SOLICITATION NOTICE
58 -- Little Rock Arkansas Switch Upgrade/Expansion of Exising Seimen's 4000 Voice Network
- Notice Date
- 8/18/2009
- Notice Type
- Presolicitation
- NAICS
- 517911
— Telecommunications Resellers
- Contracting Office
- Department of Veterans Affairs, VA Technology Acquisition Center, VA Technology Acquisition Center, Department of Veterans Affairs;Technology Acquisition Center;260 Industrial Way West;Eatontown NJ 07724
- ZIP Code
- 07724
- Solicitation Number
- VA-798T-09-RQ-0017
- Response Due
- 9/15/2009
- Archive Date
- 10/15/2009
- Point of Contact
- Betty J CuzzolinoContract Specialist<br />
- E-Mail Address
-
Contract Specialist
(betty.cuzzolino@va.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- The Department of Veterans Affairs, Office of Acquisition and Logistics, Technology Acquisition Center has a requirement for an upgrade/expansion of an existing Exchange or Voice Network at the Central Arkansas Veterans Healthcare System. The upgrade/expansion shall encompass the specified equipment in the Statement of Work (SOW) and any attachments thereto, necessary to replace the existing legacy voice telephone system. The Voice Network components offered for this upgrade/expansion in this procurement shall be fully electronically, logically (software) and physically compatible and interoperable with the existing HiPath 4000 and associated Internet Protocol Distributed Architecture (IPDA) remote shelves. The upgrade/expansion of the existing Voice Network HiPath 4000 shall be provided at the Main VN Site (Alpha Site, Rm. 30, B. 58, NLR Campus); the existing survivable IPDA site in Rm. GK107, B. 170, NLR Campus (Bravo Site); the existing survivable IPDA Site in Rm. GC196, Little Rock Campus (Delta Site); and a new IPDA be installed in Rm. 1, B. 7, NLR Campus (Charlie Site). The contractor shall be responsible for meeting the contract specifications for the VA. The Voice Network equipment shall operate in accordance with the manufacturers commercial specifications. It shall be designed and constructed to give a 99.9 Mean Time Between Failure Rate and a VoIP service grade of 99.999. The basic requirement is for the upgrade/expansion of an existing, on-premise, digital/analog VoiceNetwork (VN) system. The existing Voice Mail system (Siemens Xpressions) is sized to meet the facilitys future VM requirements, so no changes in capacity are required. The existing Automated Attendant (call processing) System (Interalia XMU Plus) will be expanded by way of adding additional port capacity. The existing Automated Call Distribution (Siemens ProCenter) will be expanded to replace the obsolete legacy system. Call Detail Recording (CDR) functionality is already provided through inclusion with the existing VISN 16 centralized MTS IntegraTRAK system, but CDR data receptors will need to be relocated from legacy equipment to the existing HiPath 4000. Trunk Traffic Analyses (including VoIP trunks) functionality is already accomplished through inclusion with the existing VISN 16 Centralized Traffic Analysis function. Voice over Internet Protocol (VoIP) functions are already supported for both trunks and end user devices, but the existing channel capacity of VoIP components is required to be increased. The contractor will be responsible for Warranty, Maintenance and Follow-on Services for a period of twelve months after acceptance. Warranty services shall include a guaranteed 2-hour response time 24 hours by 7 days to all emergency maintenance calls and a 24 hour response time for routine maintenance. Routine Follow on services include moves, adds and changes. The prime contractor shall provide documents certifying its VN system installation; maintenance and follow-on service personnel are Original Equipment Manufacturer (OEM) trained and certified on the type of systems to be installed at the Veterans Medical Center (VAMC). Additionally, the contractor is responsible for insuring that all system maintenance personnel dispatched to the VA for system maintenance are manufacturer trained. A site visit is encouraged. Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. The acquisition will be competed on a restricted basis to Service Disabled Veteran Owned Small Businesses (SDVOSBs) under the authority of 38 USC 8127 using simplified procedures as authorized by FAR 13.500, with the requirement to use Siemens brand equipment to perform the upgrade/enhancement. This acquisition will be 100 % SERVICE-DISABLED VETERAN-OWNED BUSINESS (SDVOSB), set-aside for a, Firm Fixed Price contract. Deliverables are to be FOB Destination with Inspection/Acceptance FOB Destination. The NAICS Code for this procurement is 517911 with the corresponding small business size standard of 1500 employees. The solicitation number assigned to this effort is VA-798T-09-RQ-0017 and will be issued on or about 28 August 2009. An award date of no later than 30 September 2009 is desired. All responsible sources may submit a proposal which shall be considered by the agency.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/318d29ae46f253841bf849c9a1d7560b)
- Record
- SN01916122-W 20090820/090819000613-318d29ae46f253841bf849c9a1d7560b (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 |