Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 15, 2009 FBO #2607
SOLICITATION NOTICE

D -- Purchase of Telecommunications Services at the Volpe Center

Notice Date
1/13/2009
 
Notice Type
Presolicitation
 
Contracting Office
Department of Transportation, Research and Innovative Technology Administration, Volpe National Transportation Systems Center, 55 Broadway; Cambridge, MA 02142
 
ZIP Code
02142
 
Solicitation Number
DTRT57-09-R-20009
 
Response Due
1/28/2009
 
Archive Date
8/28/2009
 
Point of Contact
Point of Contact -Guy Hillman, Contract Specialist, 617-494-3401<br />
 
Small Business Set-Aside
N/A
 
Description
The U.S. Department of Transportation, Research and Innovation Technology Administration, John A. Volpe National Transportation Systems Center (Volpe Center) intends to award a contract, based on a sole source procurement, to Comm-Works of Chantilly, VA in accordance with FAR 6.302-1, only one responsible source, and no other type of services will satisfy agency requirements. This proposed action is for commercial supplies/services for which the Government intends to solicit and negotiate with only one source under statutory authority 41 U.S.C.253(c)(1), as implemented by FAR 6.302-1. The Government will award a Firm Fixed Price contract resulting from the solicitation that offers best value considering both cost and technical offering. The Volpe Center intends to purchase Telecommunications Services. This combined synopsis/solicitation for commercial items is prepared in accordance with the format in Federal Acquisition Regulation (FAR) Part 12, Subpart 12.6, Acquisition of Commercial Items; FAR Part 13.5, Test Program for Certain Commercial Items; Part 15, Contracting by Negotiation; and as supplemented with additional information included in this notice. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular iincludes Amendments from FAC 2005-28 effective on December 12, 2008. The applicable North American Industry Classification Code (NAICS) code for this requirement is 517110 and the small business size standard is 1,500 employees. This combined synopsis/solicitation is a request for proposal; no other solicitation will be issued. Statement of Work (BEGIN)Objectives Project objectives include the maintenance and support of the cabling and telecommunications infrastructure, including LAN that will provide users with state of the art, future-proof features and functionality. Support for the infrastructure includes maintenance of a communications platform that consists of an open architecture, is scalable as well as IP-ready, and able to handle analog, digital and Voice over Internet Protocol (VoIP) devices concurrently. Additional objectives include the capability to: technically manage and more effectively secure the system on-site, easily capture, report, and utilize telephone administrative information, including but not limited to: cost distribution, call usage, call auditing, and directory updating,enhance the telecommunications capabilities of the Volpe Center telecommuting community,enhance within campus voice communications, maintain consistent 99.999% reliability,increase system efficiency, cost effectiveness, and maintainability. If any work is expected to interfere with normal operation of the Volpe Center, the Contractor and the Contracting Officer?s Technical Representative shall meet prior to award and arrange the needed approvals. The Contractor shall conduct operations so as to cause the least possible interference with normal operations unless directed otherwise in writing by the Contracting Officer?s Technical Representative, and shall adhere to the following public law or local codes:Public Laws: PL 91-596 Occupational Safety and Health Act, National Fire Protection Associations Standards and Codes: NFPA/ANSI 70 National Electric Code Industry Codes: Universal Service Order Code (USOC, AT&T Bell Labs Standard) All preparations for construction and demolition work performed in this statement of work shall conform to PL 91-596 Occupational Safety and Health Act.Summary of Technical Services RequiredSuccessful task completion is dependent on the following: Task 1: Remote Equipment Monitoring and MaintenanceAdditional services include a remote switch diagnostic monitoring, maintenance and programming update capability 24 x 7 x 365. All minor as well as major outages will be serviced off-site whenever possible, but will be serviced on-site within a specified response time, when necessary. Task 2: On-Site Maintenance The Contractor shall provide one on-site technician and one on-call technician not to exceed one day a week who shall manage the day-to- day switch operations and maintenance tasks; support all moves, adds, and changes to the telecommunications infrastructure, including new wiring installations for both the voice network as well as the Volpe Center Local Area Network (LAN). Task 3: Transport Services ProvisionThe Contractor shall provide all telecommunications transport services for point-to-point communications between buildings on-campus as well as all off campus transport services communications to/from the switch. In addition, all local services will be provided. Detailed Task DescriptionsTask 1: Remote Equipment Monitoring and MaintenanceThe Contractor shall provide the