PRESOLICITATION NOTICE
D -- Local Telephone Services - Fort Wayne
- Notice Date
- 1/11/2002
- Notice Type
- Presolicitation Notice
- Contracting Office
- Administrative Office of the U. S. Courts, Office of Internal Services, Procurement Management Division, One Columbus Circle, NE, Suite 30250, Washington, DC, 20544
- ZIP Code
- 20544
- Solicitation Number
- USDC04-R-0001
- Response Due
- 2/2/2002
- Archive Date
- 2/17/2002
- Point of Contact
- Kevin Sullivan, Contracting Officer, Phone 202-502-1325, Fax 202-502-1066,
- E-Mail Address
-
kevin_sullivan@ao.uscourts.gov
- Description
- (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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.(ii) Solicitation No. USD040-R-0001 herein is a Request for Quotation (RFQ).(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27.(iv) This RFQ is for full and open competition and the SIC Code is 4813. The US Courts intends to issue a Commercial Item, Firm Fixed-Price Delivery Order contract for providing local telecommunication services from a local exchange carrier (LEC) to the U.S. Courts, E. Ross Adair Federal Building, 1300 Harrison Street, Fort Wayne, IN, 46802.(v) Clin 01 - Initial Non Recurring Charges - This is to include any ordering and/or one time installation charges per order and per circuit. Clin 02 - Monthly Recurring Service Charge per circuit. Clin 03 - Any additional monthly fixed charges per circuit. Clin 04 - Surcharges and fees based on either usage charges or fixed charges. Clin 05 - State and Federal taxes applicable to the Courts. Discounts: If discounts are applicable because of multiple circuits, usage, promotional discounts, etc. provide complete clarification on the discounts and how they are applied. The period of performance will be for one year with four one-year options.(vi)The Court requires local area dial tone services, which are currently being provided by Verizon. This request is to supply network access for local telephone service. One(1) Digital Signal Level 1 (DS1) circuit, 1.544 Mbps, with Integrated Services Digital Network Primary Rate Interface (ISDN/PRI) signaling with Direct Inward Dialing (DID) / Direct Outward Dialing (DOD) and Automatic Number Identification (ANI), and ten (10) local Central Office analog loop start lines with Caller-ID. Any analog copper lines will be on a month-to-month basis. These ten (10) analog lines are to be loop start lines not trunks for backup purposes. MANDATORY REQUIREMENTS Respondents shall be authorized by the State of Indiana to provide Competitive Local Access Services within the state of Indiana and shall be carriers who can provide facilities based service to the courthouse. Resellers of other carrier's services will not be considered qualified. Contractor shall have been in business for at least five (5) years. The carrier shall be Signaling System 7 compliant (SS7).TECHNICAL REQUIREMENTS The Contractor shall provide ISDN/PRI local service to the U.S. Courts. These services will be terminated in the NEAX 2000 Hybrid telephone system that will be in service in the building. The required business lines will not be terminated in the NEAX. All services will be terminated at the building demarcation located in the US District Court Computer Room on the first floor (Room 1138). Local Services is for the District, Bankruptcy and Probation/Pretrial Services.Primary service shall be ISDN/PRI with the call by call selection feature which allows all trunks to be used dynamically for outbound or inbound calling to the local service area. The service shall include DID/DOD access that shall be routed over the ISDN/PRI. A new DID number range of:100 numbers shall be provided for - US District Court, 100 numbers shall be provided for - US Bankruptcy Court, 100 numbers shall be provided for - Probation/Pretrial Services. If outbound and incoming DID service cannot be routed over the same circuits/trunk groups, additional circuits shall be required. The digital services included in this RFQ are for local outbound and incoming DID calling only. The court's Primary Interexchange Carrier (PIC) for Inter-LATA, Intra-LATA, and international traffic shall be Sprint.MINIMUM SPECIFICATIONS(1) All DS1 circuits shall be provided with non-ANSI ESF framing, B8ZS line code signaling with D-channel utilization, and no line power.(2) The new DS1 circuit shall use ISDN PRI signaling technology to provide four types of communications paths on the DS0 channels:(a) Two-way (combination, in and out);(b) Direct Inward Dial (DID);(c) Direct Outward Dial (DOD);(d) Switched 64 kpbs (for Data or Videoconferencing).