Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2004 FBO #1007
SOLICITATION NOTICE

70 -- Maintenance for Fujitsu F9600 telephone switch

Notice Date
8/27/2004
 
Notice Type
Solicitation Notice
 
NAICS
334210 — Telephone Apparatus Manufacturing
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NMC Portsmouth, 54 Lewis Minor St, Portsmouth, VA, 23708-2297
 
ZIP Code
23708-2297
 
Solicitation Number
N00183-04-T-0189
 
Response Due
9/7/2004
 
Archive Date
9/22/2004
 
Point of Contact
Danny Davis, Contract Specialist, Phone 757-953-7456, Fax 757-953-5739, - Lisa Price, Contracting Officer, Phone 757-953-5737, Fax 757-953-5738,
 
E-Mail Address
dwdavis@mar.med.navy.mil, ljprice@mar.med.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
CAGE:___________________________ [Fill in blank(s)] DUNS:___________________________ [Fill in blank(s)] TIN:_____________________________ [Fill in blank(s)] Vendor POC:______________________ [Fill in blank(s)] Vendor Phone:_____________________ [Fill in blank(s)] Vendor Fax:_______________________ [Fill in blank(s)] Vendor E-mail:_____________________ [Fill in blank(s)] NAPS 5232.903 PROMPT PAYMENT For Prompt Payment Act purposes, this contract is: Subject to the 7 calendar day constructive acceptance period. Billing in arrears Monthly / Quarterly Vendor to reference contract number N00183-05-T-0189 on all inquires including invoices and shipping documents. A signed service ticket must accompany invoice. Invoice(s) will be returned if signed service ticket is omitted. Fiscal Year 2005: ?AVAILABILITY OF FUNDS. Pursuant to Section I, Availability of Funds (FAR 52.232-18), of the contract, funds are not presently available for this contract. 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 to the Contracting Officer. Pursuant to FAR 52.232-18, the Contracting Officer will provide confirmation of availability of funds at http://www.nmlc.med.navy.mil/acquisitions/services.htm.? The Government reserves the right to make award based on an ?All or None Evaluation?. Note: vendor will be required to provide billing electronically via the WAWF Electronic Invoicing method. For additional information, a review of the following web sites may be required: https://wawf.eb.mil http://wawftraining (email) wawf@nmlc.med.navy.mil For additional information concerning WAWF please contact Rebecca Bushey @ 301-619-6668 Section B - Supplies or Services and Prices ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 3 Months Maintenance on Fujitsu F9600 TelephoneFFPSwitches located in Bldg. 2, NMCP Compound, NNSY, Oceana, Sewell's Point Medical, Sewell's Point Dental, Dam Neck, Tricare Prime Chesapeake, Tricare Prime VA Beach, Fort Eustis, Fort Monroe and Yorktown Medical Clinics. See section "C" for Statement of Work.MILSTRIP: N0018305RQTE022PURCHASE REQUEST NUMBER: N0018305RQTE022 NET AMT FOB: Destination ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0002 1 Lot Emergency Call-Out CoverageFFPSee section "C" for Statement of Work.MILSTRIP: N0018305RQTE022PURCHASE REQUEST NUMBER: N0018305RQTE022 NET AMT FOB: Destination ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0003 3 Months Certified Dedicated Telephone TechnicianFFPCertified Dedicated Telephone Technician 8x5, for 3 months to include vacation coverage for the period of 10/1/04 through 12/31/04. See section "C" for Statement of Work.MILSTRIP: N0018305RQTE023PURCHASE REQUEST NUMBER: N0018305RQTE023 NET AMT FOB: Destination Section C - Descriptions and Specifications CLAUSES INCORPORATED BY FULL TEXT STATEMENT OF WORK The Contractor shall provide certified Fujitsu technicians to work on-site hardware and software support, operations and maintenance for twelve (12) government owned Fujitsu F9600 ISDN Digital Private Branch Exchanges with automated call distribution, automated attendant, video server and conference bridge located throughout the Tidewater Area as listed below: Naval Medical Center Portsmouth (NMCP) Clinic Commands ? Dam Neck, Norfolk Naval Shipyard, Yorktown, Sewells Point Medical, Sewells Point Dental, Oceana and Boone. TRICARE Prime Clinics ? Va Beach and Chesapeake Army Hospitals ? Fort Monroe and Fort Eustis NMCP Hub ? NMCP Compound Maintenance services, as well as work orders, shall be provided on an on-site basis between the hours of 0800-1700, Monday through Friday and on an on-call basis after hours to include weekends and Government holidays. The Contractor shall monitor the telecommunications network twenty-four (24) hours a day, 7 days a weeks by a manned remote center to identify outages requiring emergency maintenance. Any billable maintenance fee, such as replacement of equipment due to power outages, flooding, etc., will be approved by the COR and/or ACOR prior to commencement of work. Remedial (trouble reports) and preventive (as specified by the manufacturer) maintenance shall be included, as well as starting, resetting and stopping, backing up and restoring software, configuration, and operating regular and emergency power systems, as required. System and associated component upgrades which are not requested by the Government but are deemed necessary by the Contractor to ensure the reliability and performance of the system shall be provided at no cost to the Government and deemed as preventive maintenance. The Contractor will receive trouble reports from the NMCP