Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2012 FBO #3944
SOLICITATION NOTICE

D -- Local Telecommunication Services: Region 9 - Cincinnati

Notice Date
9/9/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
National Labor Relations Board, Division of Administration, Acquisitions Management Branch, 1099 14th Street, N.W., Washington, District of Columbia, 20570, United States
 
ZIP Code
20570
 
Solicitation Number
RFP-NLRB-C2-806
 
Archive Date
9/29/2012
 
Point of Contact
Delfina St. Clair, Phone: 202-273-4212
 
E-Mail Address
delfina.st.clair@nlrb.gov
(delfina.st.clair@nlrb.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION prepared in accordance with the formant in 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 solicitation is issued as a Request for Proposal (RFP) # RFP-NLRB-C2-806. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60, effective August 27, 2012. GENERAL BACKGROUND The National Labor Relations Board (NLRB) is an independent Federal agency created by Congress in 1935 to administer the National Labor Relations Act, the primary law governing relations between unions and employers in the private sector. The statute guarantees the right of employees to organize and to bargain collectively with their employers and to engage in other protected concerted activity with or without a union, or to refrain from all such activity. OBJECTIVE The NLRB is seeking local telecommunications (voice) service for its Cincinnati Regional Office. SCOPE The scope of this service would include analog business lines, analog/digital centrex lines or centrex type service, digital ISDN BRI business lines, Digital ISDN PRI PBX System access lines and calling services. PLACE OF PERFORMANCE/HOURS OF OPERATION Work for this contract will be performed at the NLRB's Cincinnati Regional Office located on Main Street in Cincinnati, Ohio. GENERAL TASKS CLS services include local access; i.e., the dedicated or switched connection from the Offerors office to the customer's Service Delivery Point (SDP) and includes transmission. CLS services include local access and transport, the connections between the Offerors locations servicing the originating and terminating SDPs within the CLS service area, and the IXC access, the connection between the CLS network and the IXC's Point of Presence (POP). The Offeror shall support IXC access by providing customer organizations the ability to choose the Government-specified Government Designated Interexchange Carrier (GDIXC)/Pre-subscribed Interexchange Carrier (PIC) for long distance services. (Note: Services may be provisioned with functional equivalents.) Service group Services and Products Voice Services (VS) A. Analog Business Lines B. Analog/Digital Centrex Lines or Centrex Type Service C. Digital ISDN BRI Business Line D. Digital ISDN PRI PBX System Access Line E. Interface to the Networx Universal and Enterprise contract. F. Provide Voice Messaging Services to include Voice Mail boxes, Automated Attendants, and Call Processors where the service is requested. G. Equal access to the long distance carrier selected as the inter-exchange carrier (PIC) by dialing 1 before the long distance number. The PIC selected may be a FTS2001 or Networx vendor. Offerors are encouraged to propose additional commercially available services and equipment that enable, enhance, or otherwise extend their service offerings and provide value to the Government. Offerors are also encouraged to propose a complementary set of technical support services that enhance their voice service offerings. SPECIFIC REQUIREMENTS MINIMUM REQUIREMENTS • NLRB shall retain its current digital and analog telephone numbers. We currently have 55 lines with a 684 exchange and eight (8) analog lines. • NLRB shall retain its long distance service. • Each line shall have the following features: IDSN Lines • The digital ISDN lines must be Custom ISDN, compatible with the Lucent 8500 series telephones. • The digital ISDN lines must be multipoint ISDN lines using the Service Profile Identifier (SPID) to program each telephone • Each digital ISDN line shall have the following features: • Multiple call appearances, with the 3rd call appearance to be originate-only • Call transfer and 3-way calling • CalleriD • Call forward busy to voice mail • Call forward don't answer (3 rings) to voice mail • Call forward variable (or all calls) as a programmable button • 2-digit intercom, with one shared intercom group • 6-way conference on selected numbers • Voice mail including menu mailbox capability for the main number • Visual message waiting indicator for voice mail messages • Normal, delayed and no ring options on Secondary Directory Numbers (SDN) • The capability to add, delete and move lines • The capability to add, change and delete features on each line • Monthly billing ANI per number • Monthly call usage report for calls that ring in on the main number Analog Lines The analog lines shall have the following features: • The capability to add, delete and move lines • The capability to add, change and delete features on each line • Monthly billing ANI per number DELIVERABLES The Contractor shall provide the following deliverables to the Contracting Officer's Representative (COR): • Special reports, upon request • A monthly invoice shall be submitted in an original and one copy for work performed hereunder to: DOl-NATIONAL BUSINESS CENTER NLRB Payments - MS D273 7 7301 West Mansfield Avenue Denver, CO 80235-2230 All inquiries concerning payment should be directed to the Finance Branch at (202) 273-4230 or by e-mail: nlrb_payments_nbcdenver@nbc.gov. One copy of each invoice, including all backup documentation. shall be sent to: NATIONAL LABOR RALATIONS BOARD ATTN: Mr. Rob White 1099 14th Street, NW WASHINGTON, DC 20570 Rob.White@nlrb.gov The contract number shall appear on the outer envelope of all invoice copies submitted. To constitute a proper invoice, the invoice must include all of the following information: (a) Name of the contractor; (b) Contract Number; (c) Invoice