(3) The DS1 circuit will be the Primary PRI with "23B + D" channels. The first 23 "B" channels shall be usable for trunks, data, or videoconferencing channels. The 24th "D" channel shall provide "out-of-band" signaling.(4) It shall not be necessary for the Courts to designate a type of communication path for each "B" channel to be a certain type of turnk or in a trunk group. The "B" channels on the DS1 circuits shall be dynamically allocated on a call-by-call basis. When a call is placed or received, an available channel shall be assigned to be the type of trunk necessary to complete the call.(5) All analog lines shall be loop start with DTMF signaling for all calls, in and out. Each analog line shall be provided on a single pair of copper wires.(6) All analog lines shall be powered from the Provider's Central Office (CO) switch and shall continue to operate and provide uninterrupted service during electrical power outages with Court-provided Power Failure Transfer (PFT) telephones. ADDITIONAL REQUIREMENTS (1) The digital and analog trunks shall carry local, intra-LATA, inter-LATA, and international telephone traffic to and from the Courts' PBX telephone system.(2) The digital and analog trunks shall not have any noticeable, perceptible, or unacceptable noise, echo or distortion for the voice and modem telephone calls and transmission.(3) The telephone service shall comply with the North American Numbering Plan (NANP) including Interchangeable Central Office Codes, Interchangeable Number Plan Areas, and Dialing Procedure changes.(4) Local number portability is required for the DID telephone numbers as it is ordered by the FCC during the contract term. (5) Network and associated telephone services shall be capable of supporting integrated voice/data (e.g., multi-media) applications as well as simultaneous voice/data transmissions. The following shall be provided for and supported:(a) ISDN Basic Rate Interface (BRI) (b) ISDN Primary Rate Interface (PRI)(c) ISDN PRI to BRI inter-operability(d) Circuit-modes for data transmission (e) Packet-modes for data transmission (f) ISDN Bear (B) Channel sharing and utilization for two voice, voice/data, or two data channels using two Service Profile Identifiers (e.g., SPIDs).(6) The provided network and associated telephone services shall provide the following capabilities to ensure the proper termination/release of a connection (e.g., call):(a) Flexible disconnect/ release when either and/or both parties hang up (b) Off-hook time-out (7) The provided network and associated telephone services shall provide for answer supervision to ensure for proper billing of calls.(8) Network and associated telephone services shall be capable of supporting connections for voice and analog rates at a minimum of 9.6 kilobits per seconds (kbps) when using an ITU-TSS V.32 modem, 28.8 kpbs with a ITU-TSS V.34 modem, and 56ykbps with a ITU-TSS V.90 modem.(9) Dual Tone Multi-Frequency (DTMF) dialing shall be provided.(10) All digital and analog trunks and lines shall provide Circuit Switched Services/Switched Voice Services (CSS/SVS) access to the FTS2001 long distance service provider, Sprint. All required access codes for CSS/SVS service shall be programmed into the Contractor's switch so that it will not be necessary for the courts to enter access codes. The Court shall provide the required Pre-subscribed Inter-exchange Carrier (PIC) code. The Contractor, however, shall allow the Court to access other long distance carriers by dialing 10-10XXX (e.g., 10-10288 for AT&T, 10-10222 for MCI, and so forth). (11) The Contractor shall carry and switch all 911 and E911 calls (e.g., emergency service/assistance) to the appropriate Public Safety Answering Point (PSAP) on all digital and analog turnks/lines. Address/Location Information shall be provided to the apppriate E911 PSAP. Access shall be provided when callers dial 911.(12) The Contractor shall provide access to the Federal Relay Service for hearing-and-speech impared persons through the inter-exchange Switched Voice Service (SVS/toll-free (e.g., 800) service provider.(13) The Contractor shall provide toll-free access to inter-LATA carriers for calling-card calls, person-to-person calls, collect calls, and other services. Access shall be provided when callers dial the toll free (e.g., 800) number for the inter-LATA carrier. Calls arriving on digital DID trunks and analog lines shall have caller number identificatikon (transmission of caller's 10 digit telephone number, e.g. caller ID, ANI). The requirement applies to all income calls: local, intra-LATA, inter-LATA, and international.(23) The Contractor shall provide blocking of the originating trunk (both digital and analog) or DID telephone number for all outgoing calls.(24) The Contractor shall provide the ability for the Courts to "un-block" the originating trunk (both digital and analog) or DID telephone number on a per-call basis for outgoing calls.(25) The Contractor shall provide the ability for the Courts to "trace" abusive and/or threatening telephone calls.(26) The Contractor shall provide network intercept to recorded announcements as an inherent network capability when a call cannot be completed. The recorded announcements shall inform callers of the situation preventing the call from being completed as dialed. At a minimum, such announcements shall be provided for timed-out dialing conditions, calls to vacant or disconnected numbers, number changes, "unauthorized" call types, network congestion, and other related conditions. The Contractor shall ensure that no more thane one percent of intercepted calls are delayed in excess of ten seconds before being connected to a recording. (27) The Contractor shall have a disaster recovery plan in place for the Ft. Wayne area. The plan shall place the Courts on the second highest level/tier for service restoration.(28) The Contractor shall have a repair and emergency restoral service telephone number for trouble calls. The telephone number shall be manned by a human service agent 24 hours per day, seven days per week for the term of the contract. Requests for repair or emergency restoral may be received by telephone, fax, or E-mail.(29) The Contractor shall respond to requests for repair service on the same day as receipt of the request for service. Same-day response to request for repair service will be based on Monday through Friday, 7:00 a.m. to 5:00 p.m. local time. Next-day repair service will be acceptable for service request received after 4:00 p.m. local time. Response shall be satisfied by the arrival of the Contractor's service personnel at the court unless the service request can be completed remotely.(30) The Contractor shall respond to requests for emergency restoral service within two (2) hours of receipt of requests for service 24 hours per day, seven days per week during the term of the contract. Emergency restoral service will be provided for failure of any digital circuit resulting in the inability to receive incoming calls or make outgoing calls on the trunk/line. Emergency restoral service will be provided for concurrent failure of two (2) or more analog lines resulting in the inability to receive incoming calls or make outgoing calls from that line.IMPLEMENTATION Service will be as soon as possible but no later than May 3rd, 2002. Circuit engineering requirements are to be made available and communicated directly to the NEAX 2000 vendor. The NEAX 2000 vendor is to have direct access to appropriate carrier personnel involved with the installation of the service. The Court will provide an POC for the NEAX 2000 vendor in order to facilitate installation, cutover and testing. The selected carrier will be required to provide order documentation to the NEAX 2000 vendor for all relevant activity. Tthe Court may require the selected carrier to provide copies of this documentation to court personnel or other representatives of the Court. Area code and prefixes (NPA/NNX) for the local services are to be provided to the NEAX 2000 vendor so the system can be properly programmed for call routing. ADDITIONAL REQUIREMENTS (1) The Contractor shall conduct a site visit to the Court facility within five business days after contract award. The Contractor shall identify and document all requirements and conditions necessary fro a complete and successful installation including:(a) Electrical requirements (e.g., types/specifications, and quantities of outlets, etc.) (b) Cabling requirements (e.g., entrance cable, tie cable, etc.) (c) Equipment /space requirements (2) The demarcation (MPOP) and the Network Interface (NI) for the specified facilities and services will be located in the 1st floor computer room of the U.S. District Court.(3) The Contractor is responsible for providing and installing any entrance cable, riser cable, and/or any additional distribution frames, blocks, miscellaneous hardware, termination, cross connects, et.c, required for the new facilities and services installation.(4) The Contractor is required to cross-connect from the building entrance cable terminations to the tie cable terminations as required to extend the Court's demarcation point to the appropriate telephone equipment room.