Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MARCH 21, 2001 PSA #2812
SOLICITATIONS

58 -- MAINTENANCE OF TELEPHONE SYSTEM

Notice Date
March 19, 2001
Contracting Office
National Hansen's Disease Program, DHHS, Attn: General Services Office, 1770 Physicans Park Drive, Baton Rouge, La 70816-3222
ZIP Code
70816-3222
Solicitation Number
NHDP-01-Q-0002
Response Due
April 3, 2001
Point of Contact
Suzanne Shumate, 225-756-3787
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in the notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. Solicitation No. NHDP-01-Q-0002 applies and is issued as a Request for Quotation. This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-22. This solicitation is unrestricted under NAICS number 811213, with a size standard of $5 million. The following is a statement of work for the required services. The National Hansen's Disease Programs located at 1770 Physicians Park Drive, Baton Rouge LA requires preventive and remedial maintenance of their telephone systems which is comprised of the following Lucent Technologies equipment: 1 6297-CB1 Definity BCS CMC Digital Bundle (includes 1 Definity BCS Single Carrier Cabinet; 1 DS1/ISDN T-1 Circuit Pack, 1 Tone Clock, 1 24-Port Digital Circuit Pack, 1 24-Port Analog Circuit Pack, 1 Voice Application Software including ARS, UDP & ISDN and 1 Definity BCS 4.0 Overview DOCS/CD-Rom Documentation); 1 6297-BSF Definity BCS CMC/ESCC Software RTU; 1 65166 6400 Station Package (includes 1 24-Port Circuit Pack, 20 6408D+ Digital Sets and 1 6424D+ Digital set in each package); 2 65167 6400 Station Package (includes 1 24-Port Circuit Pack, 20 6416D+ Digital Sets and 1 Digital Set in each package (minus 9 6416D+ Digital sets and 1 6424D+ Digital set)); 1 62530 24-Port Digital Circuit Pack; 1 63400 Compact Modular Additional Cabinet; 2 63198 DS1 Cable; 2 2151-DP2 3160 DSU/CSU T-1 Units; 1 63250 DS1 Trunk Circuit Pack; 2 63057 24-Port Analog Circuit Pack; 51 3302-02G 6402 Single Line Digital Display with 1-way speaker; 4 3306-16G 6408D+ Multiline Digital Display with 2-way speakerphones; 1 2725-18C 715 Terminal Cable; 2 63401 Modular 110A (CMC) hardware; 1 63404 TDM Bus Extender Cable-Vertical Mount; 1 63404 Remote Access Modem; 1 6950-ET7 715 System Administration Terminal White; 2 3204-W1D Transtalk 9030P Digital DCP; 1 3204-CR3 Transtalk Carrier Assembly; 1 2403-407 1.5 KVA UPS with (2) Extended Reserve Batteries (1 Hour); Intuity Multimedia Messaging System consisting of the following: 1 62515 Peripheral Interface; 1 69615 9-25 Pin Adapter; 1 7060-P06 Intuity Audix Map5P (6 ports X 60 hours); 1 70861P Tip/Ring Hardware; 1 1201-051 Intuity Call Accounting System for Definity; 1 1256-VS1 Intuity Audix RTU Software; 1 1256-VS2P Intuity Audix Multimedia Software; 1 1259-MCIP Intuity SWIN Software; 1 2725-07N D8W Mounting Cord; 1 2169-004 F. Async Data Unit; 1 21691 ADU Aux Power; and 1 12504 Call Accounting Customer Rate Table. The successful offeror is required to provide all labor, transportation, equipment and replacement parts including on-site visits for the equipment, wiring and software itemized above to maintain proper system operation. Maintenance service shall be provided during normal business hours (8:00AM to 5:00PM local time, Monday through Friday, excluding Federal holidays. Remedial services shall commence within 4 hours of notification on major failures materially affecting system operating and within 24 hours of notification for minor service problems. Vendor will provide technical assistance to the Project Officer with on site as well as telephone assistance. The successful offeror will have access to Government Facilities between the hours of 8:00 A.M. and 5:00 P.M., Monday through Friday. For access at other times, the successful offeror must coordinate with the Project Officer. All work shall be accomplished in accordance with technical specifications provided by Lucent Technologies. Maintenance personnel shall have had formal training in maintaining the identified equipment and shall have had at least two (2) years experience maintaining the equipment, or in the case of new equipment, that experience equals 50% of the time the proposed equipment has been in the marketplace. Replacement personnel shall meet the same requirement as the maintenance personnel they replace. The following Federal Acquisition Regulations (FAR) apply to this solicitation: FAR 52.212-1, Instructions to Offerors- Commercial (Oct 2000); FAR 52.212-2 Evaluation Commercial Items (Jan 1999); FAR 52.212-3 Offeror Representations and Certifications Commercial Items (Feb 2001), including Alternate III; FAR 52.212-4, Contract Terms and Conditions Commercial Items (May 1999); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Feb 2001); FAR 52.222.21 Prohibition of Segregated Facilities; FAR 52.217-9, Option to Extend The Term Of The Contract (Nov 1999); FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.232-18, Availability of Funds; FAR 52.232-34, Payment by Electronic Funds Transfer Other than Central Contractor Registration; FAR 52.232-36, Payment by Third Party; HHSAR 352.202-1, Definitions. Offerors shall provide firm-fixed prices as follows: Monthly charges per item, and extended total amounts per month for the initial contract year, plus option year pricing. Prices shall include all travel, per diem and replacement parts. The following factors shall be used to evaluate offers: (1) Past Performance -- Contractor shall submit three (3) references, a list of projects that are of the same type or similar to this proposal that were completed to customer satisfaction. (2) Technical Expertise -- Contractor shall provide written plan on how your product will fill the requirement needed. (3) Price. The contract start date is estimated to be April 9, 2001. The period of performance will be from date of award through September 30, 2001, with options to extend the contract up to a total of four years from date of award or, if proposal is in accordance with your GSA schedule, until the GSA Schedule contract expires (but in no instance for longer than 4 years). All offerors must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications Commercial Items. Quotations shall be in writing. Oral quotes will not be accepted. Quotes are due no later than 2:30 CST, April 3, 2001. Address quotes to National Hansen's Disease Programs, Suzanne Shumate, 1770 Physicians Park Drive, Baton Rouge LA 70816.
Record
Loren Data Corp. 20010321/58SOL003.HTM (W-078 SN50G6K5)

58 - Communication, Detection and Coherent Radiation Equipment Index  |  Issue Index |
Created on March 19, 2001 by Loren Data Corp. -- info@ld.com