SOLICITATION NOTICE
D -- CALLPILOT MAINTENANCE & TECHNICAL SUPPORT
- Notice Date
- 3/31/2008
- Notice Type
- Solicitation Notice
- NAICS
- 517919
— All Other Telecommunications
- Contracting Office
- Equal Employment Opportunity Commission, Office of the Chief Financial Officer, Acquisition Services Division, 1801 L Street, NW, 6th Floor, Washington, DC, 20507, UNITED STATES
- ZIP Code
- 20507
- Solicitation Number
- RFQ0042-08
- Response Due
- 4/11/2008
- Archive Date
- 4/26/2008
- Point of Contact
- Gregory Browne, Contract Specialist, Phone (202) 663-4292, Fax (202) 663-4178
- E-Mail Address
-
gregory.browne@eeoc.gov
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in Federal Acquisition Regulation Part 12, Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. The Contracting Officer is utilizing policies and procedures prescribed in Part 12, Acquisition of Commercial Items. This solicitation is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-24 effective on February 28, 2008. This solicitation is set-aside for small business. The Small Business size standard is 23 million dollars. The U.S. Equal Employment Opportunity Commission (EEOC), Office of Information Technology has a requirement for a contractor to provide CallPilot Maintenance & Manufacturers Technical Support for (CS 1000M) for our New Orleans, Jackson, Phoenix, Baltimore and Washington, DC Offices. CLINs #0001, 0003 and 0005 are Firm Fixed Price, and CLINs #0002, 0004, 0006, 0007 and 0008 are labor hours. The Period of Performance for CLINs # 0001 thru 0006 is 04/19/08 thru 04/18/09. The Period of Performance for CLINs # 0007 and 0008 is 07/18/08 thru 07/17/09. The quotation package shall include the following line items in a written quotation: CLIN 0001, New Orleans District Office - CallPilot Maintenance Service for Option 11c 24x7 coverage of 128 ports of CallPilot Unified Messaging and fax and SEB Monitoring Note: Does not include SEB unit(s), Quantity 12 months, Unit Price $____, Total for CLIN 0001 $_____; CLIN 0002, New Orleans District Office - Hourly Rate for Moves, Adds, Changes and Wire Rounds, Quantity 20 hours, Unit Price $_____ Total for CLIN 0002 $_____; CLIN 0003, Jackson Area Office - CallPilot Maintenance Service for Option 11c 24x7 coverage of 128 ports of CallPilot with Unified Messaging and fax and SEB Monitoring Note: Does not include SEB unit(s), Quantity 12 months, Unit Price &_____, Total for CLIN 0003; CLIN 0004, Jackson area Office - hourly Rate for Moves, Adds, Changes and Wire Rounds, Quantity 20 hours, Unit Price &_____, Total for CLIN 0004 $_____; CLIN 0005 - Phoenix District Office - CallPilot Maintenance Service for Option 11c 24x7 coverage of 128 ports of CallPilot with Unified Messaging and fax and SEB Monitoring Note: Does not include SEB unit(s), Quantity 12 months, Unit Price $_____, Total for CLIN 0005 $_____; CLIN 0006, Phoenix District Office - hourly Rate for Moves, Adds, Changes and Wire Rounds, Quantity 20 hours, Unit Price &_____, Total for CLIN 0006 $_____; CLIN 0007, Baltimore District Office - Maintenance Service for Comm Server 1000m & CallPilot, Quantity 20 hours, Unit Price $_____, Total for CLIN 0007 $_____; CLIN 0008, EEOC Office Headquarters, Manufacturer's Technical Support, Quantity 25 hours, Unit Price $_____, Total for CLIN 0008 $_____. This request is being issued by the Equal Employment Opportunity Commission (EEOC) for the purpose of maintaining satisfactory and uninterrupted telephone service at four(4) EEOC Offices, and manufacturer's technical support only at one(1) Office. The four Offices for maintenance are - New Orleans Field Office, located at 1555 Poydras street, New Orleans, LA 70113; Jackson Area Office, 100 West Capitol St., Suite 207, Jackson Mississippi 39269; Phoenix District Office at 3300 N Central Ave, Suite 690, Phoenix AZ, 85012; and Baltimore District Office located at 10 South Howard St., City Crescent Building, Baltimore, Maryland 21201. The one Office for Manufacturer's Technical Support (Hourly) is the EEOC's Headquarters Office at 1801 L St. NW, Washington, DC 20507. REQUIREMENTS; 1. Labor for programming changes to the Nortel Meridian Option 11 telephone system and ancillary equipment, including telephone sets; 2. Service to include labor and equipment for the maintenance of the Nortel Meridian Option 11 telephone switch and CallPilot voice mail system; 3. The relocation of telephone sets, including telephone