Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 15, 2013 FBO #4101
SOLICITATION NOTICE

N -- Telephone Switches and Phones for the Rancho Bernardo Clinic

Notice Date
2/13/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517911 — Telecommunications Resellers
 
Contracting Office
N00259 Naval Medical Center San Diego Material Management 34800 Bob Wilson Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0025913T0158
 
Response Due
3/1/2013
 
Archive Date
3/3/2013
 
Point of Contact
Enloe Clemons 619-532-8103 Naval Medical Center San Diego
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial supplies and services prepared in accordance with the Information in FAR Subpart 12.6, Simplified Acquisition Procedures for commercial items found at FAR 13 as supplemented with additional information included in this notice. This requirement is for telephone switches and phones for the Rancho Bernardo Satellite Clinic. The solicitation number, N00259-13-T-0158 is issued as a request for quotation (RFQ). The North American Industry Classification System (NAICS) Code for this acquisition is 517911, Size: 1500. This requirement is 100% small business set-aside under the authority of FAR 6.203 and will be a firm fixed price. Quotations are due on or before March 1, 2013, 10:00 am Pacific Standard Time to be considered responsive. Naval Medical Center San Diego requests responses from qualified sources capable of providing the following: Clin 0001 Telephone Switches and Phones for the Rancho Bernardo Clinic, 1 ea @ $______ This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-65. It is the contractor ™s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses; www.arnet.gov/far and www.dtic.mil/dfars.The NAICS code 517911. The following FAR provisions and clauses are applicable to this procurement: 52.212-1 Instructions to Offeror--Commercial Items (FEB 2012) 52.212-2 Evaluations--Commercial Items (JAN 1999) 52.252-1 Solicitation Provisions Incorporated By Reference 52.212-3 Offeror Representations and Certification 52.219-6 Notice of Total Small Business Set-Aside 52.204-99 System for award management registration (AUG 2012) 52.232-99 PROVIDING ACCELERATED PAYMENT TO SMALL BUSINESS SUBCONTRACTORS (DEVIATION)(AUG 2012) 52.212-4 Contract Terms and Conditions Commercial Items (SEP 2005);52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) NMCAR SUBPART 5237. 5237.102 (90) ”SERVICE CONTRACTS GENERAL 52.212-5 Contract Terms and Conditions Required Implementing Statutes or Executive Orders- Commercial Items (APR 2006) with the following clauses incorporated in sections (a) 52.333-3 Protest after Award (AUG) 1996) (31 U.S.C. 3553), 52.222-3 Convict Labor (JUNE 2003) (E.O. 11755), 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JAN 2006) (E.O. 13126, 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006) (E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department Treasury, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration 9OCT 2003) (31 U.S.C. 3332); 52.252-2 Clauses Incorporated by Reference (FEB 1998); 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAY 2006) with the following clauses incorporated in section (a) 252.225-7001 Buy American Act and Balance of Payments Program (JUN 2005) (41 U.S.C. 10a-10d, E.O. 10582), 252.225-7002 Qualifying Country Sources as Subcontractors 252.232-7003 Electronic Submission of Payment Request (MAY 2006) (10 U.S.C. 2227); 52.212-3 Offeror Representations and Certifications-Commercial Items (MAR 2005); 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998). SUP 5252.232-9042 Invoicing and Payment (WAWF) Instructions Evaluation Factors, (In descending order of importance): (1) Contractor is required to have a Department of Defense Secret Clearance for installation purposes. (2) Technical Capability; Defined as an assessment of the prospective contractors key management personnel to determine if they have the knowledge, experience, and understanding of the requirements necessary to provide the requested items. (3) Past Performance; provide three references, addressing that you have performed the same or similar work to a Government Entity from (Feb 2010) to (Feb 2013). Technical capability and past performance, when combined, are significant evaluation factors that will be used to arrive at an award decision. (4) Price; Contractors who do not meet the first 3 factors will not undergo a price evaluation. The government will only consider firm fixed-price quotations. Offeror must complete and submit with the quotation FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (MAR 2005). Offeror must be registered to the System for Award Management (SAM). The website address is www.sam.gov. A Dunn and Bradstreet number is required to register. Electronic submission of quotes: Quotations shall be submitted electronically by email to Enloe.Clemons@med.navy.mil or by facsimile at 619-532-5596, attention Enloe Clemons Phone: 619-532-8103. Email submissions are limited to 2MB. The submitter should confirm receipt of facsimile and email submissions, on or before close of business on March 1, 2013. Statement of Work 1.1 SCOPE: The Services provided will assist with the implementation, configuration, training, hardening and support for certain hardware and/or software products as follows: Install G450/S8300D Aura Communication Manager to support 48 digital stations, 20 analog stations, 1 analog port, (1) T1/PRI for PSTN communications, and (1) T1 for point-to-point connectivity back to San Diego Naval Hospital for centralized voicemail access. Equipment needs to be installed and activated no later than March 01, 2013. 1.1.1 SPECIFICATIONS: The installation at the Rancho Bernardo Clinic will include a S8300 processor running CM6 with (1) G450 Gateway equipped with (2) T-1, (1) 24 PT Analog, (2) 24 PT Digital Line Media Modules. There will be (50) Aura User licenses and (21) analog stations activated. (248) 2410 Digital sets (20) analog sets will be installed. Messaging services will be provided by the existing voicemail server located at the Naval Hospital. Voicemail configuration will be provided by the customer and the S8300/G450 will be hardened per JITC guidelines by a contractor with minimum of Secret Clearance. UPS system with 1 hour hold over time will be installed to support the S8300/G450 system. Server and Gateway will be registered with Avaya and tested. The T1 for point-to-point communication to the Naval Hospital will also be installed in the G3r at the hospital. 