(5) The facilities and services shall be installed using the existing tie cable or new tie cable from the building demarcation (MPOP) to the appropriate telephone room. If new tie cable is required, the Contractor shall be responsible for proving and installing this cable. (6) The Contractor is responsible for providing and installing the Channel Service Units (CSUs) required for termination of the facilities and services a the Courts' demarcation point in each location.(7) The Contractor is responsible for providing four (4) hours of battery backup for continued service in the event of a power outage. If an on-site electrical outlet is required, the Contractor shall provide the Courts with the electrical specifications.(8) All equipment installed in the telephone room shall be connected to a common ground bus strip using number 6 AWG copper wire which shall be connected earth ground.(9) The Contractor is responsible for shipping and delivery of all related equipment and materials.(10) The installation must be complete. All facilities, trunks, and lines must operate correctly and satisfy the specifications.(11) All installation work must be done in accordance with applicable standards and accepted practices and be in compliance with all Federal Communications Commission (FCC) and Indiana Public Utilities Commission rules in effect at the time of cutover.(12) The Contractor shall provide the management, technical support, operations, training, maintenance, and customer service staff required to support this contract. The Contractor shall provide personnel who have experience on projects of similar size, scope, complexity, functionality, and other relevant experience with the tools and methodologies which are being provided on this contract. Contractor personnel must communicate effectively in English (verbally and in writing) with staff representing the courts. They must have received training and have a minimum of two years of installation experience for the facilities and services proposed.(13) The Contractor shall submit a work schedule for each day that the Contractor's employees will require access to the court. The work schedule will give specific dates for the following activities at the site: premises prepared by the Courts, installation, cutover, and acceptance testing.(14) The Contractor shall coordinate the interconnection of the new facilities and services with the NEAX 2000. All facilities and services shall be in place and operational upon cutover to the telephone system. The Contractor must correct and problems or disputes with the telephone system provider and correct any malfunctions of the facilities and trunks/lines due to the interconnection at no additional cost.(15) The Contractor shall coordinate intercept services (e.g. referrals) associated with number changes with the current network provider. The court units will designate which telephone numbers require intercept services.(16) The Contractor shall comply with all applicable statutory safety requirements during installation.(17) All work and material shall comply with all State and Federal laws, municipal ordinances regulations and direction of inspectors appointed by proper authorities having jurisdiction. Violations of codes caused by the Contractor, must be corrected at no additional charge. The contractor shall obtain all required licenses and permits at its own expense. (18) All cables, wires, and equipment shall be firmly held in place. Fasteners and supports shall be adequate to support their loads with ample safety factors. The Contractor shall not use power nails nor nail guns. The implementation schedule planned by the Court is : Carrier Selection Completed 03/01/02; complete services working no later than 05/03/02. Carrier/Vendor responses are to provide all information needed to make a decision. Three references are required from current customers. The exact quantity of circuits is estimated based on current usage. Prior to installation, the quantities may be increased.One ISDN/PRI circuit is projected for the Court. Circuits may be added or deleted after usage traffic patterns are developed. If a different cost structure will be applicable after initial installation, that price schedule should be included. Complete price breakdowns are required. This is to include any discounts available because of multiple quantities of circuits. Any applicable usage charges must be completely detailed. CALLING AREAS Provide complete information on the local calling area. Include mileage ranges and/or listings of NPA/NNX if applicable. If possible, provide a schematic map illustrating the calling areas. Provide a sample of the billing format that will be used. PERSONNEL QUALIFICATIONS All LEC Contractor's technical