Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2010 FBO #3163
SOURCES SOUGHT

J -- VTC SYSTEM MAINT & REPAIR

Notice Date
7/21/2010
 
Notice Type
Sources Sought
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
Fort Stewart DOC, Directorate of Contracting, 976 William H Wilson Ave, Ste 100, Fort Stewart, GA 31314-3322
 
ZIP Code
31314-3322
 
Solicitation Number
0010011643VTC
 
Response Due
7/30/2010
 
Archive Date
9/28/2010
 
Point of Contact
wing.leung, 9127673771
 
E-Mail Address
Fort Stewart DOC
(wing.leung@conus.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Request information on if there is any vendor in the market qualified to take on following job : Maintenance Statement of Work (SOW) ( VTC Bridge Maintenance in GA. 31314) Scope of Work The VTC Bridge and all associated equipment, hereunder, system will be kept within operational standards. In the event of a nonoperational status of any bridging or associated component occurs the vendor will be responsible for resolving all nonoperational issues/concerns. Within thirty days after contract award, the vendor shall provide the KO and the COR with a list of personnel who have been hired to perform work under this contract. Investigative paperwork for personnel security clearances, if required, shall be initiated at this time. This Personnel Data Report shall contain the complete name, position, telephone number, location, arrival date, projected departure date for each employee, to include data for all projected hires. The personnel list shall be submitted every 15 days during phase-in. After start of full-performance, the personnel list shall be submitted to the KO and COR by the 5th calendar day of each month. The Vendor shall notify the COR in writing of any addition or deletion of personnel, or change in work assignment, within 2 workdays of such change. The Vendor shall submit a complete list update to the KO and COR within fifteen workdays after the start date of each option year. Help Desk Support The VTC Bridge and all associated equipment, hereunder, system will be kept within operational standards. The Vendor Technical Assistance Center (VTAC) will maintain a fully functional, operational technical assistance center which provides support to Vendor customers. The VTAC is located at Vendors office in the United States. Vendor will provide unlimited toll-free telephone Help Desk support, including after business hours, weekends, and holidays, to the designated VTC Room Facilitators for problem identification and resolution. After-hour support will be provided using a toll-free number and pager response. Upon notification of a system breakdown, the Maintenance support services will be provided via Vendors Help Desk 24-hour telephone support and overnight advance shipment of parts for the Tandberg Codecs (Coders/Decoders). The VTC Bridges and room peripherals, audio and/or video subsystems, etc., are included as a part of this technical support agreement. Consumable materials (i.e. projector lamps) are not a part of the proposal price.. In the event of a nonoperational status of any bridging or associated component occurs the vendor will be responsible for resolving all nonoperational issues/concerns. Normal government business hours will be adhered to when requesting access to perform system maintenance. The current government hours of operation at Ft. Stewart where this system is located is Monday through Friday 06:00-18:00. The vendor must provide an onsite call back to the end user within 1 hour of receiving the notification an issue /problem is noted on such system. The vendor will be responsible for dispatching a technician within 8 hours after the initial phone consult has been determined to be nonsufficient. The vendor must be on site within 24 hours of the problem was first identified to the vendor. The vendor must install and reinstall any equipment/system non operational within 48 hours upon a trouble call and or communication is initiated by the government. The vendor for this contract will ensure the Government has 24/7 access to the vendors maintenance department by providing within normal business hours and access in case of emergency. Software updates will be the provided by the maintenance vendor on a need base as directed by NEC and or industry standard in accordance with best business practice. The maintenance vendor will be responsible for preventive maintenance and quality assurance will be conducted at a minimum of twice a year and whenever software and other supports updates are deemed to be necessary. The vendor shall collaborate with Network Enterprise Center (NEC) to develop and implement a Quality Control Plan (QCP) to satisfy the specific requirement of the contract and any requirement directed by NEC. The vendor will be responsible for Installing and uninstalling all equipment needing repairs. The end user can assist the vendor upon request to expedite the process. The vendor will report and document all types of maintenance, diagnostics and problem solving results directly to