following monitoring and maintenance support:A 24x7x365 remote switch monitoring and maintenance capability for all equipment, with on-site maintenance as needed for any minor, as well as major outages. A major outage is defined as one or more of the following conditions: Total inability to originate voice and/or data communications; Total inability to process incoming voice and/or data communications within a system concentrator, bridge, router or server; In a multi-point network in which each point has a defined street address, the total loss of the ability to originate outward, or to receive and process incoming voice and/or data communications at a concentrator or server on the network; Total inability to process voice and/or data communications within the switching system; Attendant console and/or night answer position failure Twenty percent (20%) or more of the trunks out of service; and/or Twenty percent (20%) or more of the stations, concentrators/servers, workstations, devices, and/or ports out of service. A minor outage is any occurrence that is not specifically covered under the major outage. Response time for major failures shall be two hours for voice systems. Response time for minor failures shall be the next business day. In all cases, response times shall be measured from the time the service request is received to the time that work is started to correct the problem. The initial response to the work effort shall be measured by the following: Remote testing via a National Operations Center (NOC); Technician arriving at the Volpe Center site to perform maintenance tasks beyond the responsibilities of the on-site technician(s); and Volpe Center notification that a technician does not need to be dispatched to correct the reported outage. Task 2 On-site Maintenance The Contractor shall provide one dedicated on-site technician, and one on-call technician not to exceed one day a week, eight hours/day. Responsibilities include: On-site operational services support and infrastructure installation and maintenance for all voice telecommunications equipment and service. All Local Area Network (LAN) telecommunications support from the closet to the desktop. All moves, adds, and changes of data and voice wiring, as well as all emergency repair, maintenance, and installation of on-site telecommunications equipment including any LAN requirements. Maintenance of all PBX database information that reflects the physical infrastructure maintenance and changes referenced above. Contractor shall accomplish installation work on LAN and Telephone cabling in accordance to the Universal Service Order Code (USOC) and NFPA/ANSI 70 National Electric Code. Response time for on-site technicians shall be the next business day. In all instances, response time shall be measured from the time the service request is received to the time that work is started to correct the problem. If however, the requested task requires two technicians, response time may lengthen up to one week. Task 3: Transport Services Provision The Contractor shall provide all transport services necessary for effective telecommunications operations. Specifically, transport services will include: Nine ISDN PRIs and three point to point circuits, to provide local, local long distance and long distance voice communications from/to the Volpe Center campus. This transport services system will also support cost effective call routing capability/alternate routing capability, i.e. programming the switch to discern the most cost effective transport services route for the completion of a call. All other connections necessary to enable the Volpe Center access to the FTS 2001 long distance carrier, as well as all other connections that maintain and preferably enhance the current configuration, including any services to accommodate system redundancy requirements. All additional local services and equipment to maintain Volpe Center telephone capabilities.Task 4 ? Option 1 - Remote Equipment Monitoring and Maintenance. This option may be exercised for an additional three (3) months. Please see Task 1 above for the task description.Task 5 - Option 2 - On-site Maintenance This option may be exercised for an additional three (3) months. Please see Task 2 above for the task description. Task 6 ? Option 3 -Transport Services Provision. This option may be exercised for an additional three (3) months. Please see Task 3 above for the task description. Work ManagementThe Contractor shall establish procedures for work order, task and project control. These procedures shall provide the capability to plan, track, and control multiple work orders, time and materials, and deliverables. Further, these procedures should accommodate the means for handling changes in the task scope, priorities, and schedule. Work Order Cost ManagementThe Contractor shall establish appropriate accounting, cost/schedule control, and administrative procedures for the management of all work required under this task.DeliverablesAll deliverables shall be submitted in electronic format consistent with Volpe Center software requirements, as follows: Deliverables for Task 3 Standard and Ad Hoc Reports including monthly telephone usage reports due the first of each month. Deliverables include standard and ad hoc reports that support the efficient