SOLICITATION NOTICE
58 -- Telephone System Upgrade
- Notice Date
- 7/27/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- Minerals Management Service GovWorks (Franchise) 381 Elden Street, MS 2510 Herndon VA 20170
- ZIP Code
- 20170
- Solicitation Number
- 1435-04-04-RFP-36352
- Response Due
- 8/11/2004
- Archive Date
- 7/27/2005
- Point of Contact
- Donald Abamonte Contract Specialist 7037871278 Donald.Abamonte@MMS.GOV;
- E-Mail Address
-
Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- Total Small Business
- Description
- PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis/solicitation for modified-commercial items prepared under FAR Part 13.5 - Test Program for Certain Commercial Items, and prepared in accordance with the format in Subpart 12.6, as supplemented with additional information in this request. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This requirement is being issued by GovWorks under the Department of the Interior Franchise Fund on behalf of the Department of Defense Dependent School Pacific Transportation Division This acquisition will be issued as a Firm Fixed Price purchase order. All deliveries under this contract will be FOB Destination. Commercial items FAR clauses 52.212-1 Instructions to Offerors-Commercial Items, 52.212-3 Offeror Representations and Certifications-Commercial Items, 52.212-4 Contract Terms and Conditions-Commercial Items, and 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items, apply to this solicitation, and may be downloaded from http://farsite.hill.af.mil. GovWorks Procurement will handle the solicitation, and resultant contract administration as well as payment of invoices. GovWorks is a Federal Franchise Fund Contracting Office under the authority of the Government Management Reform Act and provides contracting support to all Federal and DoD Agencies. The successful Offeror will be required to complete electronic banking information for electronic payments. All responsible and responsive offers will be considered. Due Date Information: The due date for all questions concerning this RFP must be received by August 11, 2004 at 11:00 AM (EASTERN STANDARD TIME) via email to: Donald.Abamonte@mms.gov . Questions received after the deadline of August 11, 2004 at 11:00 AM EST, will not be accepted. No phone calls concerning this acquisition will be accepted. All inquiries must be via email, and all questions and responses will be posted to the fedbizopps website as an amendment to the original announcement. Any site visit request must be set-up with Janice Coleman at 703-603-7749 no later than August 02, 2004. Statement of Work Telephone System Upgrade June 2004 Committee for Purchase >From People Who Are Blind or Severely Disabled 1421 Jefferson Davis Highway Suite 10-800 Arlington, Virginia 22202-3259 SECTION A. SUPPLIES OR SERVICES AND PRICES/COSTS Item Unit Price Qty Total Price 1. All-in-one, turnkey, integrated telephony solution with scalable deployment from modular components, such as Avaya S8100 Media Server, with Intuity Audix, Windows 2000 DHCP and TFTP servers; G600 Media Gateway; and P330 Stackable Switch. New solution shall, at a minimum, proactively address security; contain hard drive capacity in excess of 15GB; use a third-party operating system; contain licenses and media for OEM operating system, database software & embedded maintenance utilities; integrate industry standard voice mail & dial-tone service features; provide flexible configuration options that supports traditional telephony, internet protocol enabled and/or converged environments; interoperate with a variety of products, platforms & standards; allow analog fail-over service; connect with digital, analog or internet protocol devices; and log activities & produce reports. ____ ____ _______ 2. Installation Service to include, but is not limited to, hardware & software installation; system tests; and verification of system functionality as individual components and in combination as complete telephony system. Completed installation would resemble Avaya User Scenario for a Medium-Sized Business. ____ ___ _______ 3. LAN and Backbone support that includes Ethernet interface; Stackable orientation; End-to-End Access Control & Quality-of-Service; Layer 2 switching; and Layer 3 routing technology, such as Avaya P300 Series Switch and G600 Media Gateway. ____ ___ ______ 4. Miscellaneous Hardware, such as Network Interface Connection; Rack System; Battery Back-up; and Administrative PC or Notebook. ____ ___ ______ 5. Telephone Sets that utilize various device technologies with a wide variety of features. Such as Avaya 6200 Series Analog Phone; 6400 Series Digital Phone; 4600 Series IP Phone ____ ___ ______ 6. Disconnect and remove old and/or unnecessary components of telephony system; transport same on Committee's behalf to Government repository; restore site to original condition; and discard any waste material. ____ ___ ______ 7. Customize new telephone system for Staff's unique organizational structure and activities, to include administrative operations. Features such as Music-on-Hold; Call flow management; Caller Id; Remote Agent; Auto Attendant; and Generation of Silent Duress Alarm. ____ ___ ______ 8. Train staff in a small-group setting with at least written reference material geared to end-users & system administrators, respectively. End-users are expected to learn basis telephone set operation; 10 most popular installed telephony features, and set-up, retrieval & storage of voice mail. System administrators are expected to learn log-in procedures; system structure navigation; handling of potential security issues & fraud; and creation of back-up copy of system data & voice mail. ____ ___ ______ 9. Technical and Maintenance Support (Initial 12-month period and Yearly Follow-on ) Support provided by technical staff typically on-site but occasionally via telephone. On-site support could include tasks such as