the government and its representative immediately after each on site visit be responsible for informing the government what was wrong and what the solution was to resolve the system problem. The vendor will provide a four hour block of training on any equipment on the system and related updates installed into the current solution. All data collected and developed are solely the property of the Government. All equipment will be inventoried annually by the maintenance vendor and the end users. This inventory will be provided to the government after the inventory is completed. Under the purchase order of this maintenance contract, the government has an option to trade in the old equipment and get credit from the vendor in a fair price and or upgrades with no cost to the government. All equipment sold to the Government by the vendor must meet Joint Interoperability Certification (JIC) and Information Assurance Accreditation (IA) in accordance with the Department of Defense Instruction DoDI 8100.3 and DoDI 4630.8. The vendor is committed to price matching on all consecutive maintenance years forthcoming. (AES) Authentication Encryption Security (COR) Contracting Officer Representative (CAC) Common Access Card (ID) Infantry Division (DISN) Defense Information System Network (DPAS) Defense Property Accounting System (DSN) Defense Switch Network (GFP) Government Furnished Property (IAVA) Information Assurance Vulnerability Assessment (IP) Internet Protocol (ISDN) Integrated Services Digital Network (KO) Contracting Officer (NEC) Network Enterprise Center (OCI) Organizational Conflict of Interest (PBO) Property Book Officer (PWS) Performance Work Statement (QCP) Quality Control Plan (SIPR) Secret Internet Protocol Router (MPS) Media Processing System (MCU) Multipoint Video Control Units (VTAC) Vendor Technical Assistance Center The following items and associated equipment will be covered under this solicitation for maintenance agreement. REFERENCE: Maintenance Agreement for CLASS/UNCLASS VTC 1 Year Service Agreement This covers a comprehensive Service Maintenance Agreement request from Fort Stewart NEC to have a contractor provide the following requirements if granted the service agreement: 1) Cover all VTC technology under a Master Service Agreement which provides access to 24/7 help desk for trouble diagnosis and parts replacement. 2) Next Business Day Parts ship out (freight to/from included). 3) Access to manufacturer software updates when available. 4) Professional Services able to deploy on site as needed by the client to meet readiness requirements. Line Items Description Qty CLASSIFIED BRIDGE Tandberg MPS 800 S/N 58.01778 Service Ends 5/31/2011 1TANDBERG MPS 800 - Service Contract1 2Additional 20 MCU media ports TANDBERG MPS (IP Only, Transcoding & AES included - media board included) - 16 ports fully featured - Service Contract3 3Advanced Video Option (AVO) for 20 MCU ports for TANDBERG MPS - Service Contract3 S/N 80A03947 Service Ends 5/31/2011 4TANDBERG Management Suite server license - Including Scheduler and 10 systems - Service Contract1 5TANDBERG Management Suite - Additional 25 systems - Service Contract2 S/N 37A03381 Service Ends 5/31/2011 6TANDBERG Gatekeeper - 125 registrations, 25 local network calls calls and 5 firewall traversal calls - Service Contract1 Adtran Atlas S/N H50A2476 Service Ends 5/31/2011 7TI PN 9901Enhanced Network System- Service Contract1 Tandberg MPS 800 S/N 58.01699 Service Ends 5/31/2011 8TANDBERG MPS 800 -Service Contract1 9Additional 20 MCU media ports TANDBERG MPS (IP Only, Transcoding & AES included - media board included) - 16 ports fully featured -Service Contract1 10Advanced Video Option (AVO) for 20 MCU ports for TANDBERG MPS - Service Contract1 11External Network (8 x V35/8 x X.21/RS-449 with RS-366 dialing or leased line) interface for TANDBERG MPS - Service Contract1 122 x E1/T1 for ISDN-PRI interface for TANDBERG MPS -Service Contract1 S/N 80A03946 Service Ends 5/31/2011 13TANDBERG Management Suite server license - Including Scheduler and 10 systems - Service Contract1 14TANDBERG Management Suite - Additional 25 systems - Service Contract2 S/N 37A03422 Service Ends 5/31/2011 15TANDBERG Gatekeeper - 125 registrations, 25 local network calls and 5 firewall traversal calls -Service Contract1 All Serial Numbers 16Two (2) Preventative Maintenance site visits to be made between June 1, 2010 and May 31, 20111 Vendor Help Desk technicians troubleshooting will include network Line Interface Unit (LIU) fault isolation to determine whether the fault is on the network or customer premise side of the demarcation point. If the fault is with the LIU, Local Exchange Carrier (LEC), or with a proprietary piece of the control system, Vendor will interface with other contractor personnel or network personnel to resolve the problem. Vendor will not be responsible for servicing the TI line or the proprietary equipment. Cryptographic (KG) system maintenance is specifically excluded under this contract. Vendor will determine system-level operational status of VTC systems, localize system problems, and assess the impacts of any system problems on the overall VTC mission. Vendor will provide diagnostic troubleshooting, fault isolation, and failure mode analysis services using both built-in and external software and hardware tests, techniques, methods, and procedures. Vendor will not be responsible for troubleshooting the interface systems between the CODEC demarcation point and the telecommunications line. Tandberg support agreements providing both Next Day Replacement Parts support and software upgrades will be provided for the systems identified. The Vendor will make every attempt to repair failed equipment; if it is deemed un-repairable and not part of the maintenance contract the Vendor will provide the Government a proposal for the replacement cost of the equipment on a Time and Material (T&M) basis. On-Site Support Vendor will provide on-site repair services for after hours support on the VTC systems at Fort Stewart. If the problem cannot be resolved over the phone with the Vendors Help Desk, a technician will be dispatched to site. On-site response time to operation failure shall be dependent on availability of parts if it is deemed that a part is needed to restore operability of the system. Vendors Assumptions and Exclusions a. If required, the Government will provide escorts for Vendors maintenance personnel to fulfill specified-contract requirements. b. This maintenance contract does not include the maintenance of Communications Security (COMSEC) equipment, Channel Service Unit (CSU), telephone lines (Integrated Services Digital Network [ISDN]/Tl), or the maintenance of systems that are proprietary in nature. Status Reporting Maintenance Documentation The Vendor will establish and maintain a database for all corrective maintenance actions pertaining to the Fort Stewart VTC facilities. The database will consist of all maintenance records, room inventory, and repair information. The Vendor will provide the Fort Stewart VTC personnel a report of activity within five days of each maintenance visit. Corrective Maintenance Documentation The Vendor will record all corrective maintenance actions in the configuration database, which will be retained for a period of two years following contract completion. Each maintenance occasion will have a generated ticket number; this number will be given to the site facilitator when a problem is reported. Each generated ticket will include the date when the trouble was initially reported; identity of the specific system, subsystem, component, or unit affected; the problem and/or whatever effective methods were used to isolate the problem and whatever effective parts were used to effect the repairs; and date when the maintenance item was closed, notification date, and name of the site facilitator verifying completion. Security. These projects may require access to controlled or sensitive information and facilities. Upon contract start date, all vendor personnel shall possess and maintain a final SECRET security clearance in accordance with DD Form 254, Contract Security Classification Specification. Contractor personnel shall comply with all applicable security and safety regulations, guidance, and procedures, including local, referenced in this PWS and in effect at the work sites. The physical security requirements the Contractor shall adhere to are as follow 1.1 Provide physical security for all material, equipment, data, and information handled during contract performance, in accordance with AR 190-13, The Army Physical Security Program, AR 190-51, Security of Unclassified Army Property (Sensitive and Nonsensitive), and command policies, procedures, and regulations.1.2 Perform operations on, have access to, or handle data and information that contain sensitive, proprietary, or privacy information or data. Although not specific to the work described in this PWS, Contractor access to classified information, up to and including the Secret level, cannot be precluded due to office configuration, exposure to SIPRNET, and the mission of other supporting Contractors. The Contractor shall handle sensitive information in accordance with the provided DD Form 254, Department of Defense Contract Security Classification Specification. 1.3 Obtain SECRET security clearances, as a minimum, for all personnel assigned to this contract. All positions are designated as level IT-II, in accordance with AR 25-2, Information Assurance. Individuals who have been barred or were previously barred from the installation pursuant to Title 18 U.S.C. Section 1382 shall not be allowed to enter or work on the installation
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c56e2e23f3a06b158fef69e612674cca)
 
Place of Performance
Address: Fort Stewart DOC Directorate of Contracting, 976 William H Wilson Ave, Ste 100 Fort Stewart GA
Zip Code: 31314-3322
 
Record
SN02213452-W 20100723/100721235631-c56e2e23f3a06b158fef69e612674cca (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 |
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.