SOLICITATION NOTICE
S -- Nortel Option 11c PBX system upgrade
- Notice Date
- 3/22/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 517110
— Wired Telecommunications Carriers
- Contracting Office
- Office of Personnel Management, Center for Contracting, Facilities & Administrative Services, Contracting, 1900 E Street, N.W., Room 1342, Washington, District of Columbia, 20415-7710, United States
- ZIP Code
- 20415-7710
- Solicitation Number
- OPM-FEI-3212011
- Archive Date
- 4/19/2011
- Point of Contact
- Bonnie E Boston, Phone: (434) 980-6277, James P. Davey, Phone: 434-980-6363
- E-Mail Address
-
Bonnie.Boston@opm.gov, james.davey@opm.gov
(Bonnie.Boston@opm.gov, james.davey@opm.gov)
- Small Business Set-Aside
- N/A
- Description
- Combined Synopsis/Statement of Work Nortel Option 11c PBX system upgrade This is a combined synopsis/solicitation for supplies/services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. Reference # OPM-FEI-3212011 is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-43 effective 02 August 2010. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, FAR 52.204-7. Central Contractor Registration. FAR 52.211-6, Brand Name or Equal (for commodities when purchase description is brand name or equal), FAR 52.211-17 Delivery of Excess Quantities (for multiple quantities) FAR 52.212-1, Instructions to Offerors-Commercial Items, FAR 52.212-2 Evaluation-Commercial Items Evaluation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, technically acceptable, delivery time of all items and services, and price "all or none" is the evaluation criteria. This is a best value decision. FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov., FAR 52.212-4 Contract Terms and Condition-Commercial Items; FAR 52.212-5 (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply. FAR 52.219-6, Notice of Total Small Business Set-Aside (if applicable), FAR 52.219-28, Post Award Small Business Representation (if applicable, FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (Services Only) FAR 52.222-50 Combating Trafficking in Persons; FAR 52.222-99 (DEV), Notification of Employee Rights under the National labor Relations Act, (Only if over $100K) FAR 52.225-1, Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products, FAR 52.225-13, Restrictions on Certain Foreign Purchases, FAR 52.226-6 - Promoting Excess Food Donations to Nonprofit Organizations (Food Services over 25k), FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.232-36, Payment by Third Party; FAR 52.237-7, Indemnification and Medical Liability Insurance, (Applicable only for medical contracts), FAR 52.253-1 -Computer Generated Forms (when contractor is required to submit data), Background The Office of Personnel Managements (OPM), Federal Executive Institute provides residential executive education courses on its campus in Charlottesville, Virginia. A Nortel business class Option 11C PBX provides telephone service to office, guest rooms and public access telephones. Statement of Need Hardware and software upgrades are required to bring the switch up to current software release and to provide a migration path to eventual deployment of VoIP. Upgrading insures that the system will be in compliance with Nortel/Avaya's requirements for system support. A comprehensive three year maintenance agreement, renewable annually, is required to cover the entire system to include existing hardware and software and new components and software to be installed. A routine maintenance feature is required to address moves, adds and changes to the system. The PBX system is critical to the FEI operation. This switching system provides phone service to over 200 telephone extensions on the FEI campus. Mixtures of approximately 60 digital and 150 analog desk sets are supported by the switch. General Requirements Upgrade work requiring downtime must be scheduled during evening and or weekend hours to minimize downtime in coordination with residential instructional programs scheduled on the FEI campus. As much work as possible that does not take the system out of service should be done in advance of the installation. A schedule of available days/hours will be provided to the successful offeror. An FEI representative will be on-site to provide technical personnel with access to the switching equipment. The offeror must provide support for parts and labor support and guarantee a 2 hour or less on-site response time in the event of a system failure. The offeror must either have parts and components needed to perform emergency repairs in stock or have access to Nortel/Avaya expedited delivery of them. Continuous remote 24/7 system monitoring and diagnostics is required to provide early identification and remediation of system problems. The CPU will be replaced with the most current available new processor and should be pre-loaded with the FEI database to keep out-of -service time during the physical upgrade to a minimum. A Signaling Server application will be installed co-resident with the call processor. The Signaling Server makes the system VoIP capable although installation of VoIP telephone sets or trunks is not included in this project. The current fiber optic interface between cabinets will be replaced with Ethernet which will require six data switch ports. Six data ports are available on the FEI commercial network to enable this project Telephony Manager is currently installed. The (OTM / TM) is no longer supported and must be replaced with Element Manager, a subset of Unified Communications Manager (UCM). A minimum of four hours of training in the use of Element Manager (and UCM) is