SOLICITATION NOTICE
D -- NORTEL CS1000M CHASSIS IP PBX PROJECT
- Notice Date
- 8/23/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 517110
— Wired Telecommunications Carriers
- Contracting Office
- Department of the Army, Army Contracting Agency, North Region, Army Reserve Contracting Center - East, Army Reserve Contracting Center - East, 5418 South Scott Plaza, Fort Dix, NJ 08640-5097
- ZIP Code
- 08640-5097
- Solicitation Number
- W911S108T0049
- Response Due
- 9/12/2008
- Archive Date
- 11/11/2008
- Point of Contact
- Deborah E. Terrell, 609-562-2093<br />
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will NOT be issued. This is a Request For Quote (RFQ) and the solicitation number is W911S1-08-T-0049. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26 effective 12 June 2008. FedBizOps Numbered Notes per FAR Part 5.207-13(e) apply: 12 and 13. The North American Industry Classification System code (NAICS) is 517110, Wired Telecommunications Carriers. The Standard Industrial Classification (SIC) is 4813 Telephone Communication, Except Radio. This is an unrestricted requirement. A firm fixed price contract will be awarded. Award will be made to the vendor which offers the best value to the government. The Government also reserves the right to make no award at all. DESCRIPTION OF REQUIREMENT: Contractor shall furnish all supervision, labor, and materials, necessary to install a Nortel CS1000M Chassis IP PBX, to include programming, testing, and training services in order to implement the new system and transition service from the existing Mitel PBX. In addition to the PBX-specific tasks, Fort Dix requires additional equipment and services to support the voice solution. It will be required to engineer, furnish, install, test (EFIT), and make operational an expansion to the ACS consisting of a digital trunk cabinet (DTC) with trunk cards; and a Nortel based Voice over Internet Protocol (VOIP) system; with separately priced options; to accomplish requirements not specifically identified as Government-furnished equipment (GFE) and services at Fort Dix, NJ. The contractor shall use GFE to the maximum extent practical. Any GFE equipment or wiring that is stated to be reused, but does not meet the vendors specifications, shall be clearly noted and included as part of the proposal. The intent is that the contractor shall ensure all interconnected GFE will continue to meet the requirements and applicable standards cited in this document, shall meet the latest version of Department of Defense Voice Networks Generic Switching Center Requirements, and if not, then the GFE shall be replaced or upgraded as part of this effort. The following items are needed to fulfill this entire requirement: Nortel Hardware & Software, CS1000M Installation, Programming & Training, Labor for SL100 Base Unit, Labor for SL100 Option 1, Labor and Travel for SL100 Option 2, APC UPS & Battery, Kentrox CSUs for CS1000M PRIs, Teltronics SEB, MDF Hardware, Dell Server For TM 3.1, Canoga Perkins Fiber Mux, Canoga Perkins - Spare Replacement Unit, 1-Year of Support For Telephony Manager 3.1, Site Manager & Site Technician to provide suggested training curriculum. This requirement is for a Brand Name or Equal. All proposals that quote an Equal, MUST MEET ALL of the above criteria. DELIVERY ADDRESS: Item is to be procured on behalf of Fort Dix Range Control, 9013 Range Rd, Fort Dix, NJ 08640 PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.204-7, Central Contractor Registration; FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.225-13 -- Restrictions on Certain Foreign Purchases; FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.219-28, FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-41, Service Contract Act of 1965; FAR 52.222-42, Statement of Equivalent Rates for Federal Hires; FAR 52.222-44, Fair Labor Standards Act and Service Contract Act Price Adjustment; FAR 52.232-33 Payment By Electronic Funds Transfer-Central Contractor Registration; FAR 52.252-2, Clauses Incorporated by Reference. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252-204-7004 Alt A, Required Central Contractor Registration (52.204-7) Alternate A. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within DFARS 252.212-7001, the following clauses apply: DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.247-7024, Notification of transportation of Supplies by Sea. Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Lack of registration in the CCR database will make an offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. DEADLINE: Offers are due on September 12, 2008 at 10:00 am EST. Submit offers or any questions to the attention of Deborah Terrell, ARCC-E, via email deborah.terrell@us.army.mil. AND deborah.blasingame@us.army.mil.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6de1cbc54ecc06473bfba245faf1326a&tab=core&_cview=1)
- Place of Performance
- Address: Fort Dix Range Control 9013 Range Rd Fort Dix NJ<br />
- Zip Code: 08640-5097<br />
- Zip Code: 08640-5097<br />
- Record
- SN01649424-W 20080825/080823213533-6de1cbc54ecc06473bfba245faf1326a (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 |