Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 04, 2016 FBO #5399
SOLICITATION NOTICE

D -- NEW INTERNET PROTOCOL (VOIP)TELEPHONY SYSTEM - Package #1 - Package #2 - Package #3 - Package #4

Notice Date
9/2/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517919 — All Other Telecommunications
 
Contracting Office
Department of State, African Posts, U.S. Embassy Nairobi, Kenya, P. O. Box 606 Village Market, 00621, Nairobi, Non-U.S., Kenya
 
ZIP Code
00000
 
Solicitation Number
SKE50016Q0018
 
Archive Date
10/1/2016
 
Point of Contact
Ruth W. Gitari, Phone: 20246571226867, Wendy M. Washington, Phone: +254 363 6000
 
E-Mail Address
GitariRW@state.gov, GSO-Contracts@State.gov
(GitariRW@state.gov, GSO-Contracts@State.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
SF 1449 FORM SCOPE OF WORK PROCUREMENT REQUEST Cover Letter Table of Contents 1. Background. 3 2. Requirements. 4 3. Response procedure and timelines. 6 3.1. Project documentation. 6 3.2. Required references. 7 4. Other important project details. 7 4.1. Standards of quality. 7 4.2. Agreements. 7 4.3. Assumptions. 7 4.4. Criteria for Evaluating Success. 7 5. How to submit a proposal 9 5.1. Financial Proposal 9 5.2. Technical Proposal 9 5.3. Financial Summary. 9 6. Criteria for Selecting a Vendor. 9 CDC is interested in the procurement of an IP Telephony System to serve its Nairobi and Kisumu offices, currently located inside the KEMRI compounds at the respective cities. The new system is to be a replacement of an over-13-year-old legacy Siemens system whose in-place-upgrade is no longer viable. The current system comprises two HiPath 3000v4 PBXes in Nairobi and Kisumu, interconnected via point-to-point leased line. A majority of the handsets are Siemens Optipoint 410 standard and 410E handsets, connected to the PBXes on the same LANs. There are about ten extensions in Kisumu and three in Nairobi that are connected to their respective PBXes via an MPLS cloud. There are also two SIP gateways in Nairobi-HQ and Kisumu-Kisian for the connection of about 20 devices using the SIP protocol. The communication protocol for most devices is H323. Additional services that were provided as part of this solution but that have since been severely downgraded include voice-mail, call-logging and call-management. These services were largely provided as third-party services. Complementing the Siemens IP telephony infrastructure are the following: · Primary rate (32B+D) ISDN services provided by Telkom Kenya · Two Ericson 250N modems for connectivity to Safaricom and Airtel · Twenty Nortel extensions connected directly to CDC Atlanta (16 Nairobi, 4 Kisumu) via IP · Seven Cisco SX320 video conferencing units (4-Nairobi, 3-Kisumu) · An independent, dedicated 8Mbps WiFi internet network via Telkom Kenya CDC requires a new IP Telephony System to replace the current one and seeks suitable proposals for the design and implementation of the following: 1. An integrated IP telephony solution comprising: a. A single composite system of call managers, servers, gateways or any suitable combination of equipment necessary for internal and external IP telephony communication, call logging and call management. The system should support the following minimum features: i. A unified dial plan across all locations ii. Direct inward dialing iii. Voice mail iv. Directory services (unified communications not needed ) v. Multi-protocol support (e.g. SIP, H323) vi. Multi-codec support (e.g. G711, G723) vii. Call conferencing and bridge-calling viii. Soft phone clients support ( preferably capable of running on Apple IOS, Blackberry RIM, Android phone systems and Windows desktop operating systems) b. Telephone handsets c. Equipment necessary for PRI ISDN, PSTN and Fax integration d. Support for the following telephony services providers: i. Telkom Kenya ii. Safaricom iii. Airtel e. Integration with: i. Current Siemens PBX ii. KEMRI PBX iii. VC units at the various locations f. Optional integration with Access control and CCTV systems 2. Building of new independent IPT Local Area Networks (IPTLANs) at the Nairobi-HQ, Kisumu-Kisian, and Kisumu-CRC sites including: a. Fully configured access layer PoE switches – preferably layer 3 switches – for the connection of all telephones and all other specified IP telephony components b. Suitable IP scheme, CoS and QoS configurations of the above switches c. Appropriately placed firewall(s) and/or other appropriate security solution to protect the IP telephony infrastructure d. Secure integration of the Nairobi-HQ IPTLAN with an existing wireless LAN currently connected to the internet e. Provision for the integration of the Kisumu-Kisian and Kisumu-CRC IPTLANs with future wireless LANs Note: Building the new LANs will exclude physical cabling as this is already present (Cat5e and higher) at all locations. 3. Interconnection of the three IPT LANs in mesh topology through the existing MPLS links. At a minimum, it is envisioned that this will require: a. Determining the optimal specifications of bandwidth, latency, jitter, packet loss on the LAN and WAN for the proposed IPT solution. b. Analysis of the current MPLS infrastructure and recommendation of configuration changes required to implement the new IPT system. c. Appropriate QoS configuration throughout the WAN 4. An appropriate monitoring solution; capable of: a. Administering the IPT system b. Monitoring up/down status of all key IPT components c. Monitoring quality of the IPT service on the LAN and WAN d. Setting quality thresholds and generating alerts when thresholds or adverse conditions are encountered 5. Provide post implementation support for 90 days after the certified completion date of the project. 6. The potential contractor must be a partner with the manufacturer's authorization for the installation of their IP Telephony systems. Please attach proof of partnership. a. The proposed activities in the response to this request and the tentative timelines are as follows: Activity Date Release of RFP Mandatory Site visit Deadline for written questions Final pre-bid briefing Deadline for bid submissions Selection of vendor Pre-award clarifications Award of contract Execution of contract a. Complete technical description of the vendor’s solution including technical illustrations, drawings, and schematics. This should also include advice on the mandatory and optional upgrades, a method of implementation of one year’s post-implementation support. It must also explicitly commit to provide 24x7 uptime to all the active equipment outside CDC offices, factoring in power, adverse weather, and any other impediments to sustained good service. b. c. Any other vendor proposed value-add service to CDC The following references will be required: a. Resumes of the technical staff who would be involved in the project, describing their qualifications and roles. y The expected solution should be based on open systems. The solution should be flexible, secure and of scalable Technological infrastructure. • The project to be completed within 4 months • CDC will appoint one person, with decision making authority, to serve as a Project Coordinator/Manager. The vendor will also appoint a similar position person for their end. • All project stages will be approved and signed off by CDC Project Manager and his counterpart in the vendor organization. • The overall project completion will be signed off by the IT Manager or the Deputy Director, Operations. • At the conclusion of the project, all manuals, work sheets and installation materials will become the exclusive property of CDC. • The vendor will be responsible for shipping their equipment and kit to the installation grounds. • There will be no significant changes to the task/job/policy data during the project. • CDC will provide internet/e-mail (via webmail) capabilities for the vendor’s official use. • The successful vendor will have factored in all expenses at the time of award of the contract. The Project will be deemed successful when the · The core IPT infrastructure has been set up · All extensions have been configured · End users have received extensions and have been trained on using them · Users are able to make and receive calls within and outside the network · The system has demonstrated 99% uptime for a sustained 2-week period · Technical training has been conducted for IT staff · System documentation has been delivered · A certificate of completion has been signed by both CDC and the vendor · Maintenance terms have been clarified and agreed upon, