Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 21, 2010 FBO #3100
MODIFICATION

J -- NEW YORK- N.Y. TELEPHONE AND SYSTEMS MAINTENANCE

Notice Date
5/19/2010
 
Notice Type
Modification/Amendment
 
Contracting Office
NER - GATE Gateway National Recreation Area 210 New York Ave. Staten Island NY 10305
 
ZIP Code
10305
 
Solicitation Number
Q1940100104
 
Response Due
5/27/2010
 
Archive Date
5/19/2011
 
Point of Contact
Yeny A. Reyes Contract Specialist 2123633206120 Yeny_Reyes@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 MODIFICATION IS BEING ISSUED DUE TO THE FOLLOWING REASONS: a. ADD ADDITIONAL CLAUSES: 1. 52.217-8- Option to Extend Services 2. 52.217-9- Option to extend the Term of the Conract 3. 52.217-5 Evaluation of Options 3.. 52.216-31 Time and Materials/Labor-Hour Proposal Requirement-Commercial Item Acquisition This is combined synopsis/solicitation 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. This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-41. This solicitation is a total small business set-aside, NAICS 811213, with a small business size standard of $7.0 million dollars. The National Park Service encourages the participation of small, disadvantaged, and women-owned businesses. The Government intends to issue a firm-fixed price contract to the responsible offeror whose total offer represents the best value for the Government, price and other factors considered. Prices must include all costs for all work as shown. Statue of Liberty N.M./Ellis Island, N.Y. has a requirement for Telephone and Systems Maintenance for a base period of four months plus 4 years option period. Please review the Statement of Work and submit pricing in accordance with the attached Bid Schedule. Please submit with your proposal: Three (3) References of similar services performed in last three years. FAR provisions/clauses listed below apply. This information is available on the Internet at http://www.arnet.gov/far. FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, with paragraph (b) clauses indicated by number 8, 18, 19, 21, 22, 24, 31, 38, and paragraph (c) clauses indicated by number 1, 2, 4.. Service Contract Act applies to this procurement and in accordance with WD 05-2376 (Rev.-8)08/04/2009. The deadline for receipt of quotes is May 27, 2010 at 12:00 noon, local time. Quotes may be submitted on letterhead or the Standard Form 1449. Submit quotes to: Contracting Officer, Statue of Liberty N.M. Ellis Island/Receiving Office, Jersey City, N.J. 07305. Or by FAX to (212) 363-8343 or by e-mail at yeny_reyes@nps.gov. The official combined synopsis/solicitation is posted at http://ideasec.nbc.gov. Amendments to the solicitation will be posted in the same manner as the solicitation; it is your responsibility to monitor the website. The government reserves the right to cancel this solicitation. Please submit all questions by email to yeny_reyes@nps.gov. WORK TO BE PERFORMED: Statement of WorkMaintenance of Telephone and Associated SystemsNational Park Service - Ellis Island and Liberty Island 1.INTRODUCTIONThe specifications in this Statement of Work (SOW) cover the maintenance services that must be provided for the National Park Service's telephone and associated systems on Ellis Island and Liberty Island. Each island has its own NEC NEAX2000 IVS PBX, and the two are networked together by CCIS via a T1 link. The telephone systems were originally installed in the summer of 1999. There are no direct outside trunks on the Liberty Island switch; instead the trunks on the Ellis Island switch carry all outside calls. Centralized voice mail and call accounting systems serving both telephone systems also reside on Ellis Island. The voicemail system was upgraded to a NEAX AD-64 in late 2005, and the call accounting system is TAPIT for Windows. All inbound calls to both islands are answered by the Auto-attendant on the AD-64. Component details of each system are given elsewhere in this SOW. Since personnel are on Ellis and Liberty Islands twenty-four hours per day, it is imperative that the telephone and associated systems be kept in good working order, and that malfunctions be dealt with promptly. 