1.1.2 REQUIREMENTS: Contractor will perform the following services and activities described below. These services, activities, and responsibilities characterize the full set of installation deliverables for this project, thus constitutes a working agreement. Contractor will propose an Avaya Communications Manager Release 6 that is currently identified on the Unified Capabilities (UC) Approved Products List (APL). Contractor will propose all necessary equipment, software, firmware power, cabling etc, required to provide a fully integrated turnkey solution. Contractor will engineer, furnish, install, secure, and test (EFIS&T) the voice system in accordance with (IAW) the Department of Defense Networks Unified Capabilities Requirements 2008 (UCR 2008, change 3). Additionally, Contractor will ensure that the installed voice system is implemented based upon the configuration described in the Joint Interoperability Test Command (JITC) Certification Letter, the system ™s associated Information Assurance Accreditation Report (IAAR), the DOD Deployment Guide, and all applicable industry standards. Contractor will identify the expiration dates for all proposed equipment included on the UC APL. Contractor shall Engineer, Furnish, Install, Secure and Test (EFIS&T) and make operational a completely functional switch system and required ancillary equipment for all subscribers, services, and requirements identified within this document. Contractor shall be responsible for replacing and correcting switching facilities omitted and/or installed in error without any extra expense or delay to the Government. 1.1.3 Information Assurance: Contractor shall secure the components IAW applicable U.S. Army Regulations (ARs), DOD regulations, and Defense Information Systems Agency (DISA) Security Technical Implementation Guides (STIGs). Contractor shall include the information assurance (IA) measures and documentation to validate all devices, associated firmware, software, element management applications, and hardware to meet the current requirements of Department of Defense Instruction (DODI) 8500.2, Information Assurance (IA) Implementation, and AR 25-2, Information Assurance. Contractor will provide personnel resources to assist in the IA Security Engineering effort prior to the Systems Acceptance Test (SAT). These resources will have the skill set to design, configure, or mitigate requisite IA controls. Contractor will also provide personnel resources to assist in the validation effort that occurs after the SAT. The validation effort consists of verifying that applicable DOD IA controls, Navy requirements, security best business practices, and other local policy requirements have been implemented on all components of the final fielded solution. Contractor will coordinate with the Network Enterprise Center (NEC), and the Security Engineer on all security settings before implementing them. 1.2WORKING HOURS: The work must be scheduled with the department where the work is being performed. Work may need to be done on weekends and outside of main working hours which are 0600-1600 M-F 1.3.2 RESPONSE TIME: The Contractor Representative shall be available during normal duty hours to meet, on site with Government Personnel designated by the contracting officer to discuss and resolve performance issues. 1.4 EMPLOYEES: Contractor personnel shall maintain a neat appearance and be easily recognizable. This may be accomplished by wearing distinctive clothing bearing the name of the company and wearing appropriate badges which contain the company and employee name. 1.4.1 SECURITY OR ACCESS REQUIREMENT: PASS AND IDENTIFICATION: The contractor shall obtain all proper pass and badge requirements for access onto the Naval Medical Center San Diego and surrounding clinics. 1.4.2 CONTRACT REQUIREMENT FOR BACKGROUND CHECKS: Contractor shall have at a minimum: Department of Defense Secret Clearance 1.4.3 GENERAL LIABILITY INSURANCE: The Contractor shall be required to have liability insurance to cover any actions on the part of the Contractor or his sub-contractors which result in injury or death to patients, staff, visitors or other Contractors. Such comprehensive form of policy shall provide coverage of at least $500,000 per occurrence (FAR 28.307-2). 1.5 QUALITY CONTROL QUALITY CONTROL PLAN: The Contractor shall establish and maintain a Quality Control Program and/or Plan to ensure the requirements of the contract are maintained on a continued basis. Contractor shall utilize the manufacturers ™ commercial test practices to validate that all equipment installed as a part of this project operates IAW the manufacturers ™ requirements. All results of this process shall be documented and available for the Navy review. Contractor shall test, demonstrate, and/or verify all requirements in the government PBWS with QA representatives according to the government approved Systems Acceptance Test Plan. Contractor shall also demonstrate to Navy representatives that all IA requirements have been met. Contractor shall notify the Government at least two (2) weeks before the start of any testing and shall provide all test equipment. Contractor has the responsibility to ensure the entire system is completely tested prior to cutover. The Government shall have the opportunity to witness any and all testing. The system shall not be cut over without specific Government approval. Contractor shall ensure all requirements are fully functional after cutover. Completed work is reviewed for overall system operation efficiency, and spot checked for customer satisfaction and general review of resolved problems. The LPO/Division supervisor is available to provide technical assistance on unusual or very difficult problems. All contract employees will adhere to the workplace safety guidelines that have been established by OSHA, NEC and the Workman ™s Compensation Board to ensure employee and customer safety. ALL accidents and incidents, to include, but not limited to: injuries, accidental demolition of non-related items or structures, incidents or pertinent conversations with other contractors or facility staff will be communicated to the IMD designated Point of Contact or senior military leadership. 1.6 SITE VISIT No Site Visit will be required.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025913T0158/listing.html)
 
Place of Performance
Address: 34800 Bob Wilson Drive, San Diego, CA
Zip Code: 92134
 
Record
SN02986747-W 20130215/130213234302-d24f6ef8ce1e57a67c309fc0f633ad59 (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.