SOLICITATION NOTICE
S -- Local Telephone Service.
- Notice Date
- 7/6/2005
- Notice Type
- Solicitation Notice
- NAICS
- 517110
— Wired Telecommunications Carriers
- Contracting Office
- Other Defense Agencies, Office of the Secretary of Defense, Defense Microelectronics Activity, Contracting Division 4234 54th Street, Building 620, McCellan, CA, 95652-1521
- ZIP Code
- 95652-1521
- Solicitation Number
- H94003-05-R-0005
- Response Due
- 7/20/2005
- Archive Date
- 8/4/2005
- Small Business Set-Aside
- Total Small Business
- 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 solicitation; proposals are being requested. Solicitation number is H94003-05-R-0005, and the solicitation is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-04. Set-aside: Total small business; associated North American Industry Classification System (NAICS) code is 517110; small business size standard: 1500 employees. Small Business Competitiveness Demonstration Program: not applicable. The Defense Priorities and Allocations System (DPAS) rating is DO-S1. The date and time offers are due: 07/20/05 10:00am Pacific time to DMEA, Contracting Office, 4234 54th Street, McClellan, CA 95652-2100. E-mailed or faxed offers are encouraged: email verner@dmea.osd.mil, fax: (916) 231-2835. The name and telephone number of the individual to contact for information regarding the solicitation: Contract Specialist Kurt Verner, (916) 231-1525. This requirement is to provide Local Telephone Service for DMEA as defined herein. The objective of this Statement of Work (SOW) is to obtain local telephone communications service and support. Included in the contract are provisions for the reuse of the existing PBX and if needed the purchase of and interface between the PBX and new phone service line. 1.1 Background: Telephone service for DMEA employees and DMEA customers is a vital part of the engineering process. Long distance is provided for under another DMEA contract and is not a part of this agreement. 1.2 Location: 4234 54th Street, McClellan, CA, 95652. 1.3 Additional Information: The NPA for DMEA is 916. The present NXXs for DMEA are 231 and 414. 2.0 Definitions: The following definitions are given for the purpose of this contract: demarc: A demarc (an abbreviation for demarcation point) marks the point where communications facilities owned by one organization interface with that of another organization. In telephone terminology, this is the interface between customer-premises equipment and telecommunications service provider?s equipment. A synonym is network terminating interface (NTI). NPA: Numbering Plan Area (telephony, AKA: Area Code). NXX: Network Numbering Exchange (in North American Numbering Plan). 3.0 Requirements: 3.1 Location: The telecommunication circuit shall be installed at 4234 54th Street, McClellan, CA 95652. The contractor shall install a telecommunications circuit and provide telecommunications service. The telecommunication communication circuit shall be installed in room 159. Installation shall be accomplished so as to minimize downtime of DMEA?s telephone connection and service. Additional work shall be performed at the contractor?s site as needed in support of this contract. 3.2 Current equipment and related information: At present, DMEA uses a PBX switch made by Tadiran. Local telephone service is provided over ISDN via PRI. Reuse of the existing PBX shall be a requirement of this contract. DMEA uses an Adtran T1 CSU (Ace) as the interface between the phone company circuit and one PRI card installed in the Tadiran switch that accepts the PRI circuit (23 ISDN channels). We have a spare T1 card that was used with our previous T1 service. DMEA calls go out from the lower ISDN channels up, and incoming calls come from the higher ISDN channels down. DMEA has never run out of open channels for our calling needs ? usually many channels are idle. The number of channels shall not be reduced by this new contract. 3.3 Work to be performed: The contractor shall install all necessary hardware as required to provide the telephone communication service to DMEA. The new telecommunications circuit and service shall be fully operational within 30 days ARO. The Contractor shall submit a Site Preparation Plan to the Contracting Officer within 10 days ARO. The Site Preparation Plan shall identify all changes required of Government-provided space in order to deliver services. All costs associated with any site changes will be determined and negotiated. DMEA will approve or request changes to the site preparation plan within 5 business days. After submission and acceptance of the Site Preparation Plan, further alterations or modifications in the site preparation plan which are directly attributable to failure to adequately identify changes initially shall be furnished at no cost to the Government, and any additional non-recurring and recurring charges attributable to those alterations or modifications shall unless directed by the Government be borne by the Contractor. 3.4 Security: The contractor is required to provide advance notification prior to conducting any on-site inspection, installation or maintenance. A two (2) hour minimum notice during normal business hours shall be given. In general, all installation and maintenance work will be performed by US citizens. Exceptions to this can be made (1) if no US Citizen is capable of performing the work and (2) with the advance approval of the DMEA director. Contractor personnel shall provide proof of citizenship in accordance with the DMEA visitor approval process in effect at the time the visit is requested and prior to being allowed entry into DMEA facilities. During periods of exceptionally heightened security, additional advance notice and background investigations of contractor personnel may be required prior to gaining entry into DMEA. DMEA may at that time require additional minimum notice during normal business hours be given. Exceptions to these requirements can only be made with approval of the DMEA director. Exceptions generally require 5-10 working days advance notice. 3.5 Applicable standards: All preparations shall be in compliance with the Original Equipment Manufacturer (OEM), Electronic Industries Association (EIA), National Electrical Code, and all state and local codes. 3.6 Acceptance criteria: The contractor shall develop and conduct an acceptance test that demonstrates to DMEA that all requirements of this contract have been met. The initial acceptance test shall be conducted and successfully completed immediately after installation of the new telephone communication circuits. 3.7 Special requirements: The following special requirements apply to this contract: 3.7.1 The contractor shall provide a cut over plan that brings up trunk service at least 3 days prior to the agreed cut over. The plan shall cover installation and testing of the circuit to prove stability to DMEA representative. Circuit must remain up for three days before cut over will be attempted. Cut over test will be done no later than the weekend prior to the agreed cut over date. DIDs (Directed Inward Dialing) will be moved to the new service and after testing, the trunk shall remain operating to handle all inbound traffic. PBX will be reconfigured by DMEA during the cutover to allow outbound calls to be routed out the new service. Downtime during normal work hours (6 AM to 6 PM Monday through Friday) shall not exceed 2 hours total during the change over. 3.7.2 The contractor shall reuse the existing PBX equipment and interface cards to the greatest extent possible. If the interface card between the PBX and the contractor provided circuit must be replaced, the contractor shall provide and install the equipment. The contractor shall identify any needed hardware and software options to be installed on the TADIRAN PBX to ensure compatibility. The contractor shall provide any necessary cables for the new equipment. DMEA shall own the equipment past the demarc. 3.7.3 The contractor shall be responsible for the installation, configuration and integration of all equipment affected by this contract including but not limited to the telecommunications circuit interface if required, the data communication circuit, and the router. 3.7.4 The contractor shall ensure that DMEA has the continued use (number portability) of its existing phone numbers. DMEA has 300 DIDs -- 275 are 231 (1505 to 1679 and 2801 to 2900) exchange (1505 to 1679 and 2801 to 2900) and 25 are 414 exchange (0343 to 0367). 3.7.5 The telecommunications circuit shall be fully operational on a 24 hour 7 day schedule at least 99.9% of the time. The contractor shall provide 24 hour 7 day monitoring of the telecommunications circuit to ensure proper operation of the line. DMEA shall be informed within 15 minutes when the telecommunication circuit or service is down. When problems are suspected, the contractor shall conduct all needed tests and diagnostics to determine the source of the problem and shall ensure corrective action is taken. 3.7.6 The use of a trouble tracking system shall be available to enable DMEA to track the status of reported or known problems. Using this system, DMEA shall be notified of problems affecting the service by at least one and preferably at least two of the following methods: phone, fax, or email. 3.7.7 The contractor shall submit monthly invoices to the Government billing address shown on the applicable order by the 20th of the month following the month in which the charges occurred. All charges shall be billed in arrears. In addition to the information required in FAR 52.212-4(g), with the invoice,the following additional information shall also be included on all invoices: Billing period (dates), Location of services, Complete telephone number assignments, Effective date(s) of charges, Sub and grand totals, Past due charges and/or credits, Summary of current charges including charges for local, flat rate or measured service and local long distance calling shall be detailed. Charges for local long distance calling shall specify at least the number called, minutes used, and amount charged. Invoices will be handled in accordance with the Prompt Payment Act (31 U.S.C. 3903) and OMB prompt payment regulations at 5 CFR part 1315. 3.7.8 The use of flat rate service within the local calling area shall be preferred over measured rate service. The local calling area shall be defined to cover at least an 18 miles radius around the general area of McClellan CA, 95652 in the 916 area code. At present, charges for long distance service outside the local calling area, are covered under a separate contract. Long distance calls shall be passed to the incumbent long distance carrier, presently MCI under FTS 2001. 3.7.9 Calling station identification (Caller ID) shall be furnished. 3.7.10 A minimum of one phone number/line shall be provided to permit inbound calls from the Roseville Telephone Company service area to be toll free, the current number is 916-643-6316. 