Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 01, 2013 FBO #4268
SOLICITATION NOTICE

D -- TELEPHONY AND VOICE OVER INTERNET PROTOCOL MONITORING SOFTWARE - Package #1

Notice Date
7/30/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Base Camp Pendleton - RCO, PO Box 1609, Oceanside, California, 92051-1609
 
ZIP Code
92051-1609
 
Solicitation Number
M0068113SS00149
 
Archive Date
8/24/2013
 
Point of Contact
sheldon webb, Phone: 7607258129
 
E-Mail Address
sheldon.webb@usmc.mil
(sheldon.webb@usmc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
TELEPHONY AND VOICE OVER INTERNET PROTOCOL MONITORING SOFTWARE TELEPHONY AND VOICE OVER INTERNET PROTOCOL MONITORING SOFTWARE The Regional Contracting Office Marine Corps Installation - West (MCI-West), currently has a requirement for Voice over Internet Protocol (VoIP) monitoring software suite, including (1) year warranty (technical support). This requirement will be awarded as a Firm Fixed Priced commercial software suite, miscellaneous hardware, Installation labor, software product user training, and (1) year general warranty (technical support). Evaluation Criteria will be base on the Lowest Technically Acceptable Priced Offer. Statement of Work (SOW) 1. Background. • i. The U.S. Marine Corps Base, Camp Pendleton G6, has initiated efforts towards migration from its voice only Telephony Time Domain Multiplex (TDM) network enterprise to the new Voice over Internet Protocol Call Manager 6 (CM6 VoIP) network enterprise. This new hybrid capability will expand the existing network enterprise capacity to storage of approximately 75,000 telecommunication records, 50,000 more than the previous SL100 sever based enterprise. Consequently, the current Telephony Monitoring Management software application is now outdated as its operational functionality is entirely based on the Time Domain Multiplex (TDM) supporter SL100 server. As a result, a new telephony management software, with the capability of providing network monitoring to a hybrid Voice and VoIP system, is required. • ii. The U.S. Marine Corps Base Camp Pendleton requires this network Telephony and VoIP monitoring software to monitor its existing TDM telephony based network and its new VoIP communication enterprise. This requirement supports a network enterprise with PBX vendor independent and VoIP CM6 (Avaya Manufactured) dependent and requires a telephony and VoIP software that supports analog, digital, and VoIP carrier trucking, centralized monitoring, reporting, and consistent policy enforcement over all voice communication. • iii. The software application may require distributed appliances positioned at the voice network edge to monitor all inbound and outbound TDM and VoIP call flows, in order to deliver a suite of telephony and VoIP and monitoring management applications across the entire enterprise. Must be remotely managed from a central administration console. 2. General Requirements: • i. The required software required must have the capability to interface and retrieve data/ information from the existing SL100/DMS100, which provides support to over 23,000 PBX telephone subscriber lines and over 700 Trunks leaving from and coming into Marine Corps Base Camp Pendleton and the VoIP CM6 capacity of 50,000 telecommunication records in a single Graphical User Interface medium. • ii. The required software must have the capability to collect data from two systems, the SL100 PBX Time Division Multiplexing (Nortel manufactured) and the Call Manager 6 (Avaya manufactured), and generate reports in a Graphical User Interface which displays data related to event logs, call detail recording, operation and measurements, statistical reports, system logs, and secure shell logins. • iii. The breakdown of the aforementioned reports includes but are not limited to a System Alarm report, System Event report, Remote Access report, Individual Automatic Call Distribution staffing report, Attendant staffing report, Trunk group report, Trunk group chart display, Call Detail Recording, Performance Monitoring chart display, and Telephony Awareness monitoring. The required software suite application must include a client application in order to establish a client/server connection. 3. Period of Performance • i. The period of performance shall be no more than three (3) months from date of contract award. 4.0 Performance Objective • i. To plan, provide, install, and optimize/configure a hybrid Voice and VoIP system that is fully tested and operationally capable. • ii. The required software must be Joint Interoperability Test Command (JITC) Certified. • iii. Contractor must obtain enterprise JITC certified before delivery date. • iv. Contractor must provide tutorial of the new Voice and VoIP monitoring system to fully operationally capable. 5.0 Contractor Responsibilities: • i. The contractor shall provide a Turn-Key solution to accomplish all items as described in this and succeeding paragraphs. All personnel, tools, new materials, and new equipment shall be provided for the installation, and/or upgrade of switch support equipment prior to commencement of work. The contractor must provide personnel information for all involved workers to be submitted to the base security forces. All work shall be accomplished without disruption of telephone service to Camp Pendleton subscribers. • ii. The contractor shall be responsible for provisioning a completely functional turn-key system with the required programming, interfaces, hardware, software, in configuring/optimizing the existing system. • iii. The contractor shall reutilize existing equipment to the maximum and add any require additional hardware module based upon their solution. In addition, the contractor shall make operational any ancillary equipment that is required to support this effort in order to solidify a turn-key solution. • iv. The contractor shall provide (1) Voice and VoIP Network Monitoring Software Suite. • v. The contractor shall provide the standard commercial warranty for all items delivered to the government, including the network monitoring software. • vi. The contractor shall provide warranty information for each manufacturer's items (e.g. new parts repair and returned items, software and hardware upgrades, etc.) • vii. The contractor shall be responsible for the disposal of any chemicals for cleaning needed during the installation. Disposals shall be in accordance with Hazmat and OSHA requirements and will be taken offsite. •viii. The contractor has the responsibility to ensure the entire system is completely tested prior to cutover/turnover to the government. • ix. The contractor shall provide their own temporary storage for materials received before project installation begins. • x. The contractor shall provide perpetual Right to Use (RTU) licenses service agreement for hardware/software support. • xi. The Contractor shall provide (1) 16 Port Alarm Interface Unit. • xii. The Contractor shall provide all required Simple Network Management Protocol (SNMP)/System Log Licenses. •xiii. The Contractor shall provide (1) year technical support to the monitoring application software which should be available 8 a.m. to 5 p.m. pacific time via web base provisions for general support. 5.1 Labor • i. Install, configure, and update one Dell PowerEdge 2U Server into a data or Telecomm rack supplied by Government. • ii. Install one rack mounted keyboard, mouse, monitor switch, 1U rack size in order to establish all components of the monitoring system. • iii. Install and configure one 16 port Alarm interfacing unit to interface with monitoring software which is configured to the SL-100 PBX (Nortel) and CM6 VoIP (Avaya). • iv. Install monitoring software application for the Avaya Call Manager 6 VoIP solution on a government provided Windows NT 4.0 SP-5 (128 Bit Strong Encryption or greater PC) hardware. • v. Install and configure all Simple Network Management Protocol (SNMP) Licenses into the monitoring system. • vi. Install and configure all System Log licenses into the monitoring system. • vii. Install network monitoring software application for the Voice Time Domain Multiplexing (TDM) and the Avaya Call Manager 6 VoIP solution on a government provided Windows NT 4.0 SP-5 (128 Bit Strong Encryption or greater PC) hardware. •viii. Provide all required connectors and cabling to interface with the SL-100 IOM shelf ports and any other for additional ancillary terminations. • ix. Contractor shall include all travel and lodging cost related to establishing the software to fully operational capable. All expenses must be in compliance with government rates in accordance with Joint Federal Travel Regulation (JFTR). • x. Provide all required connectors and cabling to interface with the SL-100 shelf ports and any other for additional ancillary terminations. • xi. Contractor must provide Professional Services - personnel to deliver adequate training class to end user on using the software an exploiting all its capabilities. Provide Web Based training for 10 students, not to exceed 3 classroom hours, on the monitoring system. 6.0 Government Responsibilities: • i. The Government shall provide 2 Dell Power Edge R300 Servers hardware • ii. The Government shall provide a central administration console is located inside the Telephone PBX room 119 in Building 2459, Camp Pendleton, CA. • iv. Government provided equipment for software optimization includes but is not limited to: one-Dell Rack mounted R720, 2U sized rack mounted server, with two 500 (GB) Gigabyte Serial Advanced Technology Attachment (SATA) Hard drives, 128 GB of Random Access Memory (RAM) and, one- Digital Video Disk (DVD)/ Compact Disk-Read Only Memory (CDROM) Drive. • iii. Government shall wire and label all hard alarms at the monitoring software system location prior to contractor arrival, including 25 - pair cable from MDF to monitoring software system location. Hard alarms will be wired to block at MDF and fed across 25- pair cable to software monitoring system. Any hard alarms that are not wired in time for the contractor to install become government responsibility. • iv. Government shall provide rack space, power, and network connectivity for the server. • v. Government is responsible for maintaining STIG compliance once contractor departs the site. • vi. The Government reserves the right to witness, 24hrs in advance, any and all testing. 7.0 Applicable Documents and Standards • i. All proposed voice switch equipment hardware and software shall be configured to be in compliance with all applicable sections of DoD Unified Capabilities Requirements (UCR) 2008, Change 2, dated Dec 2010. 8.0 System Outages • i. Any system that requires downtime shall be coordinated with the government representative and approve before proceeding. The contractor shall submit a system recovery/fallback plan to the Government for review and approval for all scheduled outages in the event that any failures occur during the system outage. The system recovery/fallback plan shall be provided as part of the cutover deliverable. 9.0 Method of Procedure • i. The contractor shall develop a Method of Procedure (MOP) to be used during the execution of all technical aspects of this SOW. The MOP shall provide a detailed process or processes that will be utilized by the contractor to implement, and optimize/configure the entire monitoring management system. The MOP shall include a schedule of events and include any government involvement during the entire procedure. The MOP shall be delivered to the Government as part of the initial meeting Package. The scope of the work is not considering a high impact work performance. Once the finalized MOP is developed and approved by the Government, any deviations shall be approved by Government. •10.0 System Acceptance Test (SAT) • i. The contractor shall develop a SAT Plan to demonstrate the functional operation of each system. The SAT Plan shall be based on the manufacturer's best commercial practices, industry standards, and the Government recommendations provided for each system above to test and/or verify all systems delivered under this SOW. The contractor has the responsibility to ensure that all systems have been completely tested and validate operational functionality. Any system failures that occur during the SAT shall be corrected and retested. A SAT Plan shall be submitted to the Government two weeks prior to the scheduled testing. The Government will then reviews and provide final approval. All SAT testing shall be witnessed by the Government representative. 