Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2008 FBO #2308
SOURCES SOUGHT

D -- Telecommunications Services

Notice Date
3/20/2008
 
Notice Type
Sources Sought
 
Contracting Office
ACA, NRCC, Installation - Fort Eustis, ATTN: ATZF-DPC, 2798 Harrison Loop Complex, Fort Eustis, VA 23604-5538
 
ZIP Code
23604-5538
 
Solicitation Number
W91QF1-08-T6767
 
Response Due
3/27/2008
 
Archive Date
5/26/2008
 
Point of Contact
SIBRENA NIXON-PEREZ, 757-878-2800
 
E-Mail Address
Email your questions to ACA, NRCC, Installation - Fort Eustis
(sibrena.nixonperez2@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
PERFORMANCE WORK STATEMENT FOR THE VOICE OVER INTERNET PROTOCOL (VOIP) SYSTEM 1.0 Scope. This Statement of Requirements (SOR) establishes and defines the upgrade requirements for the existing Voice over Internet Protocol (VOIP) equipment, Cis co call manager, Unity, and Voice Gateway at Fort Eustis, V A The contractor shall utilize the existing equipment to the maximum extent possible. Downtime shall not occur without specific Govermnent approval and any scheduled downtime shall occur durin g off-duty hours/weekends and shall be kept to a minimum. All contractor-furnished equipment shall be ISDN and DSN MLPP capable providing all functions and features currently available to Fort Eustis, V A customers. 1.1 DISA JIEO 8249. The moderniz ed equipment, software, and features/functions must comply with the latest certified version of DISA JIEO 8249 and shall have appropriate Joint Interoperability Test Center (JITC) certification documentation, 2.0 Location and Space. The contractor shall use the existing frames, shelves, and space available in the existing Bldg 667 on Fort Eustis. 3.0 Requirements. 3. 1 General. The contractor shall be responsible for the provisioning /programming of the VOIP software utilized by the syst ems listed in paragraph 1.0 and make the system fully functional. The contractor shall be responsible for correcting problems with inbound and outbound calls. System shall have the capability of making and receiving calls to and from all NXX and NPA's The contractor shall install VOIP telephone sets for test calls from Eustis to StOlY and Story to Eustis over the DS3 PRl's. Additional test call shall be made to other NXX and NPA's. The contractor shall correct system programming omitted and/or installed in error without any extra expense or delay to the Government. The contractor shall not be responsible for replacing and correcting existing plant facility problems and/or errors not part of this SOR. If existing problems are discovered, the contractor sh all immediately notify the site Point of Contact (POC). 3.2 Security Requirements. The contractor shall coordinate with the Site (POC) to gain access to the required work locations. It is the contractor's responsibility to coordinate with the Site POC for security Issues and to obtain the necessary badges, etc. for entry to restricted or controlled areas to meet the requirements of this SOR. The Contractor shall provide the necessmy security clearance information to the Site POC prior to co ntractor personnel being granted access to any work locations. The Government reserves the right to refuse entry of any individual to work locations. 3.3 Safety. The contractor shall comply with all local safety procedures in effect at the work sit e. 3.4 Damage. The contractor shall repair and/or replace all facilities and/or equipment damaged by the contractor or their subcontractors. All areas affected shall be restored to their original condition. 3.5 Wa11'anty. The contractor sha ll provide, as a minimum, a full/unlimited one-year wa11'anty for all contractor provided hardware/software materials, and workmanship. The Warranty period shall not begin until final Government acceptance. The warranty shall include emergency off.-site te chnical assistance as required via a modem connection from the contractor's/manufacturer's facility. The contractor shall track and resolve any problem(s) in accordance with standard commercial practices. 3.6 Temporary Storage. With prior coordinat ion, the Government may provide limited storage for materials received before project installation begins. The contractor, however, is still responsible for the physical security of all materials until final acceptance. Any materials damaged, lost, and/or stolen prior to final acceptance shall remain the contractor's responsibility to repair and/or replace as required. 4.0 Quality Assurance Provision s. 4.1 Test and Inspections. All items procured under this SOR shall be tested. The contractor shall utilize the equipment manufacturer's standard commercial/quality assurance practices to verify that the requirements of the delivery order have b een met. The contractor has the responsibility to ensure the upgrade is tested prior to cutover. The Government may or may not witness any and all testing. The contractor shall document all results. Results shall be available for Government review. The con tractor shall furnish required equipment for testing. The contractor shall notify the Government at least two weeks before the start of any testing. The system shall not be cutover/committed without specific Government approval. 4.1.1 DSN Test Faciliti es. As part of the test process, the contractor shall test and verify all features and functions related to DSN MLPP requirements, live DSN test tnmk facilities must be utilized. 4.2 Discrepancies The Government Will review all test results and prepare a list of any discrepancies. The discrepancy list shall include any problem(s) detected/identified during testing and/or inspections conducted by either the contractor or Government, or both. The Government reserves the right to refuse final accep tance until all discrepancies have been resolved in accordance with the requirements of the SOR .. As a minimum, a two-week burn-in period shall be conducted prior to the contractor requesting Government acceptance, During the burn-in period, the contracto r shall be responsible for maintaining, isolating, and correcting any problem(s) identified as a result of the upgrade, Problems identified during the burn-in period shall be documented and provided to the Government, 4.3 Contractor Furnished Materials . All contractor-furnished materials shall be permanently identified, stenciled and/or tagged in accordance with commercial practices.
 
Place of Performance
Address: ACA, NRCC, Installation - Fort Eustis ATTN: ATZF-DPC, 2798 Harrison Loop Complex Fort Eustis VA
Zip Code: 23604-5538
Country: US
 
Record
SN01537563-W 20080322/080320233557 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

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