Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 05, 2013 FBO #4150
SOLICITATION NOTICE

D -- The Kentucky Army National Guard seeks a vendor capable of providing and fully integrating a Standalone Telecommunication solution along with voice terminals for the new Burlington Armory.

Notice Date
4/3/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517919 — All Other Telecommunications
 
Contracting Office
USPFO for Kentucky, Boone National Guard Center, Building 120, 120 Minuteman Parkway, Frankfort, KY 40601-6192
 
ZIP Code
40601-6192
 
Solicitation Number
W9005X30250088-1
 
Response Due
4/18/2013
 
Archive Date
6/2/2013
 
Point of Contact
LTC Brent A. Wilkins, 502-607-1208
 
E-Mail Address
USPFO for Kentucky
(brent.a.wilkins.mil@mail.mil)
 
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. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. See Attached for this in a Word Document. The Kentucky Army National Guard intends to award a firm fixed price contract for Telecommunication Equipment for the newly constructed Burlington National Guard Armory in Burlington, KY. This acquisition is solicited as Total Small Business Set-Aside using NAICS code 517919, All Other Telecommunications. The evaluation criteria will be the lowest price technically acceptable. Technical acceptability will be determined on the contractor's ability to meet the delivery schedule and contractors certifications. The Kentucky Army National Guard wants to establish prices for the following Scope of Work/Requirements: Scope: The Kentucky Army National Guard seeks a vendor capable of providing and fully integrating a Standalone Telecommunication solution along with voice terminals for the new Burlington Armory. Requirements Vendor must possess the following credentials: Avaya Professional Sales Specialist Avaya Certified Support Specialist Avaya Certified Implementation Specialist Avaya Certified Professional Design Specialist Cisco Certified Network Professional Voice Authorized for Avaya's GSA schedule Avaya Connect Silver Partner Vendor must provide: A contact center that provides 24 hour voice support in order to support warranties issues. The integration of an Avaya voice solution into the KY Army National Guard Cisco based network. Equipment Requirements: The KY Army National Guard will not accept Gray Market AVAYA Products, it must be AVAYA Certified Equipment from a Certified AVAYA Reseller. All equipment must be Buy American Act and Trade Agreement Act Compliant. COMMUNICATION MANAGER SOFTWARE/LICENSE QTYDESCRIPTION 1ADMIN TOOLS R6.0 CD 24 AVAYA AURATM R6 ANALOG NEW LIC 1 AVAYA AURATM R6 ENT ED 100 USER BNDL 1 AVAYA AURATM R6.2 SOFTWARE DVD 1 AVAYA AURATM SYS PLATFORM 6.2.1 DVD 1 CC R6 NEW ELITE PER AGT 1-100 1 CM MESSAGING R6 MEDIA KIT 100 ENT ED R6 AES UNFD DSK R6 LIC /E 100 ENT ED R6 B5800 SIP TRNK R6 LIC /E 100 ENT ED R6 B5800 SURV STN R6 LIC /E 100 ENT ED R6 CMM R6 LIC /E 100 ENT ED R6 EC500 SM R9 LIC /E 1 ENT ED R6 MGMT NTWK MGMT R6 LIC /E 1 ENT ED R6 MGMT SITE ADMIN R6 LIC /E 100 ENT ED R6 ONE-X CES R6 LIC /E 100 ENT ED R6 ONE-X COMM R6 LIC /E 100 ENT ED R6 PS R6 LIC /E 100 ENT ED R6 SM SIP CONN R6 LIC /E 1 MEDIA ENCRYPTION R6+/MBT 1 NETWORK MGMT TOOLS R6.0 DVD 3 ONE-X AGT R2 LIC FREE-MAX 3 PLD 1 R6 EMBEDDED CM ONLY SOLUTION TRK 1 SAL STDALN GATEWAY LIC R1.5+ DWNLD COMMUNICATION MANAGER HARDWARE/PORDUCT QTYDESCRIPTION 1 120A CSU CABLE 50FT RHS 2 CABLE ASSY B25A 25FT RHS 1 G450 MP80 W/POWER SUPPLY 1 MM710B E1/T1 MEDIA MODULE 1 MM716 ANLG MEDIA MOD 24FXS 1 MM717 24PT DCP MEDIA MODULE 1 MM721 BRI MEDIA MODULE 1 PWR CORD USA 1 S8300D SERVER VOICE TERMINALS QTYDESCRIPTION 70 IP PHONE 9641G GRY 24 TELSET 2420 DGTL VOICE DK GRY RHS OTHER QTYDESCRIPTION 1Avaya Support Advantage 1Implementation Labor Requirements: A. Vendor will conduct a CIRS/NANO assessment as is the requirement by AVAYA for VoIP (Video/Voice over Internet Protocol) implementation. Any adverse VoIP performance and cost to identify and/or repair this performance is solely the responsibility of the Kentucky Army National Guard. Should any network deficiency adversely affect this installation, the Kentucky Army National Guard will be allotted 24 hours to resolve this issues without incurring additional cost for delays by the vendor. B. In addition to supplying the hardware required, the vendor will install and configure the local communication hardware and voice terminals. Selected vendor will adhere strictly to the established programming defined throughout the telecommunications network. This includes but is not limited to: 1) Dial Plan. The selected vendor will not deviate from the established dial plan used throughout the network. The Kentucky Army National Guard will provide the individual station extensions; however all other programming will adhere to the logical setup in the other systems throughout the network for example: a. Trunk Group numbering b. VDN numbering c. Announcement numbering d. UDP inserted digits for use with ARS and AAR e. Route-pattern Numbering f. Cover Paths 2) Vectors. The selected vendor will program all vectors and ensure they are uniform with the other vectors in use on the Kentucky Army National Guard telecommunications network. 3) Voicemail. The selected vendor will ensure that the installed phone system fully integrates with our current voicemail system but will not be turned on at this time. There will be a minimum on 70 voicemail mailboxes established. Vendor will ensure the methods used to include cover path numbers are fully compatible and uniform with the methods used elsewhere in the network. 4) Defense Switched Network (DSN) integration. The selected vendor will ensure that they properly route all DSN calls, they will use quote mark 81 quote mark for the access code, and they will ensure that when the access code is dialed there will be no delay. This includes both CONUS and OCONUS DSN. 5) The selected vendor will ensure that all COR and COS setups are uniform with other COR and COS setups used throughout the network. 