operations of the telecommunications equipment, as well as special request reports in support of the administrative operations of the Volpe Center. Acceptance CriteriaAll document deliverables will be supplied to the Volpe Center in electronic format as mentioned throughout the document. Deliverables will be reviewed, approved, and accepted by the Contracting Officer?s Technical Representative. Delivery InstructionsAll deliverables shall be furnished by COB on the agreed-upon delivery date(s) determined. Any proposed changes to the delivery dates must be furnished in writing to the Volpe Center Contracting Officer?s Technical Representative for concurrence no later than one week prior to the original scheduled delivery date.Government Furnished ResourcesFacilities, Supplies and ServicesThe Government will furnish the following items at no cost to the Contractor. However, the Contractor will repair or restore the area or items used during the voice replacement task to the condition existing before use. The Government reserves the right to reassign facilities as required due to changing Government needs. The Volpe Center will provide the Contractor with office space for project maintenance purposes Electrical power: At existing outlets for the contractor to operate equipment as necessary in the conduct of his work.Hot/cold water and toilets: Provided as necessary.Heating and air conditioning of space: Provided within the building during normal working hours of building occupancy.Telephone service. Loading Dock FacilitiesEmergency Medical Service: On an emergency basis, medical services will be provided for job-related injuries while an employee is performing under the contract. Medical facilities are located in Building #1 on the 9th Floor.The Government will also provide suitable space for permanent installation of the PBX switch, including power requirements and SecurityInformation Sources The Volpe Center will provide the Contractor with all information, either verbal or hardcopy, that further describes equipment and line locations, as well as any other campus infrastructure information that supports successful completion of the telecommunications support efforts. The Volpe Center Point of Contact for building drawings is Bill Sullivan, Acting Chief, Facilities Engineering and Operations Branch, RVP-50. DocumentationThe Volpe Center will provide blueprints and copies of specifications in support of any infrastructure inquiries the contractor may have that would impact the successful support and maintenance of the telecommunications infrastructure. Contractor Personnel, Facilities, Supplies, Documents, and Services The Contractor shall provide all necessary personnel to accomplish all contract work within specified timeframes. The Contractor shall furnish a list of contact personnel including addresses and phone numbers for use in the event of an emergency. As changes occur, this information should be made available to the Contracting Officer?s Technical Representative.Statement of Work (END). The Contractor shall provide the necessary personnel, services, equipment and materials to perform the CLINS in accordance with the above SOW. Proposals shall include pricing for the following six (6) contract line items (CLIN) in a written quotation: (1) CLIN 0001 Remote Equipment Monitoring and Maintenance-Services include remote switch diagnostic monitoring, maintenance and programming update capability 24x7x365. All minor as well as major outages will be serviced off-site whenever possible, but will be services on-site within a specified response time, when necessary. (2 months) Per month $_______ Total $________; (2) CLIN 0002 On-Site Maintenance-The Contractor shall provide one on-site technician who shall manage the day-to-day switch operations and maintenance tasks; support all moves, adds, and changes to the telecommunications infrastructure, including new wiring installations for both the voice network as well as the Volpe Center Local Area Network (LAN). A second technician will be provided as needed, not to exceed one day per week for the specified contract time frame. (2 months) Per month $______ Total $____; (3) CLIN 0003 Transport Services - The Contractor shall provide all telecommunications transport services for point-to-point communications between buildings on-campus as well as all off-campus transport services to/from the switch. Services include: Summary Master Account - 617-815-7330, One 1MB Service at 55 Broadway - 617-374-6530, One 1MB Service at 55 Broadway - 617-576-1239, One 1MB Service at 55 Broadway - 617-621-3598, Seven 1MB Service - Elevators - 55 Broadway - 617-577-0561, One Public Pay Phone at 55 Broadway - 617-494-9865, One Public Pay Phone at 55 Broadway - 617-494-9875, One Public Pay Phone at 55 Broadway - 617-494-9840, One UPS Data Line - Mailroom - 55 Broadway 617-494-9567, 7 - 2 Way ISDN PRI's to 55 Broadway (Main Site) 617-494-0151, 2 - 2 Way ISDN PRI's to 5 Cambridge Ctr (Remote Site) 617-494-0386, One ASWC PRI 617-234-1929. (2 months) Per month $______ Total $____; (4) CLIN 0004 Option 1- Remote Equipment Monitoring and Maintenance-Remote Equipment Monitoring and Maintenance-Services include remote switch diagnostic monitoring, maintenance and programming update capability 24x7x365. All minor as