Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 21, 2024 SAM #8425
SOURCES SOUGHT

58 -- Local Telecommunication Services (LTS) & Long Distance (LD)

Notice Date
12/19/2024 4:31:12 AM
 
Notice Type
Sources Sought
 
NAICS
517111 —
 
Contracting Office
W7MZ USPFO ACTIVITY CTANG 103 EAST GRANBY CT 06026-9309 USA
 
ZIP Code
06026-9309
 
Solicitation Number
SS_4343AW01
 
Response Due
12/30/2024 11:00:00 AM
 
Archive Date
01/14/2025
 
Point of Contact
David Bezerra, Phone: 8063864004
 
E-Mail Address
david.p.bezerra.mil@army.mil
(david.p.bezerra.mil@army.mil)
 
Description
SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION BUT INFORMATION AND PLANNING PURPOSES ONLY! This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The North American Industry Classification Systems (NAICS) Code proposed is 517111 - Wired Telecommunications Carriers. The size standard for the NAICS is 1,500 employees. Objective This requirement will replace Local Telecommunication Services (LTS) and Long-Distance (LD) services that are currently provided on a low-speed time-division multiplexed (LSTDM) circuit with emulated session initiation protocol (SIP) to TDM circuit. All connectivity requirements and features currently transported over the existing LSTDM must be migrated to an emulated SIP Circuit without loss of capabilities. This PWS will be for a managed SIP emulated service. This LTS will support the installation 24 hours a day/seven days a week/365 days a year (24/7/365). Required Service and Features The Contractor shall provide the following Government line of local and Long-Distance commercial communications services for the 103d AW and 103d ACS at cutover. Innovative technical solutions are encouraged but must be compatible with the current requirement that is listed in the remainder of this Appendix. The quantity of these initial service requirements will be incorporated into the Pricing Schedule. The installation service requirement will be identified here in Appendix 1 and in the Pricing Schedule. The Government telephone switching system is identified as an Avaya G650A with Avaya Aura Communication Manager R017x.00.0.441.0 (CM 7.0.1.2.0.441.23523) call-processing software and the switching system is located as follows: (A) Bradley ANGB, B22, 161 Rainbow Rd, East Granby, CT 06026 (B) Orange ACS, B20, 206 Boston Post Rd, Orange, CT 06477 The Government Communication Services Officer (CSO) and Technical Representative shall be identified at the post award conference and updates provided to the contractor as required by the CO. Telecommunications service must be capable of providing sufficient concurrent call paths for both Bradley ANGB, East Granby, CT and Orange ACS, Orange, CT. A minimum of 23 concurrent call paths is required for Bradley ANGB and a minimum of 23 concurrent call paths is required for Orange ACS. Capability to convert to a SIP-only solution in the future is included in this requirement. Scope The Contractor shall provide all labor, tools, facilities, materials, and services needed to perform and provide local access to the designated circuit demarcation point(s) identified in Appendix 1 to this PWS. These services shall include any equipment, wiring, or infrastructure to ensure the Contractor�s proposed solution is compatible with the Government�s current infrastructure without additional Government expense. Access to the local exchange shall also include operator assistance functions. These services shall not include residential or business services for non-Government entities or Government contractors. The Contractor shall follow all Federal Communications Commission (FCC), Public Utility Commission (PUC), Department of Defense (DoD), AF, and industry standards for this requirement. The Period of Performance (PoP) for this requirement is twelve (12) months for the base year with four option years for a total of 60 months. Upon receipt of award, the Contractor will have ninety (90) days to engineer, coordinate, install, and otherwise perform work required to provide fully functional service. Billing for these services will not begin until services are fully operational. The Contractor shall provide and install transmission equipment and cables for local exchange access and transport service circuits to the Government-provided floor space at the Government demarcation location(s) identified in Appendix 1. The Contractor shall connect to Government-provided power connection points and termination frames. The Government does not authorize aerial cable installations. This requirement includes porting existing Direct Inward Dialing (DID) from the current carrier. Porting should be done in a manner so as to minimize downtime of base phone services. Although not currently planned, the Government reserves the right to increase or decrease the number of DIDs for either location at the start of each option year, at which time a new price estimate will be provided by the Contractor. Include in your capabilities package your UEI, Cage Code, and System for Award Management expiration date. We are interested in any size business that is capable of meeting this requirement. Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, service-disabled veteran-owned small business, HUBZone small business, woman-owned small business, veteran-owned small business, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Also indicate if you are the manufacturer, or provide the name and size of the manufacturer of the product(s) you will be supplying. Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated us of foreign national employees on this effort. NOTE: RESPONSES TO THIS SOURCES SOUGHT SHALL STATE IF THEY ARE A SUPPLIER OR MANUFACTURER! Please note: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov. Responses may be submitted electronically to the following e-mail address: david.p.bezerra.mil@army.mil . Telephone responses will not be accepted. RESPONSES ARE DUE NO LATER THAN: December 30th at 2:00 PM (EST). Future information about this acquisition, including issuance of a quotation and/or applicable amendments, will be issued through FedBizOpps. Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9cb72e325f694f0eb4b26b1c4730c2e6/view)
 
Place of Performance
Address: East Granby, CT 06026, USA
Zip Code: 06026
Country: USA
 
Record
SN07298102-F 20241221/241219230119 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.