3.7.11 Contractor customer service shall only accept direction from DMEA personnel and DMEA?s Future World contractor personnel who provide a mutually agreed password or other form of authentication. At the contractor?s discretion a limit may be placed on the number of personnel who can contact customer service. A Minimum of at least three (3) individuals shall be allowed to contact customer service in addition to the Contracting Office. 3.7.12 Functionality of the existing local calling service shall not be diminished under the terms of this contract. FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items, Jul 2002 must be submitted with offers. The following Federal Acquisition Regulation provisions apply: FAR 52.211-15, Defense Priority and Allocation Requirements, Sep 1990; FAR 52.252-2, Clauses Incorporated by Reference, Feb 1998; FAR 52.212-2, Evaluation ? Commercial Items, The following factors shall be used to evaluate offers: Technical, Past Performance, and Price. Technical and past performance, when combined, are significantly more important than price. The following criteria are critical and bidders are required to demonstrate their ability to comply with these criteria when submitting their proposals. Failure to provide any one element in this section shall be cause for elimination from consideration: Contractor shall certify their ability to meet all requirements of each of the paragraphs in Section 3. Contractor shall clearly identify the costs for installation and for operation of the telephone circuit for the initial year and for four option years. Preference shall be for fixed monthly cost for unlimited usage. Contractor shall provide a tentative plan, including timeline, for the installations of the local phone service connection lines. Installation and cutover plans shall demonstrate the ability to minimize downtime for DMEA?s phone service. Plans shall address all aspects of the move including support for any needed configuration changes to the existing connection and the Tadiran switch. Contractor shall have a local presence in the greater Sacramento, California area and shall show that they have been performing work similar to the requirements of this contract for at least three (3) years. Contractor shall demonstrate that trouble reports can be initiated and serviced on a 24 hour basis and that the customer service center is manned 24 hours a day, 365 days a year. Contractor shall give references to at least 3 other customers using their local telephone services. Contractor shall identify the number of similar size accounts they are currently handling. For pricing and evaluation purposes, the following criteria are provided: The total value of the contract should be based on either (a) a fixed monthly fee for unlimited minutes for all 5 years of the contract plus installation costs or (b) a fixed monthly fee plus per minute charges based on Jun 2004 ? May 2005 average of 13532 minutes per month used plus installation costs. In the later case, since virtually all of DMEA?s minutes are daytime minutes, DMEA will compare costs based on the assumption that 95% of our average minutes used are daytime minutes and that the remaining 5% of minutes used are equally divided between evening and nighttime minutes. DMEA will further assume an increase of 10% per year in minutes used for each of the four option years. FAR 52.212-4, Contract Terms and Conditions ? Commercial Items, Oct 2003; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items, Apr 2005 (additional provisions to be determined by the Contracting Officer after receipt of offers); FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I, Oct 1995; FAR 52.219-8, Utilization of Small Business Concerns, May 2004; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies, Jun 2004; FAR 52.222-21, Prohibition of Segregated Facilities, Feb 1999, FAR 52.222-26, Equal Opportunity, Apr 2002; FAR 52.222-35, Affirmative Action for Special Disabled Vietnam Era Veterans, Dec 2001; FAR 52.222-36, Affirmative Action for Handicapped Workers, Jun 1998; FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of Vietnam Era, Dec 2001; FAR 52.225-13, Restrictions on Certain Foreign Purchases, Mar 2005; FAR 52-232.33, Payment by Electronic Funds Transfer ? Central Contractor Registration, Oct 2003; FAR 52.217-8 Option to Extend Services NOV 1999; FAR 52.217-9 Option to Extend the Term of the Contract MAR 2000; FAR 52.232-18 Availability of Funds APR 1984; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items, Jun 2005 (additional provisions to be determined by the Contracting Officer after receipt of offers); DFARS 252.225-7001, Buy American Act and Balance of Payments Program, Jun 2005. Invoice Requirements: In accordance with FAR 52.212-4, paragraph (g), the contractor shall submit an original and three copies (or electronic invoice if authorized) to: Defense Microelectronics Activity, Contracting Office, 4234 54th Street, McClellan, CA 95652-2100. As the receiving document, the contractor shall submit, along with the invoice, the SF 1449 with block number 33 completed. Contractors must be registered in the Central Contractor Registration (CCR) database prior to an award. All responsible sources may submit a proposal, which shall be considered by the agency. For a purchase description organized in an outline form, send an email request to verner@dmea.osd.mil or submit a fax request to (916) 231-2835. Your company?s full name and address must be included in your request for our file.
- Place of Performance
- Address: 4234 54th Street, McClellan, CA
- Zip Code: 95652
- Country: USA
- Zip Code: 95652
- Record
- SN00842456-W 20050708/050706212649 (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 |