Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2011 FBO #3519
SOLICITATION NOTICE

D -- This Combined synopsis/solicitation for Sole Source Contract to provide all parts, material and labor required to furnish a PBX Telecommunications System (voice communication services) for 1 building.

Notice Date
7/12/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
ACC-RSA - (SPS), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
NSRWA2011260101N
 
Response Due
7/19/2011
 
Archive Date
9/17/2011
 
Point of Contact
Rhonda M. Reeves, 256 842-7532
 
E-Mail Address
ACC-RSA - (SPS)
(rhonda.m.reeves@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items 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. In accordance with FAR 6.302-1, the Government intends to award a sole source contract for services to provide this requirement to Converged Resource Integrators (CRI) LLC of Alabama, 3648 Vann Rd Ste 108, Birmingham, AL 35235. The previous solicitation (NSRWA2011260101) has been cancelled and will not be used. The justification for this sole source is that PEO Aviation currently has a maintenance agreement with CRI. CRI will not support anything installed by another vendor. Since the phone infrastructure is ultimately one large phone switch across the entire enterprise, it is required that they have only one maintenance contract to keep support uniform. All new equipment must be rolled into the same maintenance agreement. This is a combined synopsis/solicitation for commercial items 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. The associated NAICS code is 238210 and the small business size standard is $14Million. The small Business Compteitiveness Demonstration Program is not applicable. Wage Determination to be provided upon request. Requirement is as follows: Performance Work Statement (PWS) 1.The Contractor shall furnish, install, program, and test a fully functional Nortel Carrier Remote system to accommodate 150 digital users, 32 analog users, and 16 uilc ports. a.The Carrier Remote requested shall be connected to a Nortel CS1000M running DSN 5.0 software. The system will be serviced by 3 T1s from the main site. 2.The Contractor shall furnish, install, program, and test at the CS1000M multi group site the following items: a.NT7R87AAE6 QTY 3 T1 CSU DB15-RJ48 48ft cable b.NCT1CDJBAA- QTY3 Adtran ACE T1\CSU c.NTE907AA- 32 Analog set licenses (keycode upgrade) d.NTE907CA- 160 Digital set licenses (keycode upgrade) e.NTJG67BA- Nortel Carrier Remote Local Package f.NTZE39AB- CP_M1 CS1000M E S/W Integration g.Cabling necessary to make the local side of the Carrier Remote function h.Labor necessary to install local side of Carrier Remote at Multi Group Site and to install keycode upgrades 3.The Contractor shall furnish, install, program, and test at the Nortel Carrier remote site the following items: a.NTMN34GA70- QTY 150 Nortel 3904 digital sets b.NT6D71ACE5- QTY 2 Nortel UILC line cards c.NT7K20AAE6- QTY 2 Nortel ANALOG line cards d.NT8D02HAE5- QTY 10 Nortel DIGITAL Line cards e.NT7R87AAE6 -QTY 3 T1 CSU DB15-RJ48 48ft cable f.NTJG68CB- QTY 1 Main Wall Mount PKG g.NTJG69BB - QTY 1 Exp Wall Mount PKG h.NTTK14ABE6 - QTY 1 Power Cord 11CM 125VA i.NCT1CDJBAA- QTY3 Adtran ACE T1\CSU j.S3K0XAU - SINERGY II 3KVA UPS R/T NCOND k.SBP3K0-2 - 2KVA - 3KVA Battery Cabinet l.Cabling necessary to make the remote side of the Carrier Remote function m.Labor necessary to install remote side of Carrier Remote, program, and build and place. 4.The Contractor shall furnish, install, program, and test at the voicemail site the following items : a.N0032917 Callpilot Keycode for additional mailboxes b.NTZE07EA- QTY 2 CP(F) Voice Channels 2 add c.NTZE19BA - 50 Multimedia mailboxes d.NTZE19CA - 100 Multimedia mailboxes e.Labor necessary to install keycode upgrade for additional mailboxes. 5.The Contractor shall provide a warranty on all equipment, parts, and labor for a period of one year from acceptance. 6.Expected delivery is (30) days after award. 7.Delivery Address is as follows: NSRWA 215 Wynn Drive Huntsville, AL 35806 Additional information: 1.What is the amount of stations needed for this project? a. See PWS Item 1 2. What is the specific technical requirements for the PBX, i.e., number of stations required, breakdown of stations (i.e. analog, digital, IP) number/type of trunks, number of direct inward dialing (DID) extensions, specifications and number breakdown of the type of handsets required, attendant console requirements, voicemail boxes/ports? a. See PWS Line 1 / 1A. Parts specs are in PWS Lines 2-4 3. Confirm that a JITC-certified phone system solution is required because the system will be connected to the Defense Switched Network? a. Yes, solution must be JITC Certified. Main site that it is running off of is JITC certified (NORTEL CS1000M, 5.0 DSN) 4. What is the make/model/software release of the current PEO, Aviation phone system? a. See PWS line item 1.a (NORTEL CS1000M multigroup running 5.0 DSN swftware) 5. Is there a requirement for an uninterruptible power supply (UPS) to continue operation of the proposed phone system in the event of loss of building power? If so, what is the required length of time for continued operation using back-up battery power? a. Yes, run item approx 4 HOUR (Parts spec in PWS line items 3J/3K) 6. Is the vendor required to supply all equipment racks/wire management/shelving/patch panels as part of the phone system solution? a. Yes, addressed in PWS Lines 2G and 3L 7. Is all of the required cabling in place? If not, is the vendor expected to provide cabling as part of the total solution for the proposed phone system? a. Yes, addressed in PWS Lines 2G and 3L. Carrier remote cabling only. Station wiring is already in place. 8. How many users does this installation include? Is network infrastructure in place to support the installation? a. Port details listed in PWS Line 1. Network infrastructure is in place, specs listed in PWS Line 1A The following provisions apply to this acquisition: 52.212-1, Instructions to Offerors - Commercial. The offeror must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. 52.212-4, Contract Terms and Conditions -- Commercial Items. 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items. 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. This solicitation is issued as a Request for Quote (RFQ). In accordance with FAR 5.207, all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. All submissions and any questions regarding this request MUST be submitted via email to: rhonda.m.reeves@us.army.mil, by 19 July 2011, 3:00pm CT. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: Technical capability and price. Award will be made to the lowest price technically acceptable offer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/19c9b2228e5e281a792a49be28ff81bc)
 
Place of Performance
Address: ACC-RSA - (SPS) ATTN: AMSAM-AC, Building 5303, Martin Road Redstone Arsenal AL
Zip Code: 35898-5280
 
Record
SN02495881-W 20110714/110712234748-19c9b2228e5e281a792a49be28ff81bc (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.