Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 25, 2004 FBO #0789
SOURCES SOUGHT

D -- TELEPHONE MAINTENANCE FOR FIJITSU 9600 PBX'S

Notice Date
1/23/2004
 
Notice Type
Sources Sought
 
Contracting Office
Social Security Administration, Deputy Commissioner for Finance, Assessment and Management, Office of Acquisition and Grants, 1710 Gwynn Oak Avenue, Baltimore, MD, 21207-5279
 
ZIP Code
21207-5279
 
Solicitation Number
Reference-Number-9600-2004
 
Response Due
2/2/2004
 
Archive Date
2/3/2004
 
Point of Contact
Kathleen Spangler, Contract Specialist, Phone 4109660392, Fax 4109659560, - Kathleen Spangler, Contract Specialist, Phone 4109660392, Fax 4109659560,
 
E-Mail Address
kathleen.spangler@ssa.gov, kathleen.spangler@ssa.gov
 
Description
The Social Security Administration (SSA) is seeking sources to provide maintenance on Fujitsu 9600 XL PBXs which are installed in Wilkes-Barre, PA; Birmingham, AL; Chicago, IL and Kansas City, MO. At the option of the Government, a site in Philadelphia, PA may be added at a later time. SSA is looking for vendors capable of providing maintenance on these PBXs and the ancillary systems including Intellicenter, CallXpress, and a vendor patented system management solution (Site Man) at each site. These services must be available on GSA Schedule. The sites range in size from approximately 1,500 lines to approximately 2,500 lines. All of the sites except Wilkes-Barre, PA require maintenance that will include the services of an 8 hour per day, on-site certified maintenance technician, in addition to 24 hour, 7 days a week remote diagnostic capability. These technicians must be familiar with the technical requirements for analog trunks, T1 and PRI. The Wilkes-Barre location will not require an on-site technician but instead will require 4 hour and 8 hour response time for repairs, depending on the severity of the outage, in addition to the 24 hour 7 days a week remote diagnostic capability. Vendors and the proposed on-site personnel must be certified on the components listed above, but SSA will consider substitutions/replacements of any of the individual components as long as the replacement equipment matches the functionality of the existing equipment without any reduction in service capabilities. All vendors will be expected to provide letters from all manufacturers, verifying both manufacturer certification and the vendor's ability to provide replacement parts as required for the systems to operate at optimal efficiency. The vendors should be able to provide the names of at least three (3) existing customers utilizing configurations as described above. The vendors must be certified to maintain current System Management Tool (Siteman), which provides the functionality to manage the PBX, Voicemail and Call Accounting System. If the vendor is not manufactured certified to maintain and replace defective parts, the vendor must provide a like system to perform the following functionalities: Remote Alarm Monitoring, Cable Management System, Call Accounting Management, Inventory Management, Change Management, Work Order Management, Alarm Management, Disaster Recovery Management, Station Placement Management, Trunking/CO Management; Reporting to Include: Departmental Usage, Work Order Usage, Trouble Ticket Identification, Toll Restriction Identification and COS Restriction/Enablement of permitted features. The vendor must be certified to install upgrades and software enhancements to the current System Management Tool. If the vendor is not manufactured certified to install upgrades and software enhancements, the vendor must provide a like system in functionality for which they are certified to install, upgrade and provide software enhancement for. The vendor must have access to replacement parts for the current System Management Tool, which is deemed acceptable by manufacturer?s standards. These replacement parts must be of equal or better quality standards. If the vendor does not have access to replacement parts, the vendor must provide a like system in functionality for which they have replacement parts available. The vendor must have access to provide debugging abilities to the current System Management Tool. If a vendor is unable to provide this capability, they must provide a system for which they do have this ability. Interested firms currently performing these services are invited to submit information in sufficient detail to the Contracting Officer. The vendors should include corporate experience and provide three (3) references of customers receiving services on similar equipment. The vendor should also provide technical literature, a copy of their GSA Federal Supply Schedule and other documents requested above. This is not a request for proposals (RFP) and the Government does not intend to pay for information submitted. Respondents will not be notified of the results of the evaluation of the data received. No contract award will be made on the basis of responses received; however, this information will be used in SSA?s assessment of capable sources. Responses to this notice should be submitted in duplicate within 15 days of this publication. Request for copies of a solicitation will not be honored or acknowledged.
 
Place of Performance
Address: Various
Country: USA
 
Record
SN00509303-W 20040125/040123212750 (fbodaily.com)
 
Source
FedBizOpps.gov 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.