Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2008 FBO #2461
SOLICITATION NOTICE

70 -- Move and Re-Installation of a Centrex ISDN Telephone System

Notice Date
8/20/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517911 — Telecommunications Resellers
 
Contracting Office
National Labor Relations Board, Division of Administration, Procurement and Facilities Branch, 1099 14th Street, N.W., Washington, District of Columbia, 20570
 
ZIP Code
20570
 
Solicitation Number
NLR-58-08-Q-0001
 
Archive Date
9/11/2008
 
Point of Contact
TaLisa M. Spottswood,, Phone: (202) 273-4040, Ebony Fultz,, Phone: 2022730731
 
E-Mail Address
talisa.spottswood@nlrb.gov, Ebony.Fultz@NLRB.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. _____DESCRIPTION: I.GENERAL OBJECTIVES The National Labor Relation Board's (NLRB), Procurement & Facilities Branch (PFB) is seeking Move and Re-Installation of a Centrex ISDN Telephone System for the National Labor Relations Board Hebert Federal Building, 600 S. Maestri St. – 7th Floor, New Orleans, LA 70130 1.0 Site Visit Vendors are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Vendors may contact Ms. Gail Fields, NLRB Office Manager at 504-589-6377 to arrange for a site visit. 2.0 Introduction The NLRB is an independent Federal agency created in 1935 to enforce the National Labor Relations Act. They conduct secret-ballot elections to determine whether employees want union representation and they investigate and remedy unfair labor practices by employers and unions. Region 15 handles all of Louisiana from their current address: 1515 Poydras Street, Room 610 New Orleans LA 70112-3723 Regional Director: Kathleen M. McKinney Office Manager Gail Fields 504-589-6377 Hours: 9:00 am - 5:30 pm Phone: (504) 589-6361 Fax: (504) 589-4069 3.0 Scope of Work The Contractor shall provide all necessary management, supervision, labor, equipment, supplies, and material for the move and installation of a Centrex ISDN telephone system from the 1515 Poydras Street address to the 600 S. Maestri Street address. Prior to installation, the contractor must arrange for a station review to identify telephone number assignments and room numbers. The Centrex ISDN system shall consist of new category 5 cabling and ISDN equipment (i.e., ISDN telephone sets, NT1s, power supplies, and backup batteries). The Contractor’s approach, design, practices, installation, furnished materials, and all work shall conform with all applicable federal, state, and local regulations, codes, and ordinances; where they do not exist, the Contractor shall conform with, published, best industry standards and practices. NLRB Field Office LAN Cabling Specifications The contractor shall provide low voltage wiring for voice and data communications to all designated locations. All wiring shall be installed in accordance to the EIA/TIA 568, 569 and 570 low voltage communications wiring standards. All associated hardware, wall outlets and patch panels, shall conform to the EIA/TIA 568B designation. The wiring shall be installed above the ceiling grid where possible. The wiring shall be supported above the ceiling grid in accordance with applicable codes. The designated cable type is: Plenum Rated Category 5e-four pair, 100 ohm unshielded twisted pair (UTP). Two colors shall be used white for the voice and yellow for the data wiring. Wall Outlets The contractor shall provide and install wall outlets capable of supporting four (4) Category5e 568B jacks. Only two (2) Category5e 568B jacks shall be installed initially, blanking plates/plugs shall be provided to cover the unused spaces. Each wall outlet shall be flush mounted where possible. The jacks shall be color-coded either by icon or the entire 568B insert. The voice shall be white and the data shall be yellow. Equipment Room The wiring from all outlet locations shall be pulled back to the designated equipment room. The contractor shall install a 4’ x 8’, ¾” plywood backing board on the designated wall in the equipment room see floor plan for exact placement. The contractor shall provide a Category5e 568B patch panel. The patch panel shall be sized to provide additional patch panel ports no less than ten percent (10%) of the number of installed outlets. The patch panel shall be installed in a contractor provided wall mount bracket mounted on the plywood backboard. The contractor shall terminate the voice wiring on contractor provided Category5e patch panel. The patch panel shall be installed in a contractor provided wall mount bracket mounted on the plywood backboard. A 200 pair tie cable shall be installed from the agency designated equipment room to the building electrical/telephone room. The tie cable shall be terminated on contractor provided 110 wiring blocks. Identification All outlets and patch panels/110 wiring blocks shall be clearly identified with printed labels using the following schema. All outlets shall be identified by type; (voice, data or video teleconferencing), room number, and patch panel/position number. All patch panels and 110 wiring blocks shall be identified by type; (voice, data or video then each port/position with the corresponding room number. Testing The contractor shall test all Category5e wiring for continuity, pin-configuration, attenuation, noise and near end crosstalk (NEXT). Documentation of all test results shall be provided to the agency. Patch Cords The contractor shall provide patch cords for all data outlets and patch panel port. The quantity shall be 2 for every data outlet plus 10%. Category5e 568B Yellow 15’ The Contractor shall perform the following: 1.Arrange for the removal of the existing telephone system during normal business hours or on weekends in such a way as to not disrupt the office activity of the NLRB. This may be done through a plan approved by the NLRB office Manager. 