SOLICITATION NOTICE
59 -- Replacement of VoIP voice systems for four locations in NY
- Notice Date
- 8/12/2009
- Notice Type
- Presolicitation
- NAICS
- 517911
— Telecommunications Resellers
- Contracting Office
- Department of Veterans Affairs, VA Technology Acquisition Center, VA Technology Acquisition Center, Department of Veterans Affairs;Technology Acquisition Center;260Industrial Way West;Eatontown NJ 07724
- ZIP Code
- 07724
- Solicitation Number
- VA-798T-09-RQ-0027
- Response Due
- 9/16/2009
- Archive Date
- 10/16/2009
- Point of Contact
- Kelly Driscoll-Preusse732-578-5415<br />
- E-Mail Address
-
Contract Specialist
(Kelly.Driscoll-Preusse@va.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- The Department of Veterans Affairs, Office of Acquisition andLogistics, Technology Acquisition Center has a need for a completedigital/analog voice telephone system as a Voice System with Voice overInternet Protocol (VoIP) and will be referred to in this document, asthe "VS". The VS shall encompass all common equipment and peripheralequipment as specified in this document and any attachments thereto,necessary to install a complete digital/analog voice telephone system.The VS systems will be purchased to satisfy the digital/analog voicerequirements of the Department of Veterans Affairs Community BasedOutpatient Clinic's (CBOC's) located at Eastern Dutchess, NY; Goshen,NY; Monticello, NY; and Port Jervis, NY. The VS systems architecturemay be either centralized or distributed. A distributed system must be"star" architecture. Each node must be capable of processing telephonecalls separately if detached from a group of distributed nodes. The VSequipment shall operate in accordance with the manufacturer's commercialspecifications. It shall be designed and constructed to give a 99.9Mean Time Between Failure Rate and a VoIP service grade of 99.999. Inorder to ensure full integration of the solution with the Montrose andCastle Point VS systems, quoting vendors are requested to provide aSiemens brand name or equal solution. The objective of this acquisitionis to replace the six year old outdated and discontinued models VA-ownedtelephone systems with systems that will accommodate both voice and dataneeds of the CBOC's over the next ten-year period. The proposed system will be digital touch-tone with direct out-dial fromany unrestricted station to any central office trunk or FTS-2001 accessline. Incoming FTS-2001 calls and tieline calls will be able to directdial all stations. ISDN will be installed to provide data; video andcalling line identification number (CLIN) applications to the desktop,in conjunction with Open Applications Interface (OAI). This advancementwill allow the integration of Computer/Telephony technologies.Telecommunication Management System and voice mail/auto attendant willbe standard features. All systems associated with the telephone systemwill have a (SPE). All designated restricted stations shall haveoutside line access through the operator's console. All unrestrictedstations will have standard features of call pickup, call transfer, callforwarding, call queuing, consultation hold, callback/ringback, music onhold, station Conferencing, automatic number identification,station-to-station call waiting, and call park. Telephones will haveaccess to station and system speed dialing. The basic requirement is for an on-premise, VoIP/digital/analog voicecommunication system. Voice mail, speech-enabled automated attendant,and call detail reporting are required. Voice over Internet Protocol(VoIP) functions must be supported for both trunks and end user devices.The necessary interfaces, to include hardware and software, to supportwireless functionality shall be provided. The VS shall be designed toprovide continuous intra-VA voice and data service. Loss ofconnectivity to the Local Exchange Carrier (LEC) central office shallnot affect the intra-VA capability.The contractor will be responsible for installation of the VS and forWarranty, Maintenance and Follow-on Services for a period of twelvemonths after acceptance. Warranty services shall include a guaranteed2-hour response time 24 hours by 7 days to all emergency maintenancecalls and a 24 hour response time for routine maintenance. A site visit is encouraged. Offerors or quoters are urged and expectedto inspect the site where services are to be performed and to satisfythemselves regarding all general and local conditions that may affectthe cost of contract performance, to the extent that the information isreasonably obtainable. This is to be a 100 % SERVICE-DISABLED VETERAN-OWNED BUSINESS (SDVOSB)set-aside. Deliverables are to be FOB Destination withInspection/Acceptance FOB Destination. The NAICS Code for thisprocurement is 517911 with the corresponding small business sizestandard of 1500 employees. The solicitation number assigned to thiseffort is VA-798T-09-RQ-0027 and will be issued on or about 21 August2009. An award date no later than 25 September 2009 is desired. Allresponsible sources may submit a proposal which shall be considered bythe agency.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/dd6f58ee1d3eb110699684a14f5514b5)
- Place of Performance
- Address: Department of Veterans Affairs;Community Based OutpatientClinic;Eastern Dutchess;2881 Church Street Rt 199;Pine Plains, NY 12567<br />
- Zip Code: 12567<br />
- Zip Code: 12567<br />
- Record
- SN01909573-W 20090814/090813001605-dd6f58ee1d3eb110699684a14f5514b5 (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 |