2.SCOPEThe components of the systems listed in this SOW, plus their software and interconnections must be covered by the maintenance services. This SOW and the contract line items provide for two types of service. One type of service required is remedial maintenance, why is broken down into two categories of major and minor malfunction. The primary difference between these two categories is response time. Major malfunctions require a response time of two to four hours 24 hours a day, seven days a week. Minor malfunctions require a 24 hour response time Monday through Friday during normal business hours which for the purpose of this SOW is determined to be between the hours of 8:00 AM and 5:00. The second type of service is to cover routine actions such as equipment moves, additions or changes. To support these two types of services the contractor will provide pricing under an Indefinite Delivery/Indefinite Quantity contract. Remedial maintenance will be provided under a per call pricing with separate pricing for major malfunction calls broken out by; normal duty hours, outside normal duty hours Monday - Friday; and weekends and holidays. Minor malfunction will have just one pricing structure since it is planned that these will only be required during duty hours. The government will place an order for 8 hour at the time of award; which will provide the contractor a guaranteed minimum for the contract. 2.1.Remedial MaintenanceThe vendor must provide remedial maintenance services, which are defined as maintenance services performed on an unscheduled basis when there is an equipment or software malfunction. Repair or replacement of a malfunctioning component is the responsibility of the vendor.2.1.1.Service AvailabilityThe vendor's service organization must be reachable and available 24 hours per day, every day of the year, to deal with system malfunctions. The vendor must provide a specific contact telephone number for customer reporting of system problems.2.1.2.Major MalfunctionA major malfunction is defined as a malfunction that materially affects a system's call processing capability, and includes, but is not limited to:"the failure of any system feature required for call processing"a malfunction affecting 10% or more of the stations on Ellis Island or 15% or more of the stations on Liberty Island."a malfunction affecting 15% or more of the lines in any of the trunk groups on either switch, except that a failure affecting a lesser percentage of lines that materially affects call processing (e.g. the lead number in a hunt group) is also a major malfunction2.1.3.Minor MalfunctionA minor malfunction is any malfunction not defined as a major malfunction.2.1.4.Response Times2.1.4.1.To Major MalfunctionThe vendor must make a best effort to respond within two hours, and in no case greater than four hours to a trouble call placed concerning a major malfunction. It is recognized that there may be some delay in getting onto Ellis Island or Liberty Island. Therefore, depending upon the circumstances and arrangements made, the four hour maximum will be from the time the trouble call was placed to the time the vendor's technician(s) arrive at:"the guard house (Post 4) to the entrance of the bridge connecting Ellis Island to Liberty State Park, or"the commercial ferry service at Battery Park, or"the guard house (MIO) near Battery Park where the National Park Service boats depart2.1.4.2.To Minor MalfunctionMaximum vendor response time after a trouble call has been placed concerning a minor malfunction must be less than 24 business hours.2.2.Moves, Additions, and ChangesAt the request of the National Park Service, the vendor must provide labor and materials to effect moves, additions, and changes to the systems. The vendor must provide a rate schedule of labor charges and the days and times at which they apply. This rate schedule must include the charges for on-site labor during and outside normal business hours, as well as for weekends and holidays. In addition, the rate schedule must include the charges for work done through remote access and the days and times at which they apply.2.3.Technical SupportThe National Park Service currently performs some tasks on the systems relating to administration, moves, additions, and changes. From time to time questions arise while performing these activities. The vendor is expected to cooperate in responding in a timely manner to occasional reasonable requests for information without charge. 2.4.Remote AccessThe vendor must have the capability for remotely accessing the PBX's and the voice mail system for diagnostic, maintenance, and administrative purposes. Remote access must be part of the vendor's normal operating procedures with its customers. The Ellis Island and Liberty Island systems are currently configured to allow for remote access. 3.OTHER REQUIREMENTS3.1.Authorized DealerThe vendor must maintain status as an authorized NEC dealer and the vendor's technicians must be certified to work on all of the Ellis Island and Liberty Island system components, including the voicemail system.3.2.Component Provision, Replacement, and UpgradeAll component hardware or software supplied as replacements during remedial maintenance or as part of an upgrade, expansion, or other change must be new standard parts. Components that are no longer manufactured, and for which there are no approved substitutes, may be replaced by refurbished parts so long as they are clean, in good physical condition and function to specification. Replacement components must be of equal or better quality than those being replaced.3.3.Component AvailabilityThe vendor must stock or have access to all critical components of the systems. These must be kept in locations where they can be quickly and easily obtained when required.3.4.Escalation ProceduresThe vendor must provide an escalation procedure and contact names and contact numbers that the National Park Service can use in the event that issues arise which cannot be resolved to the National Pak Service's satisfaction in a timely manner by the vendor's service department.3.5.Laws, Codes and RegulationsAll work and the manner in which it is performed by the vendor must comply with OSHA requirements, the National Electrical Code (2005), and other applicable New York, New Jersey, New York City and federal laws, codes and regulations.3.6.SecurityThe vendor must operate within the physical and data security rules of the National Park Service or other authorities having jurisdiction.3.7.SafetyWith regard to work being performed, the vendor must take all necessary safety and health precautions and warnings required to protect its workers, the public, and the property of others.3.8.Performance and ConductThe vendor must perform all work in a skillful and professional manner in accordance with standards and practices documented and/or accepted by industry or otherwise specified herein.3.9.SubcontractorsThe vendor must be responsible for any work done by its subcontractors. The vendor must also be responsible for ensuring that its subcontractors comply with all applicable health, safety and security laws, codes, and regulations.3.10.Sensitivity to Historical and Site EnvironmentAll activities on Ellis Island and Liberty Island must take into account the historical and site specific environment in which work will be preformed. Work that entails the construction of facilities must be in consonance with this requirement. 4.CURRENT CONFIGURATION4.1.Ellis Island - NEAX2000 IVS/LP Hardware and Associated Components Equipped QtyItemComment4PIMN-UB1BASE/TOP-UB for PIM Stack4AC-DC Power Supply for PIM4Battery for PIM1PN-CP00 plus program software2SPN-CP01 Firmware Processor1SPN-BS00-B Bus Interface Card3SPN-BS01-B Exp. Bus Interface Card7PN-4COTB cards for Analog CO trunks 23 Ground Start and 3 Loop Start lines currently on the system1SPN-24DTAA-C card for T1 CCIS link to Liberty Island16PN-4DLCQ Standard Digital Station cards23PN-2DLCB Long Line Digital Station cards4PN-4LCD-A Analog station cards1PN-CFTA 6-way conference card1PN-TNTA Music-on-Hold card1SPN-SC00 CCIS Common Channel Handler card1PN-8RSTA card1AP00 cardDterm Series E 16- button phones with displayInstalled quantity of 75 (approx.)Dterm Series E 32- button phones with displayInstalled quantity of 141NEC AD-64 16-port voicemail running under Microsoft Windows Server 2003 SP1:"Dell 2800 Server platform"Dual power supplies"3 x 36GB SCSI Hard Drives in RAID 5 configuration"Dell PERC 4e/Di RAID Controller"CDRW/DVD Drive"Floppy Drive"Dell PowerVault 100T DAT 72 Drive"RADEON 7000 Series Video Card"2 x Intel PRO/1000MT Network Adapters"2 x Dialogic D/82JCT-U PBX Integration BoardsCentralized voicemail serves Liberty Island as well1Adtran TSU120e T1 CSU/DSU with two V.35 and one DSX port1DEES Model 154A 8-line power failure transfer unit1Tapit Call Accounting software1MATWORX software1External modem for remote voicemail administration 4.2.Liberty Island - NEAX2000 IVS/MP Hardware and Associated ComponentsEquipped QtyItemComment0NO DIRECT OUTSIDE TRUNKS ARE ON THE LIBERTY ISLAND SWITCH. All outside and inter-island traffic travels over the T1 link to the Ellis Island PBX.2PIMN-UB1BASE/TOP-UB for PIM Stack2AC-DC Power Supply for PIM2Battery for PIM1PN-CP00 plus program software1SPN-CP01 Firmware Processor1SPN-BS00-B Bus Interface Card1SPN-BS01-B Exp. Bus Interface Card1SPN-24DTAA-C card for T1 CCIS link to Ellis Island6PN-4DLCQ Standard Digital Station cards4PN-2DLCB Long Line Digital Station cards5PN-4LCD-A Analog station cards1PN-CFTA 6-way conference card1PN-TNTA Music-on-Hold card 1SPN-SC00 