11.0 System Outages • i. Any systems that require downtime shall be kept to a minimum, and shall not occur without specific pre-approval from the local designated Government Representative. The contractor shall submit a recovery procedure plan for all scheduled outages in case of system failures during the upgrade to the Government Representative. 12.0 Training • i. The contractor shall provide training for systems optimization/configuration as provided under this SOW. On-site training shall be use. The contractor shall provide all necessary materials, documentation, manuals, and training aids. Training material shall be provided in hard and soft copies at the commencement of training. At least one person shall be fully trained prior to cutover, and all training shall be completed prior to project close out. 13.0 Warranties • i. The contractor shall provide the standard commercial warranty for all items delivered to the Government. The contractor shall provide all commercial warranty information after the successful completion of the project. •13.1 Warranty Technical Support Contractor shall provide onsite assistance for severe troubleshooting requirements. Warranty (technical support) support includes: • i. Error fixes • ii. Minor Software Version Releases • iii. Help file updates • iv. Configuration file updates • v. Telephone support M-F 8am - 5pm Pacific Time. Internet email support help desk, including Case Resolution feature, which outlines an action plan for calls and emails that generate an open case that is developed and executed within 48hrs. Update status of an open case is then communicated at least once a week. 14.0 Meeting • i. The contractor shall participate in a scheduled, conference call briefing to present the initial presentation and make available any other documentation electronically. The contractor shall conduct and scheduled meeting within thirty (30) calendar days after award. Documentation shall be provided before the schedule date of the meeting. The contractor shall provide a conference bridge and insure all the authorized participants receive an invite via email. 15.0 Installations • i. The contractor shall coordinate all timeline with the Government POC. All work shall be performed during the normal working ours from 0700 - 1530. These times maybe subject to change as needed after coordinating with the Government representative. Depending on circumstances, a government technician will be made available during the after-hours work if needed or applicable. 16.0 Place of Performance • i. The place of performance is MCIWEST G6, Bldg. 2459, MCB Camp Pendleton, CA. 17.0 Final Systems Acceptance • i. The contractor shall notify the Government upon completion of all tasks under this SOW. Final inspection and acceptance is the responsibility of the designated Contracting Officer's Representative (COR). Acceptable performance is achieved when all hardware, software, components, and equipment have been provided; installation, integration, testing, demonstration, and all training are completed. Inspection or testing of services rendered which are conducted by the COR prior to final delivery and that does not uncover defects or other failures, does not relieve the contractor from the responsibility for correcting those defects or other failures to meet contract requirements. The Government will provide formal acknowledgement that all terms of the task order has been accepted. 18.0 Discrepancies • i. The Government reserves the right to refuse final acceptance until all discrepancies have been satisfactorily resolved. The contractor shall prepare a project discrepancy list, report detected issues during meetings, and track all discrepancies until resolved. The Government shall review and monitor all discrepancies and deliverables. The discrepancy list shall include any problem(s) detected or identified during system testing or inspections that were conducted by either the contractor or Government, or both. The contractor shall retain a history of discrepancies. Problems identified at any time during the course of this project shall be documented, provided to the Government, and corrected prior to final acceptance. 19.0 Shipping address • i. Delivery location and place of performance is Camp Pendleton California. • ii. Contracting Office Address: M00681 MARINE CORPS Installation RCO - Camp Pendleton, CA. 92055 20. Point of Contact(s) • i. Captain Sheldon Webb (USMC) Sheldon.webb@usmc.mil Please breakout your quotation in the following line items: Item Price Quantity Total Cost •§ Software Products •§ Hardware Products •§ Warranty (technical support) (Price estimate for 1 year ONLY) •§ Training Support •§ Professional Services (Labor) •§ Project Management •§ Server Prep and Security Technical Implementation (performs on-site installation of monitoring system) •§ Onsite Installation (performs on-site installation of monitoring system) •§ Travel and Lodging •§ Other miscellaneous (Breakout and define, if any) •§ Shipping Contracting Office Address: M00681 MARINE CORPS Installation RCO - Camp Pendleton, CA. 92055 Point of Contact(s): Captain Sheldon Webb (USMC) Sheldon.webb@usmc.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00681/M0068113SS00149/listing.html)
 
Place of Performance
Address: ROOM 119A, BLDG 2457 CAMP PENDLETON, CA, 92055, CAMP PENDLETON, California, 92055, United States
Zip Code: 92055
 
Record
SN03130669-W 20130801/130730234904-247b493378712b8112245d6c7086ee73 (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.