wiring and jacks which will be provided by the contractor, and is covered under this contract; 4. The Contractor shall have full and free access to the equipment to provide maintenance service. An overview of the system hardware is described/identified; however, it is the contractor's responsibility to do a site survey to ensure all necessary hardware components are included in the maintenance agreement; 5. The contractor shall provide all tools and test equipment required to install, test, and or repair the systems. The contractor shall utilize the equipment manufacturer's published operating procedures to verify the systems are functioning at its respective design parameters operational specification; 6. An hourly rate for 25 hours for manufacturer's technical support only for the EEOC Headquarters Office. The contractor will provide 25 hours of manufacturer's technical support whereby problems can be resolved with EEOC onsite equipment certified personnel; CONTRACTOR PROVIDED SERVICES; A. The Contractor will be responsible for the maintenance of the system, and to ensure that the system functions proper. This includes all activities within the functional areas listed above to accomplish the task. The contractor shall provide twenty-four hour maintenance service availability, seven (7) days a week. The period of normal maintenance service availability shall be between the hours of 8:00 AM and 5:00 PM, daily, Monday through Friday, excluding holidays. Emergency Service (loss of console, switching system, 1/3 of trunks or 1/3 of extensions), if ever required, is handled on a top priority basis. This type of service should normally be accomplished within four (4) hours after the notification is received. Normal, non-emergency types of service calls will be acted upon the same day or no later than the following day; B. The Contractor shall comply with all laws, ordinances, and regulations (Federal, State, City or otherwise) covering work of this character, and shall include all costs, if any, of such compliance in the price quoted in this offer. The contractor shall support the National Security Emergency Preparedness (NSEP) Plan. When outages occur, the contractor shall provide prioritized service restoration to any station lines that may be designated as critical by GSA-FTS and the EEOC emergency support personnel; C. It is the contractor's responsibility to ensure that all work conforms to accepted industry installation practices; D. The contractor will coordinate all equipment installation with the Contracting Officer's Technical Representative (COTR). The contractor will provide remedial maintenance within a reasonable period of time after notification by the COTR of customer equipment inoperability. If the equipment has not been rendered operable by the contractor at the end of any given hourly period of normal maintenance service availability, the contractor will, upon customer's authorization, continue to provide maintenance service outside such hourly period. Parts will be furnished on an exchange basis when installed by the contractor and will be new parts or parts equivalent to new in performance when used in the Equipment; BALTIMORE OFFICE; EEOC Baltimore Office, located at City Crescent Building, 10 South Howard Street, 3rd Floor, Baltimore, Maryland 21201, has a communications server 1000M(small system) with CallPilot(201i) Rel. 4.0 system. The system is AC powered with an APC Smart-UPS XL 2200VA 120V UPS backup. Presently there are approximately 121 voice, and 46 DID trunks(2 PRIs), 5 COTs(modem & emergency lines - not on system). The existing telephone sets consists of M3904s.; HEADQUARTERS -WASHINGTON DC; EEOC Headquarters, located at 1801 L Street, NW, Washington, DC 20507, has a Nortel Communication Server 1000M (large system) with a CallPilot 1002rp Rel.2.02 system. The Communication Server 100M comprises of three network groups. The system is DC powered by a System 600/48 Power Equipment cabinet with three rectifiers, and battery backup. Presently there are approximately 1600 voice, and 356 trunks(152 DIDs, 160 DOD(13 PRI Circuits), and 46 FTS Trunks(2 PRI Circuits)). The existing telephone sets consists of M3904, M2018, M2008, i2004, and i2050. EQUIPMENT LOCATED AT JACKSON, MS; Pwr Cord NEMA 1-15P to IEC320 C7 6.0 ft. Black; Card 16-port Extended Digital Line XDLC; Extended Message Waiting Line Card PC Pack; Card 8-port Extended Universal CO