Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2012 FBO #3823
SOURCES SOUGHT

D -- Telecommunications system maintenance

Notice Date
5/11/2012
 
Notice Type
Sources Sought
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
General Services Administration, Federal Acquisition Service (FAS), Acquisition Operations Division (6QZA), 1500 E. Bannister Road, Kansas City, Missouri, 64131-3009, United States
 
ZIP Code
64131-3009
 
Solicitation Number
052012002
 
Archive Date
6/2/2012
 
Point of Contact
Shellie Heislen,
 
E-Mail Address
shellie.heislen@gsa.gov
(shellie.heislen@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
1. This is a Sources Sought Synopsis announcement, utilized for planning purposes only and shall not be construed as a Request for Proposal (RFP), Invitation for Bid (IFB) or as an obligation on the part of the Government to acquire any services. Responses to this sources sought shall not serve as proposals, bids or offers which could be accepted by the Government to form a binding contract. This synopsis does not restrict the Government to an ultimate acquisition approach, nor should it be construed as a commitment by the Government for any purpose. The Government reserves the right to determine how it should proceed as a result of this notice. Requests for a solicitation will not receive a response. Respondents will not be individually notified of the results of any Government assessments. The GSA, Network Services Division, Region 6 is attempting to identify vendors qualified and experienced in the maintenance and follow-on services of Government owned NEC, Nortel, Avaya, and Siemens telecommunications switch equipment (Some of the NEC systems, specifically, are end of life with no OEM support and may require support of old DOS software systems). This Sources Sought Synopsis is a market survey being conducted to identify firms with demonstrated capabilities and experience in the maintenance and follow-on services of telecommunication switch equipment. A contract will have a period of performance not to exceed 5 years. Companies must be capable of and committed to providing maintenance services for the entire duration of the 5 years. The estimated maximum for all contracts is $10,000,000 over the 5 year period. GSA may award multiple IDIQ contracts to cover the entire four state region. The services are primarily within the four state region including MO, KS, IA & NE. 2. Statement of Capabilities needs to include the following: A. Company name B. Company address C. Company website D. Point of contact; name, phone and email E. Number of employees F. Annual earnings G. CAGE Code H. DUNS Number I. Small Business designation/status claimed J. CCR information K. NAICS code qualifications L. Contract number information (if applicable) M. Description of experience demonstrating experience and expertise in the requirements N. Years of experience O. Copies of manufacturer certifications P. Documentation of employee certifications Q. Number of certified individuals that would be available for performance of projects R. Geographic areas supported S. Capability to meet response times T. Commitment for supplying services for 5 years 3. Response information should not exceed 20, 8.5" x 11" pages, single spaced, Times New Roman 12 font, with a minimum of one (1) inch margins all around. The responder must clearly identify any information it considers sensitive or proprietary. All information received in response to this sources sought that is marked "Proprietary" will be handled accordingly. Responses to the sources sought will not be returned. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. 4. Responders to this sources sought are asked to provide their technical capability information (aka Statement of Capabilities) required to perform the requirements provided below. Statements should address the specific requirements of this notice and identify the vendors' specific capability to complete these requirements, including, but not limited to a description of corporate experience with similar projects and information on applicable industry certifications at the individual and organizational level as well as describing investments in quality/process improvement activities. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that the respondent possesses the necessary expertise and experience to compete for an acquisition and fully perform subsequent services. Responders should identify up to three (3) relevant contracts, of similar size, complexity and scope, performed within the past three (3) years and describe specific experience, knowledge, understanding and expertise of telecommunications equipment maintenance and follow-on service performance. 