and applicable agency rules and regulations. 2.2 PERSONAL SERVICE. The client has determined that use of the contract to satisfy this requirement is in the best interest of the government, economic and other factors considered, and this contract is not being used to procure personal services prohibited by the Federal Acquisition Regulation (FAR) Part 37.104 titled "Personal services contract". 2.3 SECURITY. The work itself is unclassified. However, work on this contract is in government facilities and involves data network / telecom equipment. Therefore, the Government retains the right to request removal of contractor personnel, regardless of prior clearance or adjudication status, whose actions, while assigned to this contract, clearly conflict with the interests of the Government. The reason for removal will be fully documented in writing by the Contracting Officer. When and if such removal occurs, the contractor will, within five (5) working days, assign qualified personnel to any vacancy(ies) thus created. The Government also retains the right to require an escort of contractor employees within sensitive / classified areas if the Government deems it is required. The Contractor will be notified in writing in the event this is required. 2.4 KEY PERSONNEL.It is required that Nortel certified personnel perform the work, and copies of their certifications must be submitted to the government with the vendor proposal. NOTE: Key personnel may not be added nor removed from the task without express approval of the Contracting Officer. 2.5 PAYMENT PROCEDURES & STATUS REPORTELECTRONIC INVOICING.All invoicing will be done per procedures to be determined by the Contracting Officer at the time of award. Failure to comply with the procedures may result in your payment being delayed. 2.6 GOVERNMENT FURNISHED ITEMS. The Government will provide the following:Conduit with pull-string for the 10 pair copper line between MDF and Contractor's temp office. 2.7 CONTRACTOR FURNISHED ITEMS. All: Hardware, Software, Cabling, Wiring, Conduit, patch cables and tools. 3. PROPOSAL SUBMISSION. 3.1 GENERAL INSTRUCTIONS.Submission of an itemized proposal will be submitted electronically via email. Requests for clarification or questions regarding the SOW must be submitted within 5 calendar days of receiving the SOW. Submission of the complete itemized proposal will be submitted electronically in word document format and must include a narrative describing how work will be completed to: contracting officer. JUSTIFICATION AND APPROVALFOR OTHER THAN FULL AND OPEN COMPETITION 1. Identification of the agency and the contracting activity: National Park Service - Chaco Culture National Historic Park, Denver MABO 2. Nature and/or description of the action being approved: The telecom system that provides voice service and voicemail to the park needs to be relocated as a result of renovation of the Visitor Center. 3. A description of the supplies or services required to meet the agency's needs (including the estimated value): The services required are the disassembly, migration, and re-installation of the Business Communication Module, Integrated Voice mail, switches and phones. Additionally, the system has to be configured with a compatible wireless device since the new trailers do not have cabling to supply data or telecom. Estimated value is between $25,000 and 50,000 4. Statutory Authority (FAR 6.303-2(a)(4)) 6.302-1 - Only one responsible source and no other supplies or services will satisfy agency requirements. 5. A demonstration that the proposed contractor's unique qualifications or the nature of the acquisition requires use of the authority cited: This park is basically paying for the phone project twice due to the sequence in which the work has been done. It is inefficient and costly. However, with the initial project the park paid for a 15 month warranty. If another contractor comes in and works on / moves the system the park loses that 15 month warranty. Making this a sole source acquisition allows the government to keep the 15 month warranty and thus decreases the inefficiency slightly. 6. A description of efforts made to ensure that offers are solicited from as many potential sources as is practicable, including whether a notice was or will be publicized as required by Federal Acquisition Regulation (FAR) Subpart 5.2, and, if not, which exception under 5.202 applies: We have made no attempts to solicit from other potential sources. We contacted the vendor who did the original work (who still holds our warranty), and we were informed that if another company performs the work done for this contract the warranty for which the government has already paid will be null and void. Since the work required for this contract is directly related to the previous contract under which goods and services were purchased by the government and those services will be adversely effected if another company performs the work exception (11) listed in 5.202 of the Federal Acquisition Regulation (FAR) applies in this case. 7. A determination by the contracting officer that the anticipated cost to the Government will be fair and reasonable, and the basis for that determination: The costs to the Government is considered fair and reasonable based on Previous purchase of these items and Contracting Officers knowledge. 8. Any other facts supporting the use of other than full and open competition FAR 6.303-2(a) (9)): This acquisition in non-Competitive form is advantageous to the government. It can be implemented on an expedited timeline, without risk to park wide communications and emergency response. 9. A listing of sources, if any, that expressed, in writing, an interest in the acquisition: Hi Country Wireless and Telephone, Arvada CO 10. A statement of the actions, if any, the agency may take to remove or overcome any barriers to competition before any subsequent acquisition for the supplies or services required: From the requestor's perspective there are no barriers to overcome in order to make this a non-competitive procurement. We did not look at other vendors. Please refer to paragraph (5) for an explanation. CERTIFICATIONS: I, hereby, certify that this requirement does not exceed the Government's minimum needs or scheduled requirements, and that the basis for award under other than full and open competition is complete and accurate to the best of my knowledge and belief: _______________________________________ ______________________________ Requisitioner's Signature Date I, hereby, certify that this justification for other than full and open competition is accurate and complete to the best of my knowledge and belief: _______________________________________ ______________________________ Contracting Officer's Signature Date
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/E7400100011/listing.html)
 
Place of Performance
Address: Chaco Culture National Park1808 Rd. 7950Negeezi, NM 87037
Zip Code: 87037
 
Record
SN02080963-W 20100304/100302235516-99255d819d2581d0a2832cfe0d223cb9 (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.