well as major outages will be serviced off-site whenever possible, but will be services on-site within a specified response time, when necessary. (3 months) Per month $_______ Total $________; (5) CLIN 0005 Option 2 On-Site Maintenance- The Contractor shall provide one on-site technician who shall manage the day-to-day switch operations and maintenance tasks; support all moves, adds, and changes to the telecommunications infrastructure, including new wiring installations for both the voice network as well as the Volpe Center Local Area Network (LAN). A second technician will be provided as needed, not to exceed one day per week for the specified contract time frame. (3 months) Per month $______ Total $____; and (6) CLIN 0006 Option 3- Transport Services- The Contractor shall provide all telecommunications transport services for point-to-point communications between buildings on-campus as well as all off-campus transport services to/from the switch. Services include: Summary Master Account - 617-815-7330, One 1MB Service at 55 Broadway - 617-374-6530, One 1MB Service at 55 Broadway - 617-576-1239, One 1MB Service at 55 Broadway - 617-621-3598, Seven 1MB Service - Elevators - 55 Broadway - 617-577-0561, One Public Pay Phone at 55 Broadway - 617-494-9865, One Public Pay Phone at 55 Broadway - 617-494-9875, One Public Pay Phone at 55 Broadway - 617-494-9840, One UPS Data Line - Mailroom - 55 Broadway 617-494-9567, 7 - 2 Way ISDN PRI's to 55 Broadway (Main Site) 617-494-0151, 2 - 2 Way ISDN PRI's to 5 Cambridge Ctr (Remote Site) 617-494-0386, One ASWC PRI 617-234-1929. (2 months) Per month $______ Total $____. GRAND TOTAL CLINS 0001-0006 $_______. Written proposals, must be submitted within fifteen (15) calendar days from the date of publication of this synopsis/solicitation. Responses received after fifteen (15) calendar days are late and will not be considered. The Government intends to award a contract without discussions and advises all Offerors to present their best prices in response to the solicitation. Telephone calls will not be accepted. NOTE: All contractors must be registered in Central Contractor Registration (CCR) in order to receive award from a DOT Agency. The signed offer may be submitted electronically, via email to Guy.Hillman@dot.gov, or submitted via mail service to the above Point of Contact at RVP-32, 55 Broadway, Building 1, Room 1140, Cambridge, MA 02142 to arrive no later than 1:00 PM, January 28, 2009. Solicitation provision FAR 52.212-1, Instruction of Offerors-Commercial Item (JUN 2008) is hereby incorporated by reference. Additionally, FAR 52.212.3 Representation and Certifications-Commercial items (JUN 2008) An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. FAR 52-212-4, Contract Terms and Conditions Commercial Items (OCT 2008), is hereby incorporated by reference; the following clauses are incorporated by reference as subparagraphs (u) and (v) respectively: FAR 52.217-8 Option to Extend Service (NOV 1999). The Government may require continued performance of any services within the rates specified in the contract. The option provision may be exercised once, but the total extension of performance hereunder shall not exceed 2 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 calendar days of contract expiration; and FAR 52.217-9 Option to Extend Term of Contract (Mar 2000), (a) The Government may extend the term of this contract by written notice to the Contractor before expiration of the contract; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 calendar days before the contract expires. The preliminary notice does not commit the Government to an extension, (b) If the Government exercises this option, the extended contract shall be considered to include this option clause, (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed December 31, 2010; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (OCT 2008), is hereby incorporated by reference; the following clauses are appropriately checked: (16)52.222-3, Convict Labor (June 2003) (E.O. 117555); (17) 52.222-19. Child Labor Cooperation with Authorities and Remedies (Feb 2008) (E.O. 13126); (18) 52.222-21, Prohibition of Segregated Facilities (Feb 1999); (19) 52.222-26. Equality Opportunity (Mar 2007)(E.O. 11246); (23) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201); (24)(i) 52.222-50, Combating Trafficking in Persons (Aug 2007); (31) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of Treasury); (36) 52.232-33, Payment of Electronic Funds Transfer-Central Contractor Regulation (Oct 2003) (31 U.S.C.3332); and (39) 52.239-1, Privacy or Security Safeguards (Aug 1996)(5 U.S.C.552a). ATTENTION: The following notice is provided for informational purposes for Minority, Women-owned, and Disadvantaged Business Enterprises. The Department of Transportation (DoT) Short-term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $750,000 with interest at prime rate, as published daily in the Wall Street Journal, plus 1.75 percent. For further information call 800-532-1169 or visit the website http://osdbuweb.dot.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=57ab19dfbe1d98994c45a0e56dd1aca6&tab=core&_cview=1)
 
Record
SN01731686-W 20090115/090113215824-57ab19dfbe1d98994c45a0e56dd1aca6 (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.