installation of product updates and adding new users. Telephone support could be typically used to provide initial evaluation of a situation such as a sudden, unexpected system malfunction. ____ ___ ______ Total _____ SECTION B. DESCRIPTIONS/ SPECIFICATIONS/ STATEMENT OF WORK B.1 Background The Javits-Wagner-O'Day (JWOD) Program provides employment opportunities for over 40,000 Americans who are blind or have other severe disabilities by mandating Government purchases of products and services provided by nonprofit agencies employing such individuals throughout the country. The Committee for Purchase From People Who Are Blind or Severely Disabled (Committee) is an independent Federal micro-agency that oversees the JWOD Program with a 29-person staff. The Committee is currently located at 1421 Jefferson Davis Highway, Jefferson Plaza 2, Suite 10-800, Arlington, VA 22202-3259. The Committee's telephone and voicemail system needs to be upgraded to provide additional capabilities and to provide for future evolution. B.1.1 Schedule Release Request for Proposal (RFP) Workday 1 Opportunity for On-Site Visit First Wednesday week following release Final Deadline to Email Questions Workday 15 @ 2:00 pm EST Q&As Posted to Website Ongoing - Workday 1-16 Proposal Submission Deadline Workday 24 @ 2:00 pm EST Review of Qualifying Proposals Workday 25-28 Contract Award Workday 30 B.1.2 Period of Performance The period of performance of this contract shall be 120 days from date of Contract Award. The equipment cutover date desired is approximately 45 days after contract award. Final System acceptance is scheduled for 30 days after cutover date for newly installed and configured telephony solution. B.1.3 Deliverables This document identifies deliverables-Section B: Descriptions/ Specifications/ Statement of Work. The system deliverable shall be the acceptance by the Committee of the system elements described herein at Section B: Descriptions/ Specifications/ Statement of Work. Acceptance is defined as the Committee's concurrence that the fully operational system has been demonstrated to meet the requirements of Section B, all documentation has been delivered, instruction on overall operation and day-to-day system management completed, and work areas have been left in satisfactory condition. The Technical and Maintenance Support deliverable shall be the acceptance by the Committee of services provided according to specifications outlined in the Technical and Maintenance Support Plan contained in the Final Contract Document. An invoice shall follow completion of individual delivery orders generated by a support request, maintenance task, or other support element that facilitates the operation of the system described herein at Section B: Descriptions/ Specifications/ Statement of Work. B.2 Current Environment Separate from this procurement, the Committee is replacing its current 58 analog lines with a primary rate interface (PRI) and four back-up analog lines anticipated for use in the event of PRI or PBX failure. The Committee does not plan to reuse any station equipment that includes a Merlin Legend phone system and Intitity Audix voice mail. The Committee desires to maximize limited space where the updated system is to be installed. B.3 Required Services Contractor shall: Remove and transport old components Install, test, and verify that the new telephone system (old and new components) function correctly as individual components and together with the overall system Customize system for Committee use Train staff on operation features Discard waste material Provide technical and maintenance support. B.3.1 Propose Telephony Solution The contractor shall propose a telephony solution which is all-in-one, turnkey, and integrated with scalable deployment from modular components, such as Avaya S8100 Media Server, with Intuity Audix; Windows 2000 DHCP and TFTP servers; G600 Media Gateway; and P330 Stackable Switch. New solution shall, at a minimum, proactively address security; contain hard drive capacity in excess of 15GB; use a third-party operating system; contain licenses and media for OEM operating system, database software & embedded maintenance utilities; integrate industry standard voice mail & dial-tone service features; provide flexible configuration options that supports traditional telephony, internet protocol enabled and/or converged environments; interoperate with a variety of products, platforms & standards; allow analog fail-over service; connect with digital, analog or internet protocol devices; and log activities & produce reports. The proposed solution must reflect the most current software and hardware projected to be available for installation and implementation at that time. The proposal shall include design diagram(s) and an implementation plan for the proposed solution. The implementation plan shall include a time-line of major milestones. The proposal shall include warranty period for system and all associated wiring effective from the date of system acceptance by the Committee. The proposed solution shall also provide narrative explanation and rationale for proposed configuration where diagrams are not sufficient. Special attention shall be afforded any proposed solution equipment or configuration element(s) that deviate from industry standard. The products selected by contractor as part of their proposal and the configuration of those products shall produce an outcome similar to that represented by Table 1 and Table 2 below. The system's platform configuration of Trunks and Stations shall be identified by characteristics per line within the new telephone system. " Equipped - the system is capable of providing service to the number of lines and stations at cutover. " Wired - the system is capable of providing service for the number of lines and stations with additional circuit packs but not additional carriers or software. " Capacity - reflects the amount which the system can accommodate with additional carriers or software. The quantities included in Table 1-Sample Configuration Guidelines represents the Committee's desired result at cut-over. Sample Configuration Guidelines Trunks And Stations Equipped Wired Capacity Analog CO Trunks 5 6 8 ISDN PRI Facilities 1 2 2 Digital Station Line 30 40 50 Analog Station Lines 5 5 16 Power Failure Transfer 4 4 4 Table 1 The Committee's desired configuration for an upgraded Voice Mail/Automated Attendant is shown in Table 2. Desired Voice Mail/Automated Attendant Configuration Number of Users Number of Mailboxes Port Cutover Ports Expanded 29 50 4 8 Table 2 The contractor shall will be responsible for obtaining and paying for all permits, and licenses required by the Jefferson Plaza building management-Equity Properties, the City and County of Arlington, and the Commonwealth of Virginia. All labor, materials, methods and work shall be consistent with minimum standards of recognized trade association and Government agencies. All work must be conducted according to all applicable codes, statutes, laws, regulations and ordinances of Jefferson Plaza building management-Equity Properties, County of Arlington and the Commonwealth of Virginia. The proposal shall demonstrate precautions employed to avoid damage to the customer's premise and property and is further required to make restorations as required by the Committee or Jefferson Plaza building management-Equity Properties. This includes the removal and replacement or repair of ceiling tiles. The proposal shall include accommodation to accept and safeguard all material deliveries prior to installation according to Government Freight-On-Board: Origin regulations. The Committee is not willing to accept hardware or software prior to General Availability. If lost or damaged while in the contractor's possession or control, the contractor is responsible for the cost of replacement at the contractor's expense. Title for the system and all associated components shall not pass to the Committee until final system acceptance by the Committee. Minor details not usually shown or specified, but necessary for proper installation and operation, shall be included in the contractor's proposal, the same as if herein specified or shown. Contractor's proposal shall include elements considered to be essential to proper installation and operation of the new system that are outside the Contractor's control and require Committee coordination and/or action. Prior to final system acceptance (30 days after cutover), a complete system test will be performed to assure that all equipment is functional and is properly installed. The Committee is responsible for and has control over the final system acceptance. The awarded contractor is expected to participate in the system testing and validation process. If the work so examined is found to be defective and not in accordance with such plans and specifications, the contractor shall bear all expenses of such examination and of the satisfactory re-completion of the work. The Committee will provide the selected contractor with a Letter of Agency for coordination with the building management, the providers of local telephone service, and the current long distance carrier for testing of any telephone required facilities. This includes ensuring that installed lines are compatible with the contractor's proposed system. B.3.2 Install, Test, and Verify Operation of New Telephone System Installation Service to include, but is not limited to, hardware, software & peripheral item installation; component tests; and verification of system functionality as individual components and in combination as complete, integrated operational telephony system. Completed installation would resemble Avaya User Scenario for a Medium-Sized Business. Contractor shall provide user and operator documentation associated with all delivered items. B.3.3 LAN and Backbone Support Proposal shall include elements to provide LAN and Backbone support, such as Avaya P300 Series Switch and G600 Media Gateway, which includes Ethernet interface; Stackable orientation; End-to-End Access Control & Quality-of-Service; Layer 2 switching; and Layer 3 routing technology. B.3.4 Miscellaneous Hardware Miscellaneous Hardware, such as Network Interface Connection; Rack System; Battery Back-up; and Administrative PC or Notebook, necessary or recommended by Contractor shall be included in any proposal submitted for consideration. B.3.5 Telephone Sets Telephone Sets that utilize various device technologies with a wide variety of features shall be identified by series and model, such as Avaya 6200 Series Analog Phone; 6400 Series Digital Phone; 4600 Series IP Phone. The proposal shall identify the specific set(s) tailored to various job functions that range from management to support staff and provide Section 508 accommodations including speech synthesizer interface. B.3.6 Disconnect & Remove Current Equipment The contractor shall disconnect and remove old and/or unnecessary components of telephony system, including telephone sets and Merlin PBX unit from the wall on which it is mounted. Contractor shall collect other items that have been replaced or that are no longer needed and request disposition of such items from the Committee COTR. Contractor shall transport said items on the Committee's behalf to Government repository. Contractor shall remove discarded, packing materials and related waste items from Committee premises and Jefferson Plaza property. B.3.7 Customize New Telephony Solution Customize new telephone system for Staff's unique organizational structure and activities, to include administrative operations. The proposed system shall provide call management features consistent with industry standards. The proposed telephony solution shall allow flexible configuration options for features such as Music-on-Hold; Call flow management; Caller Id; Remote