Communications Office. All reports, once repaired, should be dated and signed off as complete with a small description of the problem found. A log will be kept in the NMCP Communications Office of all repairs and service orders. All service interruptions to a circuit and/or subscriber service designated by the Government as critical will have a maximum allowable time of four (4) consecutive hours to be restored. Routine trouble reports shall be restored within twenty-four (24) hours from the time of notification. The Contractor will adhere to these timeframes unless specified and agreed upon by both the Contractor and the COR and/or ACOR. There shall be no scheduled interruptions of service for system changes, upgrades, etc., without prior consent of the COR and/or ACOR. The COR, and using activities, shall be notified as far in advance as possible of any scheduled interruptions by the Contractor, but no less than five (5) working days prior to the planned interruption. The Contractor shall supply the Government with a written Disaster Recovery Plan or an emergency Restoration Plan to include providing temporary service to critical telephones within twenty-four hours and provide temporary service to non-critical telephones within seventy-two hours and if necessary replace the entire system within five calendar days. In addition, an alternate service arrangement must be made for a switch location that has been isolated due to equipment and/or facilities failure, loss of system access to FTS, the Local Exchange Carrier, loss of system software, hardware, interruption of service due to physical damage to a facility, escalation procedures including names, telephone numbers, etc. If the system(s) experiences a ?crash?, all equipment will be replaced at no cost to the Government. The Contractor shall provide all materials, testing, maintenance and installation required to maintain the telecommunications equipment, circuitry, software, terminal equipment, and SMDR hardware, software, and rate table revision updates. The Contractor shall provide a recommended spare parts list (hardware, software and firmware), containing the manufacturer?s recommended quantities of every type of spare part, replaceable at the site level, and required by the system to meet availability and maintainability requirements. The Contractor shall maintain all existing wiring, as well, install and maintain all new wiring necessary to provide services in support of this contract. All wiring shall include labor, wire closet backboards, hole drilling, terminals, blocks, connectors, wire support rings, and all other wire hardware, supplies and tools as necessary to cause the station and/or line to function and be neat in appearance. The Contractor shall keep equipment rooms, wire closets and all other areas assigned in a clean and orderly state at all times. All walls, ceilings, and floors that are penetrated by the Contractor shall be returned to their appearance prior to the work being preformed at no additional cost to the Government. Cleanup, removal and disposal of any debris shall be the responsibility of the Contractor. The Contractor, working with the COR, shall be responsible for reporting all service problems identified by either the contractor or the user of telephone company provided lines/equipment to the telephone company(s). The contractor, when requested by the COR, shall have personnel available to coordinate with telephone company repair personnel in identifying the problems that are in dispute between the companies. The Contractor shall be responsible for the cost of telephone company service visits when a system malfunction is determined to be in the Contractor maintained equipment and the service visit was initiated by the Contractor?s representative by contact with the telephone company or by informing the COR that the problem was in telephone company provided service. The Contractor is responsible for costs associated with shipment of any equipment to a factory or shop for repairs, through no fault of the Government and all expenses connected with such shipments and repair shall be paid by the Contractor. The Contractor shall coordinate all necessary maintenance activities with other providers of telecommunications services (i.e. local exchange carriers, base communications offices, etc.). The Contracting Officers? Representative (COR and/or ACOR) shall be notified immediately of problems that cannot be resolved by the contractor. The contractor shall supply two Dedicated Certified Fujitsu Technicians with vehicles to support the maintenance as well as perform routine and emergency work orders and end user training as directed by the NMCP Communications Office. The Contractor is responsible for all supplies, other than telephone sets, related to work orders with the exception of Fort Eustis and Fort Monroe. The Army will supply all telephone sets and circuit cards for Fort Eustis and Fort Monroe. The Contractor shall be responsible for installation of these phones and/or circuit cards and will maintain them through the life of the warranty. The NMCP Communications Office will supply telephone sets for Navy Clinic Commands and Tricare Prime Clinics. Any abuse of telephone sets by the end user will be the responsibility of the Government. The Contractor shall provide assistance in determining service and equipment capabilities, making recommendations to the COR and/or ACOR. All requests for services and/or equipment will be placed by the requesting activity through the NMCP Communications Office. The NMCP Communications Office, in conjunction with the Dedicated Certified Fujitsu Technicians, will coordinate all work orders to include station equipment, wiring, training and management services. The Contractor shall provide all necessary technical support and services, including site visits, to accomplish any work order. The Contractor is responsible for the system after completion of work orders ensuring the system performs properly. If a work order action causes malfunctions, the Contractor is responsible for correcting the malfunction at no cost to the Government. The Contractor shall complete work orders within five (5) working days when orders are marked routine (95% of work orders placed) and within two (2) days when orders are marked emergent (5% of work orders placed). Later completion dates are authorized if indicated by the requesting activity. Upon completion of orders, the contractor shall notify the NMCP Communications Office in writing within one (1) working day. All work orders are subject to terms and conditions of this contract; in the event of a conflict with any order the contract shall prevail. The Contractor shall maintain the Network Management System (NMS). The NMS provides the means for administration of the communications system to include but not limited to traffic studies and SMDR reports. The Contractor shall provide traffic reports as requested by the COR. The data requested on the reports will vary but may include call attempts, calls completed, calls failed and abandoned, overflow, all trunks busy conditions, average busy hour load, busy hour load, day of week and hour of day, hourly breakdown on incoming and outgoing calls, traffic summaries with grade of service by trunk group, quantity of trunks and circuits required to achieve the desired grade of service, comparison reports from previous months and internal switch blockage. The Contractor shall complete programming of voice mailboxes and limited automated attendant (voice trees) on the Octel Aria 350 ver 3.11.05-1 Voice Mail System. The Contractor will not be responsible for maintenance of the Octel Voice Mail System. The Contractor shall maintain a perpetual inventory of all network components to be provided to the Government within five (5) working days upon request. The data maintained shall include, as a minimum, system, part or circuit number, part or circuit description, warranty as applicable, location of equipment, number of lines in service per system location, number of line ports available per system location, number of trunks in service per system location, number of trunk ports available per system location. Section E - Inspection and Acceptance INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 0001 Destination Government Destination Government 0002 Destination Government Destination Government 0003 Destination Government Destination Government CLAUSES INCORPORATED BY REFERENCE 52.246-16 Responsibility For Supplies APR 1984 252.246-7000 Material Inspection And Receiving Report MAR 2003 Section F - Deliveries or Performance DELIVERY INFORMATION CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS UIC 0001 POP 01-OCT-2004 TO31-DEC-2004 N/A NAVAL MEDICAL CENTERTELECOMMUNICATION/MGMT. INFO. DEPT/RM 161CHARETTE HEALTH CARE CENTERBLDG. 227 EFFINGHAM STREETPORTSMOUTH VA 23708757-953-0017FOB: Destination N00183 0002 POP 01-OCT-2004 TO31-DEC-2004 N/A (SAME AS PREVIOUS LOCATION)FOB: Destination N00183 0003 POP 01-OCT-2004 TO31-DEC-2004 N/A (SAME AS PREVIOUS LOCATION)FOB: Destination N00183 CLAUSES INCORPORATED BY REFERENCE 52.242-15 Stop-Work Order AUG 1989 Section G - Contract Administration Data CLAUSES INCORPORATED BY FULL TEXT Invoicing Terms: SECTION SF 30 BLOCK 14 CONTINUATION PAGE INVOICING INSTRUCTIONS AND PAYMENT FOR SERVICES and SUPPLIES Invoices for services and supplies rendered under this Contract shall be submitted electronically through Wide Area Work Flow ? Receipt and Acceptance (WAWF): The vendor shall self-register at the web site https://wawf.eb.mil. Vendor training is available on the internet at http://wawftraining.com. Select the 2-in-1 Invoice within WAWF as the invoice type. The 2-in-1 Invoice prepares the Material Inspection and Receiving Report, DD Form 250, and invoice in one document. Back up documentation (such as service tickets, etc.) can be included and attached to the invoice in WAWF. Attachments created in any Microsoft Office product are attachable to the invoice in WAWF. The following information regarding Naval Medical Center Portsmouth is provided for completion of the invoice in WAWF: Issuing Office DODAAC: N00183 Admin DODAAC: N00183 Acceptor DODAAC: N00183 LPO DODAAC: N00183 Pay DODAAC: N68688 The contractor shall submit invoices for payment per contract terms. The Government shall process invoices for payment per contract terms. For more information on Wide Area Workflow, please contact the Wide Area Workflow Implementation Team at wawf@nmlc.med.navy.mil.
 
Place of Performance
Address: 620 John Paul Jone Circle, Portsmouth, Va
Zip Code: 23708
 
Record
SN00659388-W 20040829/040828101619 (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.