required for FEI support personnel. Call Pilot is the current installed voice mail system and is at current software release, Release 5.0. It does not require upgrade. Offeror is responsible to insure that it is fully functional and that no data is lost as a result of the upgrade. Offeror must be an authorized reseller of Nortel/Avaya systems and components with technical staff trained in the maintenance of Nortel systems. Offeror must be registered in the Central Contractor Database. Available GSA pricing must be applied to components and services Parts A parts list is provided with components and services we believe are required to successfully perform this upgrade. There may be other components, software or hardware required to perform the upgrade not listed in this solicitation. The offeror is responsible to identify and provide all the components, hardware and software required to complete this project. Required Submission documents Offeror must provide a comprehensive project plan for the installation. Offeror must provide a list of the number and experience of technical support staff trained in Nortel systems under their direct employ. Offeror must provide a specific plan for meeting the two hour response time requirement to address system failures. Offeror must prove a complete parts lists including GSA pricing where available. Offeror must provide a three year maintenance plan, renewable annually, for the entire system to include maintenance of 60 Nortel 3904 desk sets. FEI will be responsible for maintenance and repair of analog desk sets. Offeror must provide a quote for routine work to include moves, adds, and changes. Evaluation/Vendor selection Proposals submitted under this Statement of Work will be evaluated, and an offeror selected, based on both technical and cost considerations. Please provide cost proposal information separately from the technical proposal. Cost evaluation will be performed independently of the technical evaluation. Please provide a technical proposal consistent with the criteria shown below, three performance references of current customer accounts you serve in the central Virginia region, list the number and experience of the technical staff under your direct employment in the defined service area, and cost quotes consisting of a breakdown of the cost of materials, labor/installation costs, and total costs. Also include your quote for adds, moves and changes. Proposals will be evaluated based on the following factors listed in descending order. 1) Experience, past performance and depth of technical support staff. 2) Total cost of installation 3) Technical merit of the proposal in conformance to specifications 4) Delivery Schedule 5)Price Without exception the offeror must be a licensed servicing Nortel/Avaya dealer/system integrator with a technical staff available to meet the two hour response time requirement. Partner and sub-contractor agreements do not meet the technical support requirements. No exceptions will be considered for this requirement. Proposals that do not meet this requirement will be considered non-responsive. The Federal Executive Institute will select a contractor, whose offer provides the best value to the government, considering primarily technical factors, delivery schedule and price. The award may be made without discussion. Existing system inventory list Existing System components that must be covered under comprehensive maintenance agreement are listed below. 3) Option 11 wall mounted cabinets, one main and two extension cabinets collocated in the switch room on the FEI campus 1) Nortel SSC processor card 1) Call Pilot voice mail, 8 ports, 2 slots 12) Nortel analog line cards 4) Nortel digital line cards 3) T1/PRI cards, 2) cards for 2 local Telco PRIs, 1) T1 12 channel FTS service 1) Main console, 1 port 1) Maintenance printer 1) Main terminal 1) Adtran Atlas 550 with PRI module used to provide PRI channels to ISDN videoconferencing system Parts, components and maintenance list The following components, parts and service support are needed for this installation. Additional components, parts and services may be required to successfully complete the project. The offeror is responsible to identify and provide any additional parts required to successfully complete the project and offer a comprehensive maintenance plan for the system. N0134948 Full application site move 1 GE4303883 Call Pilot partner assurance software support 3 year 560 GE4303AQQ CS1000e Partner assurance software support 3 year 336 NTWB17BA Upgrade to CS1000E CPMG128-SA 1 N0134948 Full Application Site Move 1 NTDW63BAE5 CS1000 Media Gateway Controller 100BT Adapter 2 NTWB22AC Conversion to Media Gateway 1000E 2 NTE920GA System Upgrade to CS1000E CPMG128 CoR 1 NTE946LL Software Upgrade Rel 7.5 (up to 1199 users) 336 NTM440HB USB Software Kit CPMG Co-R R7.5 N0220961 U (4GB) One Blank for Backup 1 Inquiries concerning the technical portion of the solicitation are to be directed to Jim Davey, FEI 1301, Emmet Street, Charlottesville, VA 22903. James.davey@opm.gov Proposals must be submitted to bonnie.boston@opm.gov. Proposals must be received electronically or delivered no later than 4PM EDT, April 4, 2011. Award will be made on or about April 8, 2011.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/OPM/OCAS/CD/OPM-FEI-3212011/listing.html)
- Place of Performance
- Address: 1301 Emmet Street, Charlottesville, Virginia, 22903, United States
- Zip Code: 22903
- Zip Code: 22903
- Record
- SN02406917-W 20110324/110322234854-1d2a9b5d0f6f497ff22a9a6a75335dbd (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 |