Agent; Conferencing; Auto Attendant; and Generation of Silent Duress Alarm. B.3.8 Train Staff Contractor's proposal shall include an outline of the Training Program to be administered the work-week following system cut-over. Training sessions shall be designed to be administered in a small-group setting with at a minimum written reference material geared to end-users & system administrators, respectively. End-users are expected to learn basis telephone set operation; 10 most popular installed telephony features, and set-up, retrieval & storage of voice mail. System administrators are expected to learn log-in procedures; system structure navigation; handling of potential security issues & fraud; and creation of back-up copy of system data & voice mail. B.3.9 Technical and Maintenance Support The Contractor shall propose customer-centered, comprehensive Program of Technical and Maintenance Support Services renewable in 12-month periods (Initial 12-month period and Yearly Follow-on). The Contractor shall respond to support requests in a timely manner. The customer support program shall include on-site support with post-installation operation or maintenance for telephone and voicemail related hardware and software. Contractor shall identify, at a minimum, points of contact for support requests and contract compliance. The proposal's Support Program shall utilize technical staff typically on-site but occasionally via telephone. On-site support could include tasks such as installation of product updates and adding new users. Telephone support could be typically used to provide initial evaluation of a situation such as a sudden, unexpected system malfunction. Contractor's Support Program shall provide services related to equipment warranty. Contractor shall also provide a comprehensive customer support program renewable in 12-month periods. SECTION C. INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS OR RESPONDENTS C.1 Proposal Format Hard copy proposals shall be provided in the following format: Proposals shall be submitted on [8.5"x11"] paper Proposals shall utilize both sides of the paper Font size shall be limited to a minimum of 11-point characters, except for diagrams and drawings where impractical Large engineering drawings shall be reduced in size for easier handling and review but not to the extent that essential detail is lost. Maximum size shall be [11"x17"]. An electronic copy of proposals shall be provided on compact disc (CD) in format suitable for both viewing and printing. Applications used to create an electronic proposal shall include any combination of Adobe Acrobat PDF, MS Word, MS Power Point, and/or MS Visio. C.2 Proposal Organization The proposal shall be presented in two (2) volumes: Volume 1: Technical, Management, and Past Performance Proposal, and Volume 2: Price Proposal. Contents of the proposals shall be as shown below. Volume 1: Technical, Management, and Past Performance Proposal Introduction Technical Approach Proposed solution Merits of solution Implementation plan Remove old equipment and transport off-site Install test, and verify operation of new telephone system (include drawings and physical layout) Customize system for Committee use and instruct on day-to-day management and overall system operation Discard waste material Technical and maintenance support Warranty coverage Technical and maintenance support Local service support Response times Factory trained technicians Remote monitoring Required support from Government (requirements for the equipment room and/or wire closets to support the proposed equipment that are not included in the bid; space and power requirements) Management Plan Introduction Project organization Project team and Key Personnel experience and qualifications Project schedule Quality control approach Problem resolution approach Past Performance Overview of Company Location Description of management team Number of employees Sales for past 2 years Description of company services Relevant Past Experience (for 4 similar projects performed within the past 12 months, provide below information) Contract name Contract number Contract officer (name, telephone number, e-mail address) COTR (name, telephone number, e-mail address) Value of contract Cost or schedule variance Period of performance Description of services Equipment involved Volume 2: Price Proposal Introduction Pricing Installation services Equipment Training Technical and maintenance support services SECTION D. EVALUATION FACTORS FOR AWARD The proposal will be evaluated based on the following criteria: Proposal Evaluation Criteria Proposal Section Criteria Volume 1 Technical Approach Meets or exceeds the requirements in Section B: Specifications / Descriptions / Statement of Work Extensiveness and quality of contractor's proposed maintenance and service support services Provide the Committee with superior maintenance service and prompt response in resolving troubles Provide the Committee with the ability to expand its system and applications Extensiveness and quality of technical and maintenance support Management Plan Experience of project staff and thorough quality control processes Company experience with required equipment and software Conformance with Committee schedule Past Performance Past performance and experience in providing similar state-of-the-art telecommunications systems Successful project execution based on other projects Ability to support a wide range of customer services and applications Volume 2 Price Competitive initial and recurring costs
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=MM143501&objId=168445)
- Place of Performance
- Address: Committee for Purchase From People Who Are Blind or Severely Disabled, 1421 Jefferson Davis Highway, Suite 10-800, Arlington, VA. 22202-3259
- Zip Code: 22202
- Country: US
- Zip Code: 22202
- Record
- SN00631415-W 20040729/040727212504 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |