Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 28, 2012 FBO #3869
SOLICITATION NOTICE

D -- Unified Communications - Brand Name Justification - Attachment B - Attachment A

Notice Date
6/26/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334210 — Telephone Apparatus Manufacturing
 
Contracting Office
Department of Transportation, Research and Innovative Technology Administration, Volpe National Transportation Systems Center, 55 Broadway, Kendall Square, Cambridge, Massachusetts, 02142-1093
 
ZIP Code
02142-1093
 
Solicitation Number
DTRT57-12-R-20015
 
Archive Date
8/4/2012
 
Point of Contact
Carl Chin, , Robert P. Robinson,
 
E-Mail Address
carl.chin@dot.gov, Robert.Robinson@dot.gov
(carl.chin@dot.gov, Robert.Robinson@dot.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Attachment A Cisco Equipment Credit List Attachment B Equipment List Brand Name Justification This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This procurement is a 100% set-aside for Service Disabled Veteran Owned Small Business (SDVOSB) concerns only. Request for Proposals are being requested from SDVOSB firms for Solicitation No. DTRT57-12-R-20015. This solicitation is being conducted under FAR Part 12, Acquisition of Commercial Items and FAR Part 15, Contracting by Negotiation. This solicitation document and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-59 dated May 15, 2012 and 2005-58 dated May 18, 2012. The NAICS for this procurement is 334210, and the associated size standard is 500 employees (per FAR 52.212-1(a)). This requirement is for specific brand name equipment. The U.S. Department of Transportation, Research and Innovative Technology Administration, John A. Volpe National Transportation Systems Center (Volpe Center), Cambridge, MA, is seeking to acquire Unified Communications equipment. The Government intends to award one (1) contract on a firm-fixed price basis as a result of this solicitation. Offeror proposals shall address the required specifications in its entirety. A proposal that does not address all required specifications shall be considered non-responsive and will be ineligible for award. Award will be made to the source whose proposal, conforming to the solicitation and specifications listed below are determined to be lowest-priced, technically acceptable offer. The period of performance for this contract will be 150 days from award (excluding warranty). All potential offerors shall have the following five Cisco Certifications: Cisco Gold Partner Certified; Cisco Master Unified Communications Specialized; Cisco Technology Specializations: Advanced Security, Advanced Wireless LAN, Advanced Routing and Switching, Advanced Data Center Networking Infrastructure, Advanced Data Center Storage Networking; Cisco Authorized Technology Provider: Video; and Cisco Authorized Partner: MeetingPlace, Digital Media System, WebEx. Statement of Work Background: The purpose of this project is to replace the Volpe Center's current analog and digital PBX telephone system with an all-digital system that utilizes Voice over Internet Protocol (VoIP). The expected service life span of the new VoIP system is seven (7) years. This system will eliminate our current disparate telecommunication infrastructure while providing a greatly reduced cost for ongoing administration and maintenance. Additionally, it will add features to the phone system that interfaces with our email, mobile phones and video conferencing system to provide a new unified communications system with instant continuity of operations support in a software based phone (Soft Phone) application that allows for geographical redundancy in a disaster recovery scenario. The VoIP installation will include 1200 phones, voicemail and analog gateways to interface with our Telco carrier, 25 conference room phones, all licenses, installation, training, support and maintenance. VoIP is the required General Services Administration telephone technology for agencies with US DOT to use when replacing older PBX based systems.   Description of Work: The U.S. Department of Transportation - Volpe Center requires a certified Cisco Systems Gold partner to aid in the project planning, coordination, design, diagram verification, configuration, equipment staging, installation, integration of services and equipment, end-user support and training in the Cisco Systems Unified Communications (UC) environment. The solution tasked is to leverage the UC frame work for both intra-company and inter-company communications. The solution should use intelligent network architecture and ideally encompass UC over Unified Communications Server(s), leveraging Volpe's existing infrastructure, while migrating the Volpe Center from its legacy telephony network by adding services and integrated security with industry-leading reliability for a planned 1200 user VoIP telephony solution, including all required access layer switches, voice gateways and appliances. The removal of old equipment being upgraded or replaced is required. Cisco