personnel who will work on the premises of the courthouse will be required to have a background investigation completed prior to commencing work. The contractor shall provide the names, dates of birth, and social security numbers for all such personnel upon award of this contract to the COTR. This information will be provided to the US Marshals Service. There is no charge to the Contractor for this service. CONTRACTOR RESPONSIBILITIES The LEC Contractor shall be responsible for: (1) ensuring that all areas in which work is performed are left broom clean and free of debris; (2) removing and replacing ceiling tiles associated with maintenance or installation of telecommunication services; (3) removing all debris and scrap wire generated in the performance of the contract; (4) repairing and returning to its original condition, at no cost to the Government, all surfaces (to include, but not limited to floors, walls, ceiling, doors and windows) which are damaged or marred by contractor personnel; (5) ensuring that all moves, additions, or changes to the contractor -furnished and installed telecommunications services are approved by the Court designee. The Government will not be responsible for any changes made to LEC contractor furnished and/or installed services that are not approved by the government. COMPLIANCE REQUIREMENTS ? The Contractor shall provide services in accordance with the rates, terms and conditions set forth in the applicable tariffs of the contractor, as filed with, and approved by the Indiana Public Utility Commission and/or the Federal Communications Commission. Contractor services shall be in conformance with the following applicable accepted Industry standards, codes and regulations and Federal standards. In the event of a conflict between industry standards and this contract, the contract shall govern. Electronic Industries Association Telecommunication Industries Association Standards, 42AAAA-1989.(viii) FAR 52.212-1, Instructions to Offerors-Commercial applies to this acquisition;(ix) EVALUATION OF PROPOSALS?FAR 52.212-2, Evaluation-Commercial Items is hereby incorporated by reference. The government will award a commercial item purchase order using simplified acquisition procedures to the responsible offeror whose offer is most advantageous to the government. The quotes will be evaluated using the criteria listed below in order of importance from most important to least important. (1) Proven capability to deliver both digital and analog services within the local Lata and to the physical location of the new building. Digital service will include ISDN/PRI services. (2) Evidence of satisfactory past performance in providing similar services. (3) Ability to assume responsibility for the existing number range.(4) Ability to meet an implementation schedule satisfactory to the Court. (5) Ability to provide separate and accurate billing for different services. (6) Cost of the service, including both initial non-recurring charges for installation, and recurring monthly service charges. (7) Proposed implementation, test, and acceptance plan. (x) FAR 212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS apply to this acquisition.(xi) TERMS AND CONDITIONS - COMMERCIAL ITEMS Addenda to 52.212-4 include: (d) disputes. N/A; (g) invoice and (i) Payment. The Prompt Payment Act (31 USC 3903) and Office of Management and Budget (OMB) Circular A-125, Prompt Payment DOES NOT apply to the Judiciary; (n) Title. N/A; FAR 52.217-9, Option to Extend the Term of the Contract (Mar 1989); FAR 52.232-19, Availability of Funds for the Next Fiscal Year (Apr 1984); FAR 52.222-37, VETS 100 Compliance Report (Jan 1999), and FAR 52.204-6, Data Universal Numbering System (DUNS) number. See http://www.arnet.gov/far. Judiciary has other clauses that may be reviewed by contracting POC. (xii) FAR 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEMS apply to this solicitation. Interested offerors are required to contact the point of contact (POC) for full text clauses.(xvi) PROPOSAL DUE DATE Proposals are to be received no later than 5:00 PM, 02/02/2002. Offers are to be submitted to U.S. Bankruptcy Court, Attn: Guy Weeks, 401 South Michigan Street, South Bend, IN 46601. For information, contact Guy Weeks at (219)968-2240.
- Place of Performance
- Address: U.S. Bankruptcy Court, E. Ross Adair Federal Building and U.S. Courthouse, 1300 Harrison Street, Fort Wayne, Indiana
- Zip Code: 46802
- Country: United States
- Zip Code: 46802
- Record
- SN20020113/00013687-020112090039 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(will not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |