MODIFICATION
70 -- PHONE SWITCH UPGRAGE
- Notice Date
- 8/8/2007
- Notice Type
- Modification
- NAICS
- 423430
— Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
- Contracting Office
- Defense Information Systems Agency, Procurement and Logistics, DITCO-Scott, 2300 East Dr. Building 3600, Scott AFB, IL, 62225-5406, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- CMT81207045
- Response Due
- 8/17/2007
- Archive Date
- 9/1/2007
- Point of Contact
- Tara Whitaker, Contract Specialist, Phone 618-229-9485, Fax 618-229-9177, - Tara Whitaker, Contract Specialist, Phone 618-229-9485, Fax 618-229-9177,
- E-Mail Address
-
Tara.Whitaker@disa.mil, Tara.Whitaker@disa.mil
- Description
- This amendment is to provide questions and answers for the requirement: a. What is the serial number of the switch? 20085365 b. Can DITCO provide a OrderPro LOG file from the switch or allow us remote access to the switch so we can extract this information? We can provide files, but we will not allow outside access to a vendor not listed on a maintenance contract. We also do not use OrderPro. c. Can DITCO provide a bayface drawing of the switch that includes part numbers and releases of all cards within the switch? This will allow us to ensure the new software is compatible with existing cards. Drawing can be provided. d. Please confirm that the switch is DC-Powered? We notice the replacement CE power supplies identified in the solicitation are DC but we would like confirmation that the switch is DC powered. The switch is in-fact DC powered. e. Please provide an inventory of the types and quantities of auxiliary equipment associated with the switch. For example, MIRan cards, Symposium, remotes (such as fiber, carrier, etc.) There will be an attached list of auxiliary equipment. f. Are there any older PE/EPE cards for lines and trunks? All cards are original so they are all old. g. Are there any SL-1 telephone sets or attendant consoles that operate off SL-1 line cards? No, all attendant consoles come directly from our line cards, not SL-1. h. Is it the desire of DITCO to convert the existing MMail Module to an IPE Module? Is this module DC-powered? DITCO wants MMail replaced with the new Nortel Call Pilot 4.0 Must be D/C Powered. i. Is it the desire of DITCO to convert the IGM Module to an IPE Module? Is this module DC-powered? Yes, and Yes. j. Is there an existing IP media card? The list of material does not add a IP media card so we assume one already exists in the switch. What is the part number and release version of this card? DITCO does not currently have an IP Card, however we would like to eventually explore VoIP and would like to have that capability after the upgrade has been completed. k. How many signaling servers are there? There is one identified in the parts list but is there already one on-site. If so, what firmware release is on it? There is only one signaling server. l. What are the facility access requirements? We know the base access requirements but it DITCO has access requirements above and beyond these we need to know those. Ref: DOD Industrial Security Regulation http://www.dtic.mil/whs/directives/corres/html/522022m.htm 1. Frequently I am asked about getting official visitors onto base and into building 3600. Below are instructions for both. 2. If your visitor does not have a CAC and a decal to get onto base, you will need to call the front gate from an ON BASE telephone and sponsor them through the gate. The number for the Shiloh gate is: 256-6663. Make sure you tell your visitor that they will need a current insurance card, current driver's license or other picture ID, and a current vehicle registration or rental contract. Also be sure to give them directions to the building and make sure they know where to park when they get here. 3. Personnel without a security clearance: If they do not have a security clearance, then they will have to be escorted by you or another DITCO employee with a picture badge at all times (visitors cannot escort visitors). I would like to get an email from you telling me that you expect them, the date, and their names, but it is not necessary for them to submit a Visit Access Request or Letter (VAR or VAL) to me since they do not have a clearance to verify. 4. If they are DISA military, government or contractor: Instruct them to bring their DISA badge with them as identification for building access. They will be issued a visitor badge at the security window. Again, I would like a heads up in the form of an email from you telling me you are expecting DISA visitors, their names and the date of their arrival. 5. If they hold a security clearance, but do not work for DISA: Several days before their visit, their security manager will need to fax a completed VAR/L to CML 618-229-9698 DSN 779-9698 (DITCO Security office). Additionally, visit requests can be submitted via JPAS to SMO code: DKADAL. Information to include is below. 6. There is no "form" for a VAR/L (a DISA Form 43 is for DISA's use only). The content of a VAR/L is covered in the Industrial Security Regulation, DOD 5220.22-M or in the DOD Physical Security Regulation 5200.8-R. A VAR/L requesting unescorted access to DITCO must include the following information: a. Agency/Company name and address b. Name and address of facility to be visited (DITCO, 2300 East Dr., Scott AFB, IL 62225) c. Date(s) of visit d. Purpose of visit (Why are they coming to DITCO?) e. Contract number (if applicable) f. Hosting facility POC?s full name and telephone number (This would be YOU, not me, I am not their POC). g. Visitor?s name, social security number, date and place of birth, citizenship, clearance data (clearance level, agency who granted clearance and date granted) h. Agency/Company cognizant security office name and address i. Agency/Company clearance data (clearance and safeguarding levels, date granted and CAGE code) j. Agency/Company security officer?s name, telephone number, signature and date Just for information purposes, a review of the solicitation parts list appears to be incomplete for the following reasons: a. List of materials did not contain any JITC-Hardening parts for the switch. This is required with Release 4.5 DSN software The only information that I was able to find in the JITC regarding hardening was in publication CJCSI 6212.01D (IOP & Spt IT/NSS which stated: Critical Infrastructure Protection. Actions taken to prevent, remediate, or mitigate the risks resulting from vulnerabilities of critical infrastructure assets. Depending on the risk, these actions could include: changes in tactics, techniques, or procedures; adding redundancy; selection of another asset; isolation or hardening; guarding, etc. If there is something I missed, please send me that technical publication and I will address that question then. b. List of materials did not contain any JITC-Hardening parts for the new Call Pilot. This is required with Release 4.0 call pilot software The only information that I was able to find in the JITC regarding hardening was in publication CJCSI 6212.01D (IOP & Spt IT/NSS which stated: Critical Infrastructure Protection. Actions taken to prevent, remediate, or mitigate the risks resulting from vulnerabilities of critical infrastructure assets. Depending on the risk, these actions could include: changes in tactics, techniques, or procedures; adding redundancy; selection of another asset; isolation or hardening; guarding, etc. If there is something I missed, please send me that technical publication and I will address that question then. c. List of materials did not identify a need for Release 4.5 Nortel CDs containing the Technical Publications T-PUBS will be needed. d. List of material did not identify spares. New components are being introduced but there was no sparing of these new components. No Sparing will be done as we will have a maintenance agreement with the awarded vendor. e. The List of materials adds five (5) IP telephone sets, but it does not add any IP software. We are assuming that there are enough TNs to support these IP sets.. VoIP package was included in the initial agreement. IP software will be needed. f. The parts list does not add any ASVALAN gear. As the switch is going to Release 4.5 which does require JITC certified equipment for VoiP, is there any LAN gear that will connect to this switch? Yes, there will be LAN gear attached but not at this time. Referance #: CMT81207045 The Defense Information Technology Contracting Organization (DITCO), Contracting Division, HardwareSection (DITCO/PL8322), 2300 East Drive, Scott AFB IL 62225-5406, intends to issue 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 only solicitation; quotes are being requested and a written solicitation will not be issued. This acquisition is for the purchase of a Nortel Phone Switch Upgrade and maintenance services for DITCO and upgrades PBX to Succession Release 4.5 and Migrate to Call Pilot 4.0. The requirement is for the Upgrade of Nortel Option 81c Telephone Switch System and Upgrade the Switch with new hardware and software located at DITCO bldg 3600, for the period 15 July 2007- 