component for trade-in/credit are listed in Attachment A. Requirements: The Contractor shall provide the equipment outlined in the Equipment List, Attachment B. As it relates to the implementation services being requested, the Contractor's proposed solution shall provide project planning, coordination, design and diagram verification, configuration development, equipment staging, installation and integrating of services and equipment in the UC environment. Contractor shall be a Cisco Gold Partner. Installation and integration of services and equipment will be performed by the Contractor during agreed upon maintenance timeframes within the overall contract period of performance (POP); any deviation shall be within the overall contract POP and be coordinated and approved in writing by the Contracting Officer's Representative (COR) and the Contractor's project manager. Project planning, coordination, design and diagram verification, configuration development, and equipment staging can be performed during normal business hours. Contractor shall provide a certified PMP Project Manager throughout the project who shall be designated as Key Personnel. The scope of this effort shall include the following: 1. Remove existing equipment and box for trade-in to Cisco (See Attachment A). 2. Order and deliver new Cisco Unified Communications equipment to the Volpe Center (See Attachment B). 3. Information and Database Collections: Gather all requisite network information needed for successful implementation including VLANs, Internet Protocol (IP) addressing, Router protocols, naming conventions, etc. 4. Switch and Appliance Setup: Configure all existing switches and requisite appliances required to support Unified Communications while maintaining certain legacy equipment. 5. Cisco Unified Communications Manager, Unity Connection, Unified Presence, Meetingplace and WebEx Configuration: Configure all requisite applications to support Unified Communications and applications. 6. Emergency Responder: The Contractor shall deploy a new Cisco Emergency Responder solution supporting appropriate IP telephony endpoints. This will be used to ensure that the appropriate E911 information is passed to the Public Services Answering Point (PSAP) and provide the callers location. 7. Synapp: The Contractor shall deploy the Syn-Apps Announce solution to provide paging functionality to the IP phones. 8. Phone Installation: Unpack, assemble and install desktop replacements for up to 1200 phones, including all conference stations. 9. Router Voice Gateway Configuration: Configure, integrate, and test Voice Gateways to Primary Rate Interfaces (PRIs) along with Nortel PBX integration for inter-agency communications. 10. Install Analog Gateways: Configure, integrate, and install all requisite analog gateways allowing Volpe to utilize PRIs under a VoIP environment. 11. Switch Configuration: Configure, integrate, and install all required power over Ethernet switches to support desktop VoIP deployment as needed. 12. Training: End user training must include prompt Day support to include training of Volpe Center network administrators (Day 2 Support is a CISCO term for providing post-component installation support). This is not traditional classroom training, but training will occur as each piece of equipment and service is implemented. 13. The Contractor shall submit a Quality Assurance Plan (QA) which demonstrates the methods that Contractor shall use to ensure that all the requirements of the Statement of Work are met. The plan shall at a minimum discuss: • The process that will be used to gather, review, and report quality assurance of products • Methods for ensuring timeliness of performance • Methods for monitoring performance • Methods for maintaining and enhancing the quality of work • Training processes to correct problems encountered, and how this plan will be implemented (including any proposed subcontractors or teaming partners) The Contactor will provide user training and knowledge transfer, i.e., Day 2 support and Volpe Center network administrator training. The Contractor shall electronically capture the inventory information of all newly installed Cisco and Legacy equipment and provide the Volpe Center with a predefined comma separated value (CSV) file or other format acceptable to the Government (approved by COR). The Contractor shall assume control and responsibility for successful completion of this task. Deliverables and Documentation: Documentation construction will follow established project planning guidelines. Documentation shall be tailored to support requirements for this project. The COR shall review and accept all documentation and installation deliverables, COR shall approve established milestones prior to the Contractor moving on to the next scheduled deliverable or set of deliverables. The following deliverables are required in support of this project: • Equipment Delivery (Deliverable on or before thirty (30) days after contract award) • Scope of Statement (Deliverable thirty (30) days after contract award) • Master schedule, project plan, showing activities, delivery, installation, training and milestones (Deliverable thirty (30 )days after contract award) • Enterprise System Design Document SDD (Deliverable on or before sixty (60) days after contract award) Project Installation (Deliverable on or before one-hundred twenty (120) days after approval of Master Schedule) • Quality Assurance Plan (Deliverable thirty (30) days after contract award) • Project Snapshot (Deliverable every thirty (30) days of contract) • Installation / Implementation / Deployment Plan (Deliverable sixty (60) days after contract award) • Implementation of all Hardware and Software in workable condition, approval of which shall be made by the COR (Deliverable on or before one-hundred twenty (120) days after contract award) • Inventory of all hardware/software including Manufacturer, Model, Serial number, Version Number (Deliverable after project installation but no later than one-hundred fifty (150) days after contract award) • Operations and technical manuals for all hardware/software (Deliverable on installation of hardware and software) • Licenses and Keys (Deliverable on installation of hardware and software) • Configuration Records (Deliverable after project installation but no later than one-hundred fifty (150) days after contract award) • As-Built drawings showing equipment logical and physical connectivity in Visio format (Deliverable on or before one-hundred fifty (150) days after contract award) • Removal of old network switches (Deliverable after project installation but no later than one-hundred fifty (150) days after contract award) • Post Implementation Review (Deliverable after project installation but no later than one-hundred fifty (150) days after contract award) Instructions to Offerors: FAR 52.212-1, Instructions to Offerors-Commercial Items (FEB 2012) is hereby incorporated by reference. All responsible SDOVSB concerns may submit a proposal which shall be evaluated by the Volpe Center (except as otherwise noted herein). Offerors shall submit a written technical proposal and price proposal in sufficient detail to enable the Government to evaluate compliance with the requirements/specifications of the solicitation. Technical Proposal: This technical proposal shall consist of providing the following information in the specified format: 1. Technical Capability: The offeror shall describe and demonstrate their technical understanding and capability of the above thirteen (13) requirements listed in the scope of effort and shall provide copies of the following Cisco Certifications received from Cisco Systems Inc.: • Cisco Gold Partner Certified • Cisco Master Unified Communications Specialized • Cisco Technology Specializations: Advanced Security, Advanced Wireless LAN, Advanced Routing and Switching, Advanced Data Center Networking Infrastructure, Advanced Data Center Storage Networking • Cisco Authorized Technology Provider: Video • Cisco Authorized Partner: MeetingPlace, Digital Media System, WebEx (Maximum five (5) pages, Times New Roman, 12 font, double-spaced) 2. Past Performance: The offeror shall provide past performance information for Unified Communications equipment previously installed; including to whom the Unified Communications equipment was sold to within the past two (2) years; this information should include contract numbers, points of contact with telephone numbers and other relevant information. Submitted past performance information for other than Unified Communications equipment installed shall be considered nonresponsive for evaluation and not evaluated. (Maximum five (5) pages, Times New Roman, 12 font, double-spaced). Price Proposal: The Contractor shall provide a price on the following Contract Line Item Numbers (CLIN). Please note that the unit cost of each piece of equipment on Attachment A and B is required and the Contractor shall list the unit cost of each item in a separate attachment (the contractor shall not deviate from the provided list): CLIN 0001 - Total equipment costs less equipment credits (See Attachments A and B): tiny_mce_marker___________ CLIN 0002 - Installation services tiny_mce_marker___________ CLIN 0003 - Training: tiny_mce_marker___________ TOTAL for CLINs 0001-0003: tiny_mce_marker___________ The Government intends to make contract award without discussion and advises all offerors to present their best prices in response to the solicitation. NOTE: All offerors must be registered in the Central Contractor Registration (CCR) database, https://www.bpn.gov/ccr/, in order to receive an award from the Government. Requests for clarification to this combined synopsis/solicitation must be submitted in writing to, Carl Chin, Contract Specialist (CS), at carl.chin@dot.gov, no later than 2:00 p.m., Eastern Time, Friday, July 13, 2012. The offeror's signed proposal shall be prepared as either a PDF or Microsoft Word 2007 version or earlier file document and submitted electronically