SOURCES SOUGHT
S -- Primary Rate Interface (PRI) Circuits for dial tone phone services RFI Synopsis
- Notice Date
- 7/20/2015
- Notice Type
- Sources Sought
- NAICS
- 517911
— Telecommunications Resellers
- Contracting Office
- N00189 NAVSUP Fleet Logistics Center Norfolk Philadelphia Office 700 Robbins Avenue, Building 2B Philadelphia, PA
- ZIP Code
- 00000
- Solicitation Number
- N0018915TZ210
- Response Due
- 7/23/2015
- Archive Date
- 8/7/2015
- Point of Contact
- Martyn Piggott
- E-Mail Address
-
97-9638
- Small Business Set-Aside
- N/A
- Description
- Primary Rate Interface (PRI) Circuits for dial tone phone services RFI Synopsis As part of its market research, the NAVSUP Fleet Logistics Center Norfolk Contracting Department, Philadelphia Office is issuing this RFI to determine if any qualified contractors can provide primary rate interface (PRI) circuits for dial tone phone services at the United States Naval Academy (USNA) while meeting the performance requirements described hereinafter. The Government intends to use the responses to this RFI for information and planning purposes. This RFI describes only the currently contemplated possible scope of services and may vary from the work scope included in a Request for Quotation (RFQ). Background: The United States Naval Academy (USNA) is the designated service provider of telephone service to Annapolis Area Complex, faculty, staff and midshipmen. USNA currently provides telephone service using an Avaya CM 6.x telecommunications system consisting of 450 and 650 Media Gateways over a mixed fiber/copper cable infrastructure through and including end-user telephonic devices. Connectivity to the local public switched telephone network outside the Annapolis Complex is through primary rate interface (PRI) circuits provided by a commercial local exchange access carrier. Need: The vendor shall provide six (6) primary rate interface (PRI) circuits to the United States Naval Academy (USNA) Avaya Telecommunications System. The PRI circuits will provide dial tone service to USNA for the entire Annapolis Area Complex, faculty, staff and midshipmen. Basic service at a minimum shall include the following: -Dial Tone -Direct Inward Dialing -Direct Outward Dialing -Dual Outward Dialing -Dual Tone Multi-Frequency (DTMF) -Local Exchange and Long Distance accesses -Equal Access -Call blocking for Numbering Plan Area (NP A) 900, 700 and NPA-976 -Directory Listing -E911/911 Services where available -Block Directory Assistance -Block Third Party Billing -Toll Free Access The vendor will ensure all end-user common line (EUCL) fees incurred for connection of long distance calls over the six (6) PRI circuits are paid to the appropriate authority. The vendor will also provide continued access to and availability of USNAs existing direct inward-dial (DID) numbers serviced by the six (6) PRI circuits all tied to one trunk. The period of performance for this action is 1 Oct 2015 through 30 Sept 2016 and will include four one year options. Performance Requirements: The vendor must provide the same local exchange block of numbers (14,500 phone numbers) that are currently provided to the US Naval Academy as these numbers correspond with the midshipmen room numbers and match the pre-established numbering series. Reconfiguration of this numbering scheme is unacceptable. The vendor must begin performance on 1 October 2015 and have zero down-time when transitioning from the current provider. Fully operational dial tone phone service is essential and must be functioning properly immediately upon the commencement of service. Any down-time is unacceptable. No additional costs shall be incurred by the Navy. This includes operational costs such as time required to train faculty, staff, and midshipmen on any new system or any other costs associated with transitioning to a different system. RFI Response Requirements Respondents are requested to submit a Performance Approach Statement, estimated cost and any additional information that pertains to the subject outlined in the RFI. The specific information sought is outlined below. Performance Approach Statement The following issues must be addressed in a Performance Approach Statement Response: 1. Company information to include the company size/socio-economic status, the Commercial and Government Entity (CAGE) code, and the Point of Contact (POC) information (name, email address, telephone and fax numbers). 2. Background/Corporate Experience 3. Current company contract vehicles to include available Indefinite Delivery Indefinite Quantities (IDIQ), contract ceilings, available contract ceiling room, contract numbers, and contract Point of Contacts (POC). 4. A description of how the company intends to provide the required service while adhering to the performance requirements previously listed. Response Format Interested parties are requested to respond to this RFI announcement using MS Word limited to two (2) pages. Please be advised that all information received in response to this notice will be considered procurement sensitive and will be handled accordingly. However, any information the contractor considers to be proprietary pursuant to existing laws and regulations should be marked in accordance with FAR 2.101 and 3.104-1. Response Deadline and Submissions RESPONSES ARE DUE NO LATER THAN 23 JULY 2015 AT 10:00 AM EST. Responses shall be submitted via e-mail to the contract specialist, Mr. Martyn Piggott, at martyn.piggott@navy.mil. Not responding to this RFI does not preclude participation in any future RFQ, if any is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website at http://www.fedbizopps.gov/ and the Navy Electronic Commerce Online (NECO) website at www.neco.navy.mil. It is the responsibility of potential quoters to monitor these sites for additional information pertaining to this potential requirement. The company shall be responsible for any costs associated with preparing responses to this RFI. The government will review RFI submissions as they are received. The government reserves the right to close this RFI upon receipt of adequate responses. Summary This is a Request for Information (RFI) ONLY to solicit information from industry. The information provided in the RFI is subject to change and is not binding to the U.S. Government. The DON has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become U.S. Government property and will not be returned
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018915TZ210/listing.html)
- Place of Performance
- Address: United States Naval Academy, Annapolis, MD
- Zip Code: 21402
- Zip Code: 21402
- Record
- SN03803354-W 20150722/150720235350-c47a7e832252224d8889c1c87cc691f2 (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 |