30 September 2007. All quotes must be for BRAND NEW products. Quotes for used, re-furbished, etc items will not be accepted. This requirement is not set-aside. Contract award cannot be made to any contractor not enrolled in the Department of Defense (DOD) Central Contractor Registration (CCR) program. The CCR website is http://www.ccr.gov. Vendors providing quotes must be authorized resellers of the OEM. All quotes are due NLT 17 Aug 2007, 10am CST. Questions will be accepted until 14 Aug 2007, 10am CST. Please contact Tara.Whitaker@disa.mil with questions. Evaluation of quotes will be conducted using Simplified Acquisition Procedures per FAR Part 13.106. The evaluation criterion is: TECHNICAL ACCEPTABLENESS(1) AND PRICE (2). PROVIDE THE FOLLOWING CONTRACTOR INFORMATION ON YOUR SUBMITTED QUOTE: 1. DUNS Number _________________________________________ 2. TIN Number ___________________________________________ 3. CAGE Code ___________________________________________ 4. Contractor Name ______________________________________________________ 5. Payment Terms (net 30) or Discount _____________________________________ 6. Delivery Date _________________________________________ 7. Business Size (i.e. small, women-owned, etc.)______________________________ 8. Point of Contact & Phone Number________________________________________ 9. Fax Number _____________________________________ 10. Email address___________________________________________________ 11. FOB (destination or origin)_______________________________________ SUMMARY OF REQUIREMENTS Including Installation (OBJECTIVE) Upgrade PBX to Succession Release 4.5 and Migrate to Call Pilot 4.0 Migration of approximately 600 Meridian Mail users data to Call Pilot Card Cage Upgrade and FNF installation to performed after hours Call Pilot to be installed during normal hours Call Pilot Migration to be done after normal hours Basic Call Pilot Admin Training Installation includes 1 year warranty on parts and labor included with proposal Cutover to take over after normal duty hours Hardware may be changed during duty hours as long as no outages occur Government will be responsible to provide escorts Qty Part # Description 1 N0119574 NORTEL 25FT ETHERNET CABLE, CAT 5 2 NT6D41CA PWR Supply DC CE CEPS-DC 1 NTE900KX CS 1000M MG Specifier code 8 NTE976AA DSN Increment Charge 1 NTE976BA DSN Enhancement Surcharge 704 NTE977LL DSN SW Upg to Cur Like/Like 1 NTHU50DA Cardcage Upgrade to CP PIV DC 1 NTRH9017 NORTEL 10BASET TWISTED PAIR HUB 1 NTUB53AB CP(OHW) Extrnal Tape Drive Kit 1 NTUB56CA IPE Monitor Kit 1 NTZE39AB CP_M1 CS1000M E S/W Intgratn 1 NTZE4001 Callpilot New Sys 1 NTZE4008 Meridian Mail to CallPilot Mig 1 A0645811 NORTEL 10BASET HUB POWER CORD 1 NT5D12AHE5 Dual DTI/PRI T1 Card 2 NT5D52ACE5 Ethernet Adapter IPE Mod 2 NT8D79AC Cable PRI/DTI Clock Ctrllr 4ft 2 NT8D79AD Cable PRI/DTI Clock Ctrllr 6ft 1 NTDU27DC Signaling Server - Release 4.5 5 NTDU92BBGS IP 2004 Charc T1/Key 1 NTE900PG Opt81/81C FNF Upgrade 1 NTE900PJ PBX 81C/1000M MG upg to CP PIV 8 NTE904DA 8 Adv Net Digital Set License 64 NTE904GA 1 Adv Net ACD Agent License 1 NTHU37AA Upg Network Group to FNF-Grp0 1 NTHU38AA UPG NWK GRP TO FNF (NOT GP 0) 10 NTMN34GA66 M3904 Professional Platinum 2 NTRB53AA Clock Controller PC Pack 4 NTRC48AA Cable 6.5 FIJI Fiber SonetRing 2 NTRH9101 ETHERNET 802.3 10BASE T TRANSCEIVER MAUMIL-10P KIT 1 NTTK14AB PWR Cord 9.9ft 11CM 125VA 1 NTUB16AB CallPilot External MODEM Kit 1 NTUB24BA CP4.0 Migr. Util Kit 1 NTUB59AC IPE CD-ROM Kit 1 NTUB93CA PE-51C81C 1000M S/H/M&1000E 1 NTZB94CCE5 ICB 62-Port Package Release 4 6 NTZE07EA CP(F) Voice Channels 2 Add 1 NTZE19CA Multimedia Mailbox /Voice-100 1 NTZE19EA Multimedia Mailbox /Voice-500 1 NTZE80CA CP4.0 201i Sys 6 P0605337 Panel cPCI Card Slot Filler 1 Training 1 INSTALLATION PRICING FOR ALL LINE ITEMS IS REQUIRED. IF A LINE ITEM IS NO COST PLEASE ANNOTATE. The following provisions apply to this requirement: FAR 52.212-1 Instructions to Offerors-Commercial, 52.212-3 Offeror Representations and Certifications-Commercial Items, FAR Clause 52.212-4 Contract Terms and Conditions-Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statues Or Executive Orders-Commercial Items, 52.203-6 Restrictions on Subcontractor Sales to the Government, Alt I, 52.219-8 Utilization of Small Business Concerns, 52.222-3 Convict Labor, 52.222-19 Child Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Vets, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer, 52.239-1 Privacy or Security Safeguards, 52.222-22 Previous Contracts & Compliance Reports, 