5. The primary capabilities sought include the following types of project, related skills, and experience. NAICS: 811213, Communication Equipment Repair and Maintenance This requirement is for telecommunications equipment, customer premise equipment, telephone instruments and associated services such as cabling, data racks, patch cords and labor for repair or programming/reprogramming of equipment and maintenance of systems to GSA Region 6 customers within the boundaries of Missouri, Kansas, Iowa and Nebraska. GSA or their customer agencies may order equipment, services, new PBX systems, installation and maintenance of new or existing systems. All equipment and support services must be provided to ensure and maintain the operation and performance levels of both newly purchased and/or existing Government-owned systems. Required maintenance services include, but are not be limited to: assistance with requirements planning, requests for services, rearrangements of telephone instruments, wire and associated equipment, consultation with end user customers on large or complex requirements, coordination with local/ long distance carriers and equipment vendors, and annual inventory of system hardware and software; the furnishing, installation, and termination of copper wire and fiber; providing, installing and terminating wire at each workstation outlet on dual, modular, flush mounted, miniature connectors and blocks, and on patch panels; purchase, installation and maintenance of telecommunication services; installation and maintenance of additional PBX and peripheral equipment provided as GFE. Other equipment maintenance requirements may include telephone sets, consoles, modems, system monitoring and alarm reporting equipment as well as all associated wiring and mountings. Service installations and maintenance issues must be coordinated with local exchange carriers, long distance carriers and other GSA contractors and telecommunications vendors serving the Government at the demarc locations under this contract. Complete cutover tests for upgrades are required before delivering the service to the customer. The contractor will be responsible for coordinating with any other contractors who may be involved in the service activation to ensure that everything is ready for activation. All performance must meet accepted industry standards and local regulations. Wire shall be installed in a manner that complies with applicable Building Industry Consulting Service International (BICSI) standards, local codes and, accepted industry practices. The contractor shall retain technicians, installers, telecommunications engineers and other personnel necessary to meet the requirements and not attain them on an as needed basis. All personnel, working at Government sites, may be required to possess security clearances or background checks as required by the individual agency. All wire installations shall include labor, wire, jacks, closet backboards, hole drilling, terminals, blocks, connectors, wire support rings, and all other wire hardware, supplies, and tools necessary to cause the station and/or line to function. All support to the Government must comply with Section 508. All labor, tools, parts, test equipment and transportation required to perform the task and maintain the systems' equipment, circuitry, and software shall be provided by the contractor. General user training may be needed concurrent with the installation of new telephones and/or other equipment. All processing, implementation, and management of orders will be the responsibility of the contractor. Orders shall be accepted for service orders to initiate, add, change, move, or disconnect service and service features as well as changes to pending orders and order cancellations. Required response times: a. standards for installations, moves and changes and maintenance PBX Hardware; 7 calendar day (ARO) Telephone (quantity of 25 or less); 5 calendar days (ARO) b. telephone moves, installations, re-arrangements and disconnects PBX Hardware; 10 work days (ARO) Telephone Instruments (quantity of 25 or less); 5 work days (ARO) Telephone Instruments (more than 25); 10 work days (ARO) Equipment Voice Mail (more than 5); 10 work days (ARO) c. routine service orders Remedial Maintenance; 24 hours Add/change/delete station features or feature assignments; 5 work days (ARO) Trunk and station circuit terminations; 5 work days (ARO) Cross-connects; 5 work days (ARO) Feasibility Study; 45 calendar days (ARO) Distribution cabling jobs, house (riser) cabling jobs; 30 calendar days (ARO) c. maintenance and repair service Emergency call out; 2 hours Routine Service Call; 8 business hours GSA may request equipment and services for other locations outside of GSA Region 6 footprint. Additional equipment and service requirements may result from customer agency growth, including existing and new customers, relocation of customer sites and any other activity that evolves due to growth, relocation and/or reduction of customer requirements. Limitations on subcontracting apply; at least 50 percent of the performance must be accomplished by the prime. 6. Contractors generally are required to have facility security clearance. The contractor is responsible to process all requests, at their own expense, in order to acquire background investigations for any employee working on Government facilities 7. Responses to this Source Sought Synopsis shall be submitted to the Contracting Officer at shellie.heislen@gsa.gov, no later than 3:00 PM CDT May 18, 2012. Any questions should be addressed via email; telephonic or facsimile requests for additional information will not be honored. Place of Performance: Multiple locations within the four state region; MO, KS, IA & NE Contracting Office: GSA/FAS/Network Services Division 1500 E Bannister Rd, Rm BOE 4.5 Kansas City, MO 64131 Point of Contact: Shellie Heislen Contracting Officer shellie.heislen@gsa.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8c4d001c97563e27eb391a8c544f4f2a)
 
Place of Performance
Address: Multiple locations within the four state region; MO, KS, IA & NE, United States
 
Record
SN02745954-W 20120513/120511235256-8c4d001c97563e27eb391a8c544f4f2a (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.