2.An appropriate location for the installation of the network interface and dialtone equipments at the new building shall be determined by the contractor and approved by the NLRB office manager. 3.The vendor shall supply all materials to assure a quality installation and shall be responsible for maintaining a clean and safe work space. There shall be no smoking in the telephone equipment space. 4.Install NT 1 racks, card files and an uninterruptable power supply UPS system (UPS) for up to 4 hours of NT 1 service. The vendor will use new CAT 5 cabling with 35 new RJ 45 quad jacks. This installation must include 2 RJ 21X and patch panels to support all ISDN and analog lines. 5.Plan design and install all equipment needed to make the system work in an industry standard manner. 1)Install 28 Lucent 8510 ISDN sets and 3 Lucent 8520 ISDN sets. 2)Install one ISDN power rack 300 – 72 port, and 16 rack-mounted Lucent NT1B300 in the phone closet. 3)Provide a battery backup for the ISDN power supply in the phone closet (new equipment) 4)Cross-connect 35 phone lines in the phone closet and extend each line to the correct phone jack in the correct room. 5)Wire 35 voice connections, 30 PC data connections, and 2 video data connections to the correct jacks in the correct rooms. 6)Remove the old wiring at the original address 1515 Poydras Street, Room 610, New Orleans LA 70112-3723 3.1Method Of Installation This installation must conform to all applicable city, state Federal and ANSI code requirements, whichever is greater. The CAT 5-E cables MUST BE INSTALLED VIA FLOOR CONDUIT only. 3.2Deliverables All hardware and installation equipment will be maintained on the contractor’s premises until the time of installation. 3.3 Schedule. The Phases of the work are as follows: PHASE I Within the first week of October 2008, the contractor must begin the station wiring, along with the planning and work schedule for review, which consists of the gathering of information and proposing a work schedule to Gail Fields for approval. PHASE II On Thursday October 16, 2008 move and relocate NT1 rack cards, power supply and all ISDN phones.. PHASE III Cross connect phone lines to phone jacks at new location. Test each phone for capability to make and receive calls. The actual cut-over must be performed on Thursday (October 16) afternoon and the contractor must return on the next business day for troubleshooting. The contractor must work in conjunction with GSA to ensure simultaneous installation of equipment and cut-over of phone lines from 1515 Poydras Street to 600 S. Maestri Street. 3.5Expertise The contractor is responsible for providing personnel possessing expertise in the installation of IEEE CATAGORY 5E cables, connectors, ISDN sets, installation and provide electronic testing via a Penta brand Scanner or Fluke brand Meter. 4.0 Equipment Marking & Warranty The Contractor shall warranty all cabling installed for a period of one (1) year from acceptance of the cable installation. The Contractor agrees to repair or replace, at the option of the Contractor, all cabling installed under this task order, due to defects in materials or workmanship, at no additional cost to the Government. 5.0 As-Built Records Contractor shall provide documentation as to location of originating and terminating ends of all cables, the blocks they terminate on, the path in which the cables were run and the numbering scheme of all terminations. 6.0 GSA COTR Keith Ellison, Telecommunications Specialist GSA/FAS - Greater Southwest Region 38615 Redbud Lane Attn: GSA/FAS Denham Springs LA 70706 Office: 225-667-4092 Fax: 225-667-0763 keith.ellison@gsa.gov _____APPLICABLE PROVISIONS: FAR 52.212-1, Instructions to Offerors--Commercial Items; FAR 52.212-2, Evaluation-Commercial Items; FAR 52.212-3 Offeror Representations and Certifications--Commercial Items; FAR 52.212-4, Contract Terms and Conditions--Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (includes the following 52.222-26, 52.222-35, 52.222-36, and 52.222-37), FAR 52.217-5, _____PROPOSAL FORMAT. Quotations are to be submitted in the following format: The contractor shall submit the following: 1)Technical Proposal—Technical proposals shall not simply rephrase or restate the Government’s requirements, but rather, shall provide convincing rationale to demonstrate: (a) proficiency in each general task areas and, (b) show how minimum qualifications are met or exceeded. 2)Cost Proposal—The offeror shall propose firm fixed price schedules for all specified services and related features identified in the solicitation, The unit prices for services shall not include federal, state, or local taxes and duties in effect on the contract date that the taxing authority is imposing and collecting on the transactions or property covered by this contract. _____EVALUATION. The Government intends to award a single contract to the responsible offeror whose offer, conforming to the solicitation, will be most advantageous to the Government and represents the best value, price and other factors considered. The following factors shall be used to evaluate offers: Technical capability and functionality, past performance, and price/cost. Technical capability and past performance, when combined, are significantly more important than price/cost.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=51c804175fd1adb9783d9ae93a6be060&tab=core&_cview=1)
 
Place of Performance
Address: 1515 Poydras Street, New Orleans, Louisiana, United States
 
Record
SN01646101-W 20080822/080820222137-51c804175fd1adb9783d9ae93a6be060 (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.