Trunk XUT; Strafum 3 Clock Contr. PCP Assy; Option 11C Chassis system software; 8 Enhanced Business Services Analog User License; 8 Enhanced Business Services Digital User License; BARS Basic Alternate Route Selection; CallPilot Mini Multimedia MBX with Voice 5 Users; CallPilot Mini Base Package; Meridian M3904 Professional Rel 3 Charcoal; Option 11C TMDI Package; AC Power Cord-NA NEMA 5-15P 125V 13A; Meridian 1 Global Option 11C Chassis Expander AC Package; M1 Global Option 11C Main Chassis AC Package; SUA 1000XL APC Smart-UPS XL 1000; Option 11C Chassis Horizontal Wall Mount Kit; EQUIPMENT LOCATED AT PHONIX, AZ; Serial # 1001238; Main Cabinet NTAK11; CallPilot NT8d09; CallPilot NT8d09; CallPilot NT8d09; Line Card NT8d02 (slot 3 thru 7); PRI/DTI NTAK09 (slot 1); SSC NTDK20 (slot 0); Power Supply; EQUIPMENT LOCATED AT NEW ORLEANS; The following equipment will be included in the maintenance agreement; Quantity 5, Serial Number: SNOPX01692 NT8D02GA Digital Line Card 16 Port; Quantity; Quantity 1, Serial Number: SNOAT00593 NT8D09BB Ext. Analogue MW Line Card; Quantity 1, Serial Number: SNOPX00006 NTAK20AD Stratum 3 Clock Contr D/Board; Quantity 1, Serial Number: SNOPX00948 NTDK49BA 11C Cabinet 10m Fiber Exp Kit; Quantity 1, Serial Number: SNOPX00010 NTDK84AA Dual Port Fibre D/B 30ft/10M; Quantity 1, Serial Number: ODC NTE900BC PBX 11C CABINET SYS SW; Quantity 1, Serial Number: SNOAT00596 NTE902AA 8 Adv Net Analog Set License; Quantity 10, Serial Number: SNOAT00597 NTE902DA 8 Adv Net Digital Set License; Quantity 1, Serial Number: ODC NTE95006 SW Pkg 57-BARS-BASIC Alternate; Quantity 1, Serial Number: SNOAD00057 NTSF6800 Tmdi Pkg (1.5MB Dti/Pri); Quantity 2, Serial Number: SNOAT00598 NTTK14AB PWR Cord 9.9ft 11CM 125VA; Quantity 1, Serial Number: SNOPX00147 NTWB09AA Option 11C Cab. Package (AC); Quantity 1, Serial Number: SNOPX00953 NTWB09BA 11C Expansion Cabinet AC Pkg; Quantity 1, Serial Number: SNOOT00046 A0537033 PWR CORD N. AMERICAN; Quantity 1, Serial Number: SNOAD00050 NTRH9017 HW Periph 10 Base-T Hub; Quantity 1, Serial Number: SNOVM00117 NTUB16AB Call Pilot External MODEM Kit; Quantity 1, Serial Number: SNOVM00118 NTUB53AB CP(OHW) External Tape Drive Kit; Quantity 1, Serial Number: ODC NTUB56CA IPE Monitor Kit; Quantity 1, Serial Number: SNOVM00120 NTUB59AB CP(OHW) External CD ROM Kit; Quantity 1, Serial Number: ODC NTUB93BA IPE-11C 1000M Ca+1000E; Quantity 3, Serial Number: SNOVM00067 NTZE07EA CP(F) Voice Channels 2 Add; Quantity 1, Serial Number: ODC NTZE19BA Multimedia Mailbox /Voice-50; Quantity 1, Serial Number: ODC NTZE19CA Multimedia Mailbox/Voice - 100; Quantity 1, Serial Number: SNOVM00475 NTZE39AB CP-M1 CS1000M E S/W Intgratn; Quantity 1, Serial Number: SNOVM00146 NTZE4001 Call pilot New Sys (No Charge); Quantity 1, Serial Number: ODC NTZE80CA CP4.0 201i Sys; Quantity 57, Serial Number: SNOPX02043 NTMN33GA M3903 Enhanced Charcoal; Quantity 12, Serial Number: ODC NT2FZ9EA M3901-4 User Guides N/c English; Quantity 12, Serial Number: ODC NT2F81EA M3902/3/4 Quick Ref Guide 5pack; Quantity 1, Serial Number: ODC 77965 T SERV II STAND- ALONE UNIT; Quantity 1, Serial Number: ODC 93015101 DA 15P TO STUB; Quantity 1, Serial Number: ODC 93050151 DA 15 S RJ48C PLUG; Quantity 1, Serial Number: ODC 77995 24 VDC WALL MOUNT, 6W.; GUARANTEE: The Contractor shall unconditionally guarantee for defects in labor for a period of 30 days from the date of acceptance. Prior to the expiration of the guarantee period, whenever there is a problem due to the contractor's negligence, the contractor shall bear all costs, including, but not limited to, cost of parking and transportation. This guarantee shall apply to all equipment and material installed during the execution of this contract. The contractor shall perform the required services at the following locations, and contact the following individuals for a site visit: EEOC - Headquarters Office, 1801 L Street, NW, Washington, DC 20507, Point of Contact: Ron Cezair, Telephone Number: (202) 663-4979; EEOC - Baltimore Field Office, City Crescent building, 10 South Howard Street, 3rd Floor, Baltimore, MD 21201, Point of Contact: Ron Cezair, Telephone Number: (202) 663-4979; EEOC - New Orleans Field Office, 1555 Poydras Street, Suite 1900, New Orleans, LA 70112 Point of Contact: Ron Cezair, Telephone Number: (202) 663-4979; EEOC - Jackson Are Office, Dr. A. H. McCoy Federal Building, 100 West Capitol Street, Suite 207, Jackson, Mississippi 