COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 11, 2001 PSA #2933
SOLICITATIONS
D -- OPERATION AND MAINTENANCE OF TELECOMMUNICATIONS SYSTEM FOR FORT BELVOIR
- Notice Date
- September 7, 2001
- Contracting Office
- Defense Supply Service-Washington, 5200 Army Pentagon, Rm. 1D245, Washington, DC 20310-5200
- ZIP Code
- 20310-5200
- Solicitation Number
- N/A
- Response Due
- October 15, 2001
- Point of Contact
- Contract Specialist, Ms Delene Snell, telephone (703) 602-6694; Contracting Officer, Ms. Sandra Spiess, telephone (703) 602-3684
- E-Mail Address
- DCC-W POC (Delene.Snell@hqda.army.mil)
- Description
- The Defense Contracting Command -- Washington (DCC-W) seeks potential sources that can provide local tariffed and non-tariffed telecommunications services for the Department of Defense (DOD) agencies at Fort Belvoir, Virginia. This is a SOURCES SOUGHT SYNOPSIS; there is no solicitation available at this time. No response will be provided for requests for a solicitation. THIS SOURCES SOUGHT SYNOPSIS IS PUBLISHED FOR MARKET RESEARCH PURPOSES ONLY. Currently, there are approximately 17,000 users and 100 tenant activities at Fort Belvoir. The Army Signal Activity-Southern Information Technology Operations Center (ASA-SITOC) is responsible for providing information management technical assistance to the Fort Belvoir garrison and tenant activities, and is the single point of contact for all new services for the entire customer base. However, the ASA-SITOC does not control overall telecommunications activities. Contract management, administration, and technical oversight of telecommunications support contracts is distributed among many different Government organizations including the ASA-SITOC, Defense Telecommunications-Washington (DTS-W), Defense Contracting Command -Washington (DCC-W), and other tenant organizations. DCC-W seeks information from sources who have the capability to provide the following local telecommunications services at Fort Belvoir: Network services to include Operations of Inside Plant, Outside Plant, Nortel SL100 Switch and Remote Switching Units, Dedicated SONET ring, Ace*Com NetPlus Management System, Hardware and Software Configuration Management, Service Order and Billing, Switch and Network Performance Reports, Inventory, Dedicated Networks, Value Added Network (VAN) Services; Network services to include Maintenance of Inside Plant, Outside Plant, Nortel Switch- remedial/preventative/upgrades, distribution frames, subscriber/user line equipment, three switch backup generator power plants/testing/battery plants, air conditioning in buildings that support network, Octel voice mail system; Management Services to include Management and Support Staff for project management, Inside Plant, Outside Plant, Service Order and Billing, Full Product Line List (FPPL) Management, Special Security Clearances and Access (Some or all components of the end service; e.g. systems management centers, switches, wiring; may require installation on U.S. Government-controlled facilities. Contractor personnel working at Government facilities may be required to have a U.S. Top Secret level clearance); Service Order Management for Moves, Adds, Changes, Deletes (MACD) (to include adds, moves, changes, rearrangements, installations and deinstallations), electronic ordering, administration, and processing service requests; Billing Management to prepare invoices for Fort Belvoir customers, and timely and accurate bill processing; Inventory Management for the Nortel switch, and Inside and Outside Plant facilities to the plug on the wall, and spare parts inventory; Trunking Circuit services to the Pentagon, Administrative/Performance/Service order & Billing reporting and user access to data, training, documentation; Engineering to include: Special Projects Proposal Preparation, Circuit Data Records, Circuit Drawings, Integration with other Telecommunications Systems and Services, Planning, Cable Wiring Distribution, Site surveys, Site preparation, Construction, Building alteration, Station user requirement reviews, and Training. Non-government management systems, if required, must interface electronically and seamlessly with their equivalent government systems. DCC-W seeks Industry's comments on the following issues and invites respondents to address each with any comments. 1) Order processing 2) A Contractor-designed interface with the NetPlus Management System and other components of the Government's billing system. There are three main phases to this billing system: The first is service order processing which involves verification of funding (via electronic system check) prior to approval of service orders. The second is invoice processing which validates charges, matches totals, and reconciles fallout. Reconciling fallout will primarily be the responsibility of the contractor. The last phase is the vouchering process, which creates, packages, and transmits vouchers for payment. 3) Acceptance of the government credit card for payment. Contractors are invited to prepare a white paper with comments and suggestions on the above items. Interested parties may submit their responses electronically in MSWord 6.0 or higher with two paper copies sent via mail to the address identified below. DCC-W intends to distribute the responses to this synopsis within the Agency and other Government offices for review purposes. Accordingly, respondents shall clearly identify sensitive or proprietary material. DCC-W reserves the right to contact vendors to provide clarifications on capabilities or to ask questions. Prospective suppliers will supply a capability summary not to exceed ten (10) pages in length describing their relevant corporate experience. In addition, the Government is actively seeking your recommendations and comments on the proposed strategy for this acquisition. This sources sought announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or ultimately award of a contract. An award will not be made on offers received in response to this notice. This Sources Sought Synopsis is not a Request for Proposals (RFP); it is a market research tool being utilized to determine the availability of sources prior to issuing an RFP. The Government will not provide payment for any material or white paper provided in response to this announcement nor will payment be provided for any direct or indirect costs or charges including postage and shipping. The Government will retain all comments and information received in response to this Sources Sought. Information is to be provided on a voluntary basis and failure to respond will not impact any possible future acquisitions. The information provided in this notice is currently being drafted and will likely change. This information is provided to obtain industry perspectives as the Government develops its acquisition strategy. Responses must include the Company Name, Street Address, City, and State, nine-digit Zip Code, POC, POC e-mail address, POC telephone and facsimile numbers. The Point of Contact (POC) for technical issues concerning this announcement is Mr. Don Winningham, DTS-W at (703) 696-8653 or e-mail Donald.Winningham@dtsw.army.mil. The POC for DCC-W contractual issues are Delene Snell, Contract Specialist at (703) 602-3694 or e-mail delene.snell@hqda.army.mil and Ms. Sandra Spiess, Contracting Officer at (703) 602-3684 or e-mail sandra.spiess@hqda.army.mil. All written responses should be submitted to the following address not later than October 15, 2001; Defense Contracting Command -- Washington, Attn: Delene Snell/CCA; 5200 Army Pentagon, RM 1C243, Washington, DC 20310-5200.
- Record
- Loren Data Corp. 20010911/DSOL011.HTM (W-250 SN50X0A1)
| D - Automatic Data Processing and Telecommunication Services Index
|
Issue Index |
Created on September 7, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|