Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2011 FBO #3564
SOLICITATION NOTICE

J -- Preventive Maintenance - Telephone System

Notice Date
8/26/2011
 
Notice Type
Presolicitation
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
Department of Justice, Drug Enforcement Administration, Office of Acquisition Management, None, Washington, District of Columbia, 20537
 
ZIP Code
20537
 
Solicitation Number
D-12-NE-0002
 
Archive Date
9/16/2011
 
Point of Contact
Paula C McMillan, Phone: 202-307-7810
 
E-Mail Address
paula.mcmillan@usdoj.gov
(paula.mcmillan@usdoj.gov)
 
Small Business Set-Aside
N/A
 
Description
STATEMENT OF WORK (SOW) TELEPHONE SYSTEM PREVENTIVE MAINTENANCE DEA/El Paso Intelligence Center The Drug Enforcement Administration (DEA), El Paso Intelligence Center (EPIC) has a requirement for telephone system preventive maintenance and repair work in accordance with the following SOW. I. SCOPE OF WORK: The Contractor shall provide preventive maintenance and inspections to existing items/equipment for the period of performance of October 1, 2011 through September 30, 2012. Work is to be performed on a monthly basis and scheduled by the EPIC Facilities Office. Inspections, maintenance, repair work, modifications, and training will be accomplished at the following location: DEA/El Paso Intelligence Center El Paso, Texas 79908-8098 1. The Contractor shall submit one quote with monthly maintenance services. 2. The Statement of Work includes the following equipment and associated components; a. Meridian Option 61C PBX System ID D10816 with 796 equipped station ports, 143 equipped trunk ports, 24 equipped voice mail ports, one maintenance terminal, one printer, 8 channel service units, 3 modems, 115 paging speakers, and three paging control units and a conference bridge. b. Call Pilot system server and client. c. Telephony Manager system and client. d. Contact Center Manager Call Center system server with client, printer, and 42 inch flat panel screen with Vision software. e. SEB II Modem to conduct 24-hour monitoring of PBX. f. Client with CCM, TM, and Call Pilot located in Facilities Office, room 455. g. Secure set area to include 32 M2016S telephone sets, three digital line cards, Dual Port DTI/PRI Package, one analog line card, Kentrox standalone CSU, five PSTN/ISDN Interfaces, and five M3904 professional Rel 3 telephone sets. 3. The Contractor shall provide 24-hour monitoring of the PBX and notify EPIC of alarms, potential consequences, and recommendations. 4. The Contractor shall provide and recommend maintenance, modifications, and upgrades on all Option 61C PBX and associated equipments. Maintenance, and modifications shall be performed by a factory-trained and Nortel certified technician or engineer proficient on the hardware, software, and installed components. 5. The Contractor shall replace or repair any and all components in the equipment found not to be functioning correctly. This includes all installed telephone sets. Technician or engineer shall furnish a written report on the condition of the equipment. 6. The Contractor shall provide materials and equipment for new data and voice cabling during installation of new systems and relocation of personnel within the facility. Work shall be completed during normal working hours, Monday through Friday, 8 AM to 5 PM (local time), unless otherwise requested by EPIC. 7. The Contractor shall correct any discrepancies due to alarms and programming malfunctions in the systems. The Contractor shall inform EPIC of corrective procedures performed. 8. The Contractor shall provide an inventory list of the Option 61 PBX and all associated components and equipments to EPIC, and maintained by the Contractor. Upgrades and changes shall be made to the inventory list as required. 9. The Contractor shall maintain electronic drawings of cabling records and inventory of terminal numbers with accurate directory numbers on site at EPIC. 10. EPIC may request emergency corrective maintenance or modifications resulting from normal usage or a relocation of cabling project, if deemed necessary. Mandatory on site emergency response time is two (2) hours for major failures such as any indication of an alarm, the malfunctioning of a console, two or more trunks, five or more instruments, or two or more features of a system. This mandatory response time is applicable 24 hours a day, including weekends and holidays, with penalty for any delay in response, or if others must be called for services. A four (4) hour response time during a normal workday is mandatory for all minor malfunctions. This work shall include all travel and expenses, and any parts/materials required to complete all necessary work. 11. The Contractor shall be responsible for service visit charges that may be imposed by local telecommunication companies when the system malfunction is determined to be caused by Contractor provided equipment. 12. Cabling shall not be exposed and shall be installed in ceiling raceways or conduits. Cross connections and interior/exterior terminals shall be labeled. Cable records with each jack, connection, terminal, and block number shall be maintained on site at EPIC. II. SCHEDULE OF SERVICES 1. Comprehensive preventive maintenance visits shall be performed on site monthly by a factory-trained Nortel certified technician or engineer. 2. Priority emergency response and telephone assistance shall be available 24 hours a day. 3. Parts shall be included at no additional cost to the Government. 4. Consulting services from a factory-trained technician or engineer regarding system configuration and unique applications shall be available at no additional charge to the contract. III. PERIOD OF PERFORMANCE The period of performance for this purchase order is October 1, 2011 through September 30, 2012. IV. SECURITY REQUIREMENT The Contractor shall be required to provide a list of all contract personnel requiring access to EPIC. The list of contract personnel shall include the following Personnel Identification Information (PII); full name to include nicknames/AKAs, SSN, DOB, current address/residency, and POB. The PII will be used to conduct a security review for all contract personnel requiring access to EPIC. DEA is the final authority on granting access or denying access to EPIC. All contract personnel will be escorted at all times. Access to classified information, DEA IT systems, or Open Storage Areas is not authorized. V. QUOTATION In accordance with Simplified Acquisition Procedures, the DEA intends to issue a purchase order as described in the Federal Acquisition Regulation FAR Part 13. The reference number is D-12-NE-0002. The NAICS code is 811213 and the size standard is $ 7 Million Dollars. Wage Determination 2005-2511, Rev. 15, dated 06/13/11 is applicable to this solicitation. Evaluation of quotations will be based on Technical Capability and Price. Delivery requirement is all or none. Any questions regarding this solicitation must be addressed to Paula McMillan, in writing at paula.mcmillan@usdoj.gov by August 31, 2011 at 12:00pm, EST. This solicitation does not commit the Government to pay any costs incurred in the submission of a proposal. No telephone or phone requests will be accepted. Quotes shall be submitted electronically to paula.mcmillan@usdoj.gov by September 6, 2011 at 1:00pm. The Government anticipates award of a single firm fixed price purchase order. All interested sources shall submit a quotation which will be considered if timely received. The Government may reject all offers received in response to this solicitation, if doing so is in the best interest of the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/DEA/OAM/D-12-NE-0002/listing.html)
 
Place of Performance
Address: El Paso, Texas, 79908, United States
Zip Code: 79908
 
Record
SN02552256-W 20110828/110827000411-c29c07c1c48f591b1995dee089f091ee (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.