via email to Carl Chin, CS, at the following email address: carl.chin@dot.gov to arrive no later than 2:00 p.m., Eastern Time, Friday, July 20, 2012. Offeror's proposals submitted via facsimile, U.S. Mail or by private carrier are not authorized and late responses will not be considered. The Government will not pay for any information received. The offeror awarded this contract shall deliver the Unified Communications equipment to: Neil Stone, RVP-40 U.S. Department of Transportation Research and Innovative Technology Administration Volpe National Transportation System Center 125 Munroe Street Receiving Dock Cambridge, MA 02142-1001 Evaluation of Offers: FAR 52.212-2, Evaluation-Commercial Items (JAN 1999) is hereby incorporated by reference. The Government will award one contract resulting from this solicitation to the SDVOSB offeror whose proposal conforms to the solicitation and specifications herein and is determined to be most advantageous. The Government will award a contract resulting from this solicitation to the SDVOSB offeror whose offer conforming to the solicitation will be lowest price, technically acceptable offer to the Government, price and other factors considered. The following technical factors shall be used to evaluate offers: 1. Technical Capability 2. Past Performance In detail, the technical criteria are: 1. Technical Capability: The purpose of this criterion is to assess the offeror's ability to meet the thirteen (13) requirements/specifications described above and providing copies of the required Cisco Certifications. 2. Past Performance: The purpose of this criterion is to assess the ability of the offeror to perform successfully based upon an evaluation of its relevant past performance information that meets the above requirements/specifications. Solicitation Provisions: All offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (APRIL 2012) with its proposal. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual Online Representations and Certifications Application (ORCA) electronically at https://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete paragraphs (c) through (n) of this provision. Contract Terms and Conditions: FAR 52.212-4, Contract Terms and Conditions - Commercial Items (FEB 2012), is hereby incorporated by reference. Additionally, paragraph (u) is added to this clause as an addendum for the Government to incorporate a payment clause as follows: (u) Payments (MAY 2012) The invoicing and payment office for all contract actions issued by the DOT/RITA/Volpe National Transportation Systems Center is located at the Enterprise Services Center (ESC), Office of Financial Operations, Federal Aviation Administration (FAA) in Oklahoma City, Oklahoma. The contractor must submit all invoices, including supporting documentation, electronically (e.g., PDF format) to the ESC at FAA in Oklahoma City by e-mail at the following address: volpeinvoices@faa.gov (all lower case). A cover email must accompany each invoice and provide the applicable information in the fields listed below. Invoice Date: Supplier Name: Invoice Amount: Invoice Number: Contract No.: Modification No.: Terms/Discount: Performance Period: Notes: The following additional Contract Terms and Conditions are incorporated into this solicitation: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (MAY 2012), is hereby incorporated by reference. Additional clauses cited in 52.212-5 that apply to this acquisition are:(a) 1, 2, and 3, (b) 1, 4, 6, 7, 8, 14, 17, 22, 23, 26, 27, 28, 29, 30, 31, 32, 33, 34, 36, 38, 39, 42, 47, 50, (d) and (e) Key Personnel: The following are considered by the Government to be Key Personnel (as defined under TAR 1252.237-73) under this solicitation: The Key Personnel under this solicitation are: NAME [Insert Name] POSITION Program Manager Attention: The following notice is provided for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises. The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $750,000 with interest at the prime rate. For further information, call (800) 532-1169. Internet address: http://osdbuweb.dot.gov. Any document(s) related to this procurement will be available on the Internet; these documents will be available on a WWW server, which may be accessed using web browsers. The WWW address, or URL, of the Volpe Center Acquisition Management Division home page is: http://www.volpe.dot.gov/procure/index.html. The above FAR clauses can be accessed at www.acquisition.gov/FAR/. For information concerning the acquisition, contact the contracting official above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/RITA/VNTSC/DTRT57-12-R-20015/listing.html)
 
Place of Performance
Address: United States Department of Transportation/RITA, Volpe National Transportation System Center, 55 Broadway, Cambridge, MA 02142, Cambridge, Massachusetts, 02142, United States
Zip Code: 02142
 
Record
SN02786234-W 20120628/120626234914-3340a451cb3ef03ca8c7c99d550c5cd9 (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.