52.243-1 Changes-Fixed Price, 52.252-1 Solicitation Provisions Incorporated by Reference, 52.252-2 Clauses Incorporated by Reference, 52.252-5 Authorized Deviations in Provisions, 52.252-6 Authorized Deviations in Clauses, DFARS 252.204-7000 Disclosure of Information, 252.204-7003 Control of Government Personnel Work Product, 252.211-7003 Item Identification and Valuation, 252-212-7001 Contract Terms and Conditions, 252.243-7001 Pricing of Contract Modifications, 52.204-9000 Points of Contact, 252.232-7003 Electronic Submission of Payment Requests, 52.232-9000 Wide Area Workflow, 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Foreign Transactions, 52.203-12 Limitations on Payments to Influence Certain Federal Transactions, 52.204-4 Printed or Copied Double-Sided on Recycled Paper, 52.215-20 Requirements for cost or Pricing Data or Information Other Than cost or Pricing Data, 52.227-2 Notice and Assistance Regarding Patent and Copyright Infringement, 52.232-17 Interest, 52.242-13 Bankruptcy, 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country, 252.209-7004 Subcontracting With Firms That Are Owned or Controlled by the Government of a Terrorist Country, 252.212-7000 Offeror Representations and Certifications-Commercial Items, and 52.217-8 Option to Extend Services. DEFENSE INFORMATION SYSTEMS AGENCY JUSTIFICATION AND APPROVAL (J&A) OTHER THAN FULL AND OPEN COMPETITION Upon the basis of the following justification, I, as the Contracting Officer, hereby approve the use of other than full and open competition of the proposed contractual action pursuant to the authority of 10 U.S.C. 2304(c)(1). Only one responsible source and no other supplies or services will satisfy agency requirements. 1. AGENCY AND CONTRACTING ACTIVITY. Requiring Agency: Defense Information Technology Contracting Organization (DITCO) ATTN: PL812 2300 East Drive Scott AFB, IL 62225-5406 Contracting Agency: Defense Information Technology Contracting Organization (DITCO) ATTN: PL8322 2300 East Drive Scott AFB, IL 62225-5406 2. NATURE/DESCRIPTION OF ACTION. Upgrade of the Nortel Option 81c Telephone Switch System with new hardware and software located at DITCO bldg 3600, for the period 15 July 2007 - 30 September 2007. . A firm-fixed price award is anticipated. 3. DESCRIPTION OF THE SUPPLIES/SERVICES. The vendor will be installing an upgrade package including hardware to the existing Option 81 PBX and its infrastructure. New cards being installed include but are not limited to upgrades to Power Supply Cards, Ring Generator Cards, Digital and Analog Line Cards, Trunk Cards, PRI Cards, Processor Cards and ENET Cards. A drawing designated as ?Proposed Switch Room Layout.vsd? Page-8 will be sent with this document to ensure the proper detail is achieved. 4. IDENTIFICATION OF STATUTORY AUTHORITY. The agency?s requirement is for a specific make and model. Acquisition using other than full and open competition under the authority of 10 U.S.C. 2304(c)(1). 5. DEMONSTRATION OF CONTRACTOR?S UNIQUE QUALIFICATIONS. The Vendor must have expertise in the installation, upgrades, software, operation and special operating features and testing with OPT. 81 Nortel Meridian Phone Switch, Switch View Avotus Intercontrol, Meridian Mail and Call Pilot to include the knowledge of migrating existing Meridian Mail and Data to Call Pilot. The Vendor must have intimate knowledge of the PBX equipment and performs the necessary corrective action to ensure malfunctioning equipment is restored to fully operational mode, provides the tools and expertise required to minimize impact on day-to-day operations to while providing this upgrade. If this upgrade is not completed properly, our ability to provide telephone and voice mail services to DITCO which supports the War Fighter world wide would be diminished. The Option 81 is a Nortel Meridian model exchange and as such will be unable to accept parts and software from a vendor such as Lucent, Avaya or Cisco; they are not compatible. A good number of the cards will be replaced to fit the new backplane, there will be a core upgrade to both the primary and secondary processors to the existing back plane, software will be upgrade to the newest version and the voice mail system will be completely upgraded from Nortel Meridian Mail to Nortel Call Pilot 4.0.
- Place of Performance
- Address: 2300 East Drive, Bldg 3600, Scott AFB, IL. 62225
- Zip Code: 62225-5406
- Country: UNITED STATES
- Zip Code: 62225-5406
- Record
- SN01365391-W 20070810/070808220140 (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 |