CCIS Common Channel Handler card1AP00 cardDterm Series E 16- button phones with displayInstalled quantity of 22 (approx.)Dterm Series E 32- button phones with displayInstalled quantity of 11DCU-60 Add-on Module1Adtran TSU120e T1 CSU/DSU with two V.35 and one DSX port BID SCHEDULE: 01-Remedial Major and Minor Maintenance and Repair - Contractor shall provide on an Indefinite Delivery / Indefinite Quantity (IDIQ) Task Order basis, all labor, material, tools, parts, supplies, equipment, supervision, transportation, and other incidentals necessary to provide Major and Minor Remedial Maintenance in strict accordance with the Statement of Work Ref. section 2.1, Wage Determination of this contract and as specified on each task order. 01AA- Remedial Maintenance-Major Malfunctions- The minimum guaranteed under this line item is 8 hours for major Malfunctions during normal business hours under the Telecommunications Mechanic wage rate for a total period of four months (The minimum guaranteed for each option years is 24 hours for a total of 12 months). (Start Date: June 01, 2010 End Date: 09/30/2010) 8 Hrs x rate schedule (tel. Mechanic) Total $ _______ 01AB- CHARGES & RATE SCHEDULES (NORMAL BUSINESS HOURS) Major MalfunctionsTelecommunications Mechanic(s) Total $ _______ /hour 01AC- CHARGES & RATE SCHEDULES (OUTSIDE NORMAL BUSINESS HOURS) Major Malf.Telecommunications Mechanic(s) Total $ _______/hour 01AD- CHARGES & RATE SCHEDULE (WEEKENDS & HOLIDAY HRS) Major Malf.Telecommunications Mechanic(s) Total $ _______/hour 01AE- CHARGES & RATE SCHEDULES (NORMAL BUSINESS HOURS) Major MalfEngineering Services Total $ _______/hour 01AF- CHARGES & RATE SCHEDULES (OUTSIDE NORMAL BUSINESS HOURS) Major Malf.Engineering Services Total $ _______/hour 01AG- CHARGES & RATE SCHEDULE (WEEKENDS & HOLIDAY HRS) Major Malf.Engineering Services Total $ _______/hour 01AH- Minor Malfunctions (Normal Hours)Telecommunications Mechanic(s) Total $ _______/hour 01AI- Minor Malfunctions (Normal Hours)Engineering Services Total $ _______/hour 02Support Services- MOVES, ADDITIONS, AND CHANGES- FFP- Contractor shall provide all labor, material, tools, parts, supplies, equipment, supervision, transportation, and other incidentals necessary to provide Preventive Maintenance, Technical Support and Remedial Maintenance Services through a task order in strict accordance with the Statement of Work and Wage Determination. In accordance with FAR 52.232-18 AVAILABILITY OF FUNDS, the Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting officer. 02AA- CHARGES & RATE SCHEDULES (NORMAL BUSINESS HOURS) Major MalfunctionsTelecommunications Mechanic(s) Total $ _______ /hour 02AB- CHARGES & RATE SCHEDULES (OUTSIDE NORMAL BUSINESS HOURS) Major Malf.Telecommunications Mechanic(s) Total $ _______/hour 02AC- CHARGES & RATE SCHEDULE (WEEKENDS & HOLIDAY HRS) Major Malf.Telecommunications Mechanic(s) Total $ _______/hour 02AD- CHARGES & RATE SCHEDULES (NORMAL BUSINESS HOURS) Major MalfEngineering Services Total $ _______/hour 02AE- CHARGES & RATE SCHEDULES (OUTSIDE NORMAL BUSINESS HOURS) Major Malf.Engineering Services Total $ _______/hour 02AF- CHARGES & RATE SCHEDULE (WEEKENDS & HOLIDAY HRS) Major Malf.Engineering Services Total $ _______/hour 03Material, Supplies, Parts, Accessories (IDIQ)- Materials, supplies, parts, and accessories needed by workers. Contractor shall provide proof of actual amount paid for all items by submitting receipts that show amount paid for the items as requested by the Government. The contractor shall only provide the actual amount ordered by the Government. The Government will only pay for actual amount received from the contractor up to the amount ordered by the Government. 04- Options- Beginning Period: 10/01, Ending Period 09/30 starting in 10/01/2010 and ending 09/30/2014. The minimum guaranteed for each option year is 24 hours for the total of 12 months. Option Yr 1- 24 Hrs x rate schedule (tel. Mechanic) Total $ _______/Minimum guaranteed per yearOption Yr 2- 24 Hrs x rate schedule (tel. Mechanic) Total $ _______/Minimum guaranteed per yearOption Yr 3- 24 Hrs x rate schedule (tel. Mechanic) Total $ _______/Minimum guaranteed per yearOption Yr 4- 24 Hrs x rate schedule (tel. Mechanic) Total $ _______/Minimum guaranteed per year
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q1940100104/listing.html)
 
Place of Performance
Address: STATUE OF LIBERTY N.M.ELLIS ISLAND/RECEIVING OFFICEJERSEY CITY, NJ 07305
Zip Code: 07305
 
Record
SN02154362-W 20100521/100519235121-3e5501db5ef0b287242bca951bac6099 (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.