number; (d) Invoice date; (e) Description of services performed or supplies delivered including: 1) contract line item number (CLIN) 2) labor hours by labor category, the hourly rate for each labor category billed, and the sum by labor category and, 3) the cumulative hours expended and dollars invoiced from the contract inception through the billing period. (f) A copy of time record sheets indicating daily starting and finishing times of the personnel performing the services under this contract shall be submitted with the Contractor's invoice for said services. At NLRB's request, the contractor shall make available copies of any of the materials relevant to substantiating the hours invoiced by the contractor. (g) Copies of receipts or bills and proof of payment for any authorized other direct costs for which the contractor is requesting reimbursement. (h) If applicable, shipping and discount terms. PERIOD OF PERFORMANCE The period of performance for the base contract is expected to be from October 1, 2012 through September 30, 2013 with four (4) one year options for renewal, thereafter, at the NLRB's discretion. BASIS FOR AWARD The objective of the NLRB is to select the offer that represents the best value to the government while meeting or exceeding the requirements. All evaluation factors and their relative importance are set forth in this solicitation. An integrated assessment of proposals using all evaluation factors found in the solicitation will be the basis for award. The award may be made based on the initial submission, with or without discussion, so contractors should submit proposals that clearly meet or exceed the requirements of the SOW. All responsible sources may submit a proposal which shall be considered by the NLRB. EVALUATION CRITERIA The award will be made to the responsible offeror whose proposal is evaluated as the best value to the Government based on the factors set forth below. Proposals that exceed the NLRB requirements may receive additional consideration under Technical Capabilities. These factors are listed in order of importance. Proposals are to be submitted in the following format: The contractor shall submit separate volumes of the following: 1) Technical Proposal. Technical proposals shall not simply rephrase or restate the Government s requirements, but rather, shall provide convincing rationale to demonstrate: (a) proficiency in each general task areas and, (b) show how minimum qualifications are met or exceeded. Additionally, descriptions of each product or service, will be required. 2) Past Performance. Offerors shall provide past performance information for no more than three (3) same or similar projects which it has undertaken within the past three (3) years. At least one reference shall be provided for each identified project, and a minimum of one project shall include each of the proposed products. References other than those provided by the Contractor may be contacted by the Government. 3) Cost Proposal. The offeror shall propose firm fixed price schedules for all specified and proposed services and related features identified in the solicitation, for the base and each of the four (4) option years. The unit prices for services shall not include federal, state, or local taxes and duties in effect on the contract date that the taxing authority is imposing and collecting on the transactions or property covered by this contract. TAXES The offeror shall provide, in its proposal, a separate, itemized list of these taxes that would be included in its monthly invoices, at the time of the proposal submission, including the name of the tax, jurisdiction, by name, and applicable tax rate. Excepted taxes, as defined in the Federal Acquisition Regulation (FAR) 52.229-4 Federal, State, and Local Taxes (State and Local Adjustments), shall be included in the contract price, but not itemized on the monthly invoices. The offer shall describe, Tax Surcharge and Fee Category Code Acronyms and Descriptions, Taxes, Surcharges and Fees, all such mandatory taxes that may appear on an invoice that are in existence at the time of contract award. Offerors shall use the jurisdictional rates in existence at the time of proposal submission for all years of the contract. All other surcharges and fees, for which the offeror retains discretion in its method of cost recovery shall be bundled and included with the basic prices for services/products and not separately itemized. Universal Service fund (USF), Pre-subscribed Inter-exchange Carrier Charges (PICC), and End User Common Line (EUCL) are considered part of the basic service price. Firm Fixed prices shall be entered for any Service Installation Charges (SIC) and Monthly Recurring Charges (MRC) in the tables. The taxes excluded from basic service price for these services shall be identified in a column marked taxes. A column labeled All Inclusive Total shall reflect the total of the basic service price plus taxes. (All orders under this contract shall not exceed the prices contained in the price schedules of this Section B. All price tables shall be effective at the time of contract award. Prices provided in the proposal shall not increase within a base/option year but may increase from option year to option year. Prices may decrease at any time to reflect changes, such as the benefits resulting from applications of new technology or improved market conditions in accordance with the, Price Reductions Clause. All prices revised as a result of a contract modification shall become effective on the date established by the modification action. A revised pricing table(s) shall be provided, indicating the changes and reflecting the revision date. Revised pricing tables shall be provided a minimum of 30 calendar days prior to the effective date of the modification. Prices shall fall into three general categories: 1. Basic service 2. Features 3. Other charges BASIC SERVICE Basic service is defined as that set of capabilities that are inherent within the base price and shall not be unbundled from the base price. The basic service prices shall consist of all access, transport, and applicable discretionary surcharges and fees. Basic service shall also include management and operations; transition and migration and implementation; and reporting functions unless specified otherwise in this contract. Basic services prices shall also exclude any taxes and End User Common Line (EUCL) charges that may apply. Universal Service Fund (USF) and Pre-subscribed Inter-exchange Carrier Charges (PICC) are considered as part of the basic service prices. The Pricing Tables shall be used by the offeror to identify the price of service and the mandatory taxes, surcharges, and fees that will be billed to the Government or Government end-user. The information provided in these tables, excluding mandatory taxes, will be considered in the evaluation of the offerors proposal. Any other charges not included in the pricing tables and supporting documents submitted by the offeror shall not be allowed for the term of this contract. FEATURES Features are capabilities that are offered beyond the basic service to be selected at the option of the user. Other charges are non-service specific non-recurring charges associated with service provisioning in accordance to the best commercial practices, may include, but are not limited to charges associated with changing the features assigned to a line, processing a service order request on an expedited basis, etc. The offeror may also provide optional products and services that are within the scope of this contract but are not identified in the price tables. OTHER CHARGES Charges for Other Direct Costs (ODCs) shall be established on an individual-case basis, in accordance with Other Direct Costs. Examples of ODCs include provision of services and materials to prepare sites for service and equipment. Repeated use of an ODC, for the same type of task, is prohibited and will lead to a contract modification and the establishment of a new CLIN. The Cost Proposal shall provide a cost breakout that, at a minimum, justifies the cost identified by any labor category (including wages, overhead, general and administrative expenses, and profit). All non-price evaluation factors when combined are significantly more important than price; however, as proposals become more equal in their technical merit, the proposed price may become the determining factor for award. The Government intends to evaluate proposals and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. PROPOSAL SUBMISSION Proposals are to provide the requested information in a brief and succinct manner, making every effort to present information clearly and concisely. Proposals should address the requirements of the project consistent with the evaluation criteria described in this Solicitation. Lengthy narratives containing extraneous information are discouraged. All information shall be submitted in English. Proposals that do not follow this format or otherwise include documentation that is difficult to read, may be rejected or may result in a lower evaluation rating. The Offeror shall submit a separate technical and cost proposal that addresses the Statement of Work. Proposals are due by 4:00 p.m.. EST on September 14, 2012 via email to Delfina St Clair at Delfina.St.Clair@nlrb.gov or by regular mail. Proposals should be submitted in either Adobe Acrobat or Microsoft Word 2007. Proposals may be shipped or mailed to the following address: National Labor Relations Board Acquisitions Management Branch 1099 14th Street, NW, Room 7750 Washington, DC 20570 Attention: Delfina St Clair The NLRB Contracting Officer will serve as point of contact (POC) for inquiries and clarifications. To the extent prospective Offerors have questions or comments regarding this Solicitation, they are to be submitted in writing via email to the Contract Office at Delfina.St.Clair@nlrb.gov by 12:00 noon EST on September 12, 2012. At the NLRB's discretion, the NLRB may provide written responses to the questions or comments as appropriate. Any such responses will be posted as an Amendment to the Solicitation.   SOLICITATION PROVISIONS/CLAUSES INCORPORATED BY REFERENCE This contract incorporates one or more provisions/clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a provision or clause may be accessed electronically at this address: www.arnet.gov. Contractors are encouraged to review the applicable provisions and clauses. 52.212-1 Instructions to Offerors Commercial Items (JUNE 2008) 52.212-2 Evaluation Commercial Items (JAN 1999) 52.212-3 Offeror Representations and Certifications Commercial Items (JUL 2009)** The contractor is responsible for including a complete copy of the Representations and Certifications with their offer or indicate certifications in ORCA at https:\\orca@bpn.gov** 52.212-4 Contract Terms and Conditions - Commercial Items (MAR 2009) 52.202-1 Definitions (JUL 2004) 52.203-3 Gratuities (NOV 2006) 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (SEP 2007) 52.204-7 Central Contractor Registration (JAN 2007) 52.204-4 Printed or Copied Double-Sided on Recycled Paper (NOV 2006) 52.212-5 Contract Terms and Conditions Required to Implement Statues of Executive Orders Commercial Items (MAR 2009) The following additional FAR clauses cited in 52.212-5 are applicable: 52.203-13 Contractor Code of Business Ethics and Conduct (DEC 2008) 52.222-50 Combating Trafficking in Persons (FEB 2009) 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (FEB 2009) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (MAR 2007) 52.223-15 Energy Efficiency in Energy-Consuming Products (DEC 2007) 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (OCT 2002)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NLRB/DA/OPFB/RFP-NLRB-C2-806/listing.html)
 
Place of Performance
Address: National Labor Relations Board, 550 Main Street, Cincinnati, Ohio, 45202-3271, United States
Zip Code: 45202-3271
 
Record
SN02874618-W 20120911/120909233351-ac756e85285fc2b9b265708bca6180ee (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.