Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MARCH 19, 2001 PSA #2810
SOLICITATIONS

70 -- LUCENT I2022 ISDN PHONES AND RELATED EQUIPMENT/SERVICES

Notice Date
March 15, 2001
Contracting Office
General Services Administration, Federal Technology Service (FTS), Technical Support Division (7TR/T-5), 819 Taylor Street, Room 14A02, Fort Worth, TX, 76102
ZIP Code
76102
Solicitation Number
7TF-01-0003
Response Due
March 28, 2001
Point of Contact
Elaine Lacker, Contracting Officer, Phone (817) 978-6142, Fax (817) 978-4739, Email elaine.lacker@gsa.gov -- Elaine Lacker, Contracting Officer, Phone (817) 978-6142, Fax (817) 978-4739, Email elaine.lacker@gsa.gov
E-Mail Address
Elaine Lacker (elaine.lacker@gsa.gov)
Description
17(i). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, the test program in FAR Subpart 13.5, and FAR Part 15, 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!! 17(ii). Solicitation Number 7TF-01-0003 Request for Proposal!! 17(iii). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-20!! 17(iv). This is a full and open procurement under NAICS CODE 334210 Telephone Apparatus Manufacturing!! 17(v). There are several contract requirement, which are not optional: REQUIREMENTS LISTED UNDER 17(vi)!! 17(vi). Description: The purpose of this Request for Proposal is to acquire the following equipment and services: Provide, program and install ninety-three (93) Lucent i2022 ISDN phones on the 5ESS Base Telephone Switch at Tinker AFB, OK. Include in the price the cost of cordless handsets versus corded handsets. Programming shall include providing a hidden number available at each ISDN phone that cannot be reached by phones not part of the ISDN Command Section system so that each ISDN phone can always be reached. Sixty-six (66) phones shall be powered from the Central Office with bulk power and twenty-seven (27) with individual NT1s with minimum two (2) hour battery backup. These will be installed in the offices on the attached list. NEED LIST. Building numbers and locations shall be provided prior to installation. Provide and install six (6) circuit packs for Basic Rate ISDN (BRI) Interface in the switch in Bldg. 3001. This includes any programming and right to use required. The base will install wiring jumpers and jacks required. Perform cut over then disconnect and remove the system 75 and associated equipment as well as the Prelude equipment presently in use. Two (2) additional ring down cards will be required. Orientation for the operation and maintenance of the new installed equipment shall be provided. Provide a Gantt Chart with timelines for project start to completion. Provide a dialing plan for these ISDN phones to include any right to use. Include programming and right to use to show the calling party's name on the display on the ISDN phone that is on the dialing plan for the ISDN phones. Insure on-site cable pairs to be used for connectivity meet ISDN standards for the phones. Provide on-site over the shoulder training for base maintenance personnel for programming of the handsets and Base Telephone Switch for ISDN Phones. Provide training and brochure for user operation of the ISDN phones. Provide any programming and right to use to establish an intercom function for command section. Provide options for the following: (1) additional spare i2022 and i2023 ISDN Phones; (2) additional BRI circuit packs as spares; (3) additional NT1s with battery backup power supply; (4) 11451/11461 Bulk Power Arrangement; (5) providing and installing PRI ISDN Circuit Packs in 5ESS; (6) cordless handsets. 17(vii). Desired Period of Performance is 120 calendar days after receipt of contract. Place of Delivery and Acceptance is: US Air Force, 72 CS/SCXF, 8500 Industrial Blvd., Bldg. 3001G, Room 107, Tinker AFB, Oklahoma 73145, Attn: Maria Taynton, phone 405-739-4282. FOB destination!! 17(viii). Solicitation provision at FAR 52.212-1, Instructions to Offerors -- Commercial Items (OCT 2000) is hereby incorporated by reference.!! 17(ix). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous, representing the best value to the Government price and other factors considered. The following factors shall be used to evaluate offers: Evaluation will be based on (1) Technical (a) Technical capability of contractor to meet the Government requirements. (b) Past Performance (see below) (c) Delivery Terms -- ability to meet required delivery schedule and (2) Price. Factors are listed in their relative order of importance. Past performance will be evaluated as follows: Evaluation of past performance shall be based on information provided by the offeror (see below) and any other information the Government may obtain by following up on the information provided by the offeror and/or through other sources (i.e., offeror's performance on previously awarded FAST delivery orders/contracts and/or contracts with other Government entities). The offeror must identify at least one Federal contract or delivery/task order for this client, and any other Federal, state, or local government and private contract or delivery/task order, for which the offeror has performed work similar to the statement of work in this solicitation. References should include the most recent contracts completed within the last two years. The offeror shall provide a point of contact, current telephone number and fax number for each contract. This list is due by the date established for receipt of proposals. 17(x). Offeror's are reminded to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (OCT 2000) with its offer.!! 17(xi). Clause 52.212-4, Contract Terms and Conditions -- Commercial Items (MAY 1999), is hereby incorporated by reference.!! 17(xii). Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (AUG 2000), is hereby incorporated by reference. The following paragraphs apply to this solicitation and any resultant contract: (b)(5)52.219-8, (b)(12)52.222-26,(b)(13)52.222-35,(b)(14)52.222-36, (b)(15)52.222-37, (b)(17) 52.225-1, (b)(24) 52.232-34.!! 17(xiii). Additional Contract Terms and Conditions applicable to this procurement are: (i) N/A (ii) Type of Contract: A firm fixed price, definite quantity, definite delivery contract will be awarded. (iii) Period of Performance: Work completed within 120 days after contract award.!! 17(xiv). The Defense priorities and Allocations Systems (DPAS) assigned rating for this procurement is unrated.!! 17(xv). N/A!! 17(xvi). Signed and dated offers one original must be submitted to GSA, IT Solutions, 7TR, 819 Taylor Street, Room 14A02, Fort Worth, TX 76102-6105, Attn: Elaine M. Lacker, Contracting Officer at or before 4:30 p.m.(CST), March 28, 2001. Email proposals may be sent to elaine.lacker@gsa.gov at or before the above time and date; facsimile proposals may be submitted to 817-978-4739 at or before the above time and date!! 17(xvii). Contact Elaine M. Lacker at 817/978-6142.!!
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=P&P=7TF-01-0003&L=319)
Record
Loren Data Corp. 20010319/70SOL003.HTM (D-074 SN50G341)

70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index  |  Issue Index |
Created on March 15, 2001 by Loren Data Corp. -- info@ld.com