6) The selected vendor will ensure that local and toll service are routed out of the proper local trunks, and will further ensure that all long-distance, DSN, and external 4-digit calls are routed across established IP trunks. 7) The selected vendor will ensure that the installed phone switch is configured for standalone operation, allowing calls to be placed and received should the IP trunks connecting the system to the larger network become unavailable. 8) The selected vendor will ensure that E-911 works in both a network and standalone configuration, and that it calls the proper jurisdiction. Vendor will test this prior to sign off of contract. 9) The selected vendor will set all voice terminals at the user locations. 10) The selected vendor will provide Amphenol Cables and will terminate it and traditional stations and trunks at the main distribution panel. C.The selected vendor will not deviate from the established programming without prior approval of the J6 Telecommunication Manger. If unauthorized changes are made, the vendor will be required to reprogram. D.The Kentucky Army National Guard will supply patch cords; cross connect terminals, blocks and other adjuncts and/or connectivity devices. Additionally, the Kentucky Army National Guard will also perform the patch panel connections in the equipment room to the distribution wiring and cross-connects/patch panel connections in all other building locations (IDF/s closet's, etc) as required for networking equipment that supports the voice network. E.Vendor access hours are 08:00 - 18:00 Eastern Time. F. Installation must be completed 30 days after receipt of order. If you have any questions regarding this combined synopsis solicitation please contact me by email listed below. Questions about this solicitation will not be accepted after 15 April 2013 at 5 pm EST. All correspondence must be clearly marked with the solicitation number W9005X 3025-0088. This combined synopsis solicitation will close 18 April 2013 at 5 pm EST. Proposals must include the technical proposal, DUNS Number, CAGE Code, Offerors Documentation for Required Credentials, and Certification of Small Business Status for NAICS Code 517919. Proposals will be accepted via fax or email. Send all proposals appropriately marked to brent.a.wilkins.mil@mail.mil, or fax # 5026071424. The following provisions and/or clauses apply to this acquisition. FAR 52.204-7 Central Contractor Registration FAR 52.204-9 Personal Identity Verification of Contractor Personnel FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52-212-1 Instructions to Offerors - Commercial Items FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items FAR 52.212-4 Contract Terms and Conditions - Commercial Items FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation). FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-28 Post-Award Small Business Program Representation FAR 52.222-3 Convict Labor FAR 222-19 Child Labor - Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-50 Combating Trafficking in Persons FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-18 Availability of Funds FAR 52.232.33 Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.233-3 Protest After Award FAR 52.233-4 Applicable Law for Breach of Contracts FAR 52.237-1 Site Visit FAR 52.237-2 Protection of Government Buildings, Equipment and Vegetation FAR 52.252-2 Clauses Incorporated by Reference DFARS 252.203.7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252-203-7005 Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7004 Alternate A DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items DFARS 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials DFARS 252.225-7000 Buy American Act - Balance of Payments Program Certificate DFARS 252.225-7001 Buy American Act and Balance of Payments Program DFARS 252.232-7003 Electronic Submission of Payment Request and Receiving Reports DFARS 252.232-7010 Levies on Contract Payments DFARS 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.209-7997 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-DoD Appropriations. REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-DoD APPROPRIATIONS (DEVIATION 2013-00006) (DATE) (a)In accordance with section 101(a)(3) of the Continuing Appropriations Resolution, 2013,(Pub. L. 112-175) none of the funds made available by that Act for general appropriations for DoD may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. 252.209-7996 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-DoD Military Construction Appropriations. REPRESENTATION BY CORPORATIONS REGARDING A FELONY CONVICTION UNDER ANY FEDERAL LAW-DoD MILITARY CONSTRUCTION APPROPRIATIONS (DEVIATION 2013-00006) (DATE) (a)In accordance with section 101(a)(10) of the Continuing Appropriations Resolution, 2013,(Pub. L. 112-175) none of the funds made available by that Act for military construction may be used to enter into a contract with any corporation that was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that it is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. INSTRUCTIONS TO OFFERORS: All Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the System for Award Management (SAM) at http://www.sam.gov, and at Federal Business Opportunities (FedBizOpps) at http://fbo.gov. Additional Info: Contracting Office Address: USPFO for Kentucky, Purchasing and Contracting, Building 120 Boone National Guard Center, Frankfort KY, 40601-6912 Place of Performance: Burlington National Guard Armory 2676 Conrad Lane Burlington, KY 41005 Point of Contact: LTC Brent A. Wilkins 502.607.1208
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA15/W9005X30250088-1/listing.html)
 
Place of Performance
Address: Burlington National Guard Armory 2676 Conrad Lane Burlington KY
Zip Code: 41005
 
Record
SN03028057-W 20130405/130403235028-72f9d7cfe816cd8d3ba8a64339688160 (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.