39269, Point of Contact: Ron Cezair, Telephone Number: (202)663-4979; EEOC - Phoenix District Office, 3300 North Central Avenue, Suite 690, Phoenix, AZ 85012, Point of Contact: Ron Cezair, Telephone Number: (202) 663-4979; Submission of Quotation: Your quotation in response to RFQ0042-08 is due on April 11, 2008, by 10:00 am EST. The mailing address is as follows: U.S. Equal Employment Opportunity Commission, Acquisition Services Division, 1801 L Street, N.W. Room 6230, Washington, DC 20507, ATTN: Greta Nettles, Program Specialist. A quotation submitted via e-mail will also be accepted. You may e-mail your quote to greta.nettles@eeoc.gov on or before the due date specified herein. All questions concerning this RFQ must be submitted in writing to greta.nettles@eeoc.gov, NLT April 7, 2008, by 10:00 am EST. Telephone inquires or responses are not acceptable. Any questions received after the specified date and time above will not be addressed. All responsible sources may submit a quotation which shall be considered by the agency. The anticipated award date is April 19, 2008. Basis for Award: An award will be made based on best value using the Lowest Price Technical Acceptable (LPTA) process. Factor 1: Experience on Similar Contracts for Providing Nortel Switch and Call Pilot Voice Mail System, Installation, and Maintenance; Standard: The vendor must provide evidence that it has successfully performed a minimum of three (3) contracts for the same or similar services within the past two (2) years to include contract type, contract number, contract value, point of contact telephone number, and type of service provided. Factor 2: Nortel Communications Server System Engineering or Installation Certification; Standard: The vendor must provide evidence that they have at least one supervisory employee possessing a certificate, from either the manufacturer or another recognized organization or institution, providing formal training in Nortel Communications Server system engineering or installation. Proof of this shall be supplied with quotation. The vendor must provide resume and references including points of contact; Factor 3: Time of Delivery; Standard: The vendor must provide the required CallPilot Maintenance within an effective date of no later than 04/18/2008. The vendor must provide a written statement with their quote indicating that the vendor can meet or exceed the required time of delivery. The provisions at 52.212-1, Instructions to Offerors-Commerical Items applies to this acquisition. The vendor shall include a complete copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with your quote. Clause 52.212-4, Alternate 1, Contract Terms and Conditions Required to Implement Statues or Executive Order-Commercial Items are incorporated by reference: Clause 52.219-6, Notice of Total Small Business Set Aside; Clause 52.212-4, Contract Terms and Conditions---Commercial Items; Clause 52.212-5, before Contract Terms and Conditions Required to Implement Statues or Executive Orders---Commercial Items; Clause 52.222-50, Combating Trafficking in Person; Clause 52.222-3, Convict Labor; Clause 52.222-19, Child Labor-Cooperation with Authorities and Remedies; Clause 52.222-21, Prohibition of Segregated Facilities; Clause 52.222-26, Equal Opportunity; Clause 52.222-36, Affirmative Action for Workers with Disabilities; Clause 52.225-13, Restrictions on Certain Foreign Purchases; Clause 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, are incorporated by reference. To obtain the above provisions/clauses in full text, please visit www.arnet.gov. Method of payment: Electronic Funds Transfer; The Prospective contractor must be registered in the Central Contractor Registration (which can be completed on-line at http://www.ccr.gov/) prior to award of the resulting contract. A single award resulting from this combined synopsis/solicitation is anticipated. The vendor must provide pricing on an all or none basis. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (31-MAR-2008); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.fbo.gov/spg/EEOC/OCFOAS/PMD/RFQ0042-08/listing.html)
- Place of Performance
- Address: New Orleans, LA 70113; Jackson, MS 39269; Phoenix, AZ 85012; Baltimore, MD 21201; and Washington, DC 20507.
- Zip Code: 20507
- Country: UNITED STATES
- Zip Code: 20507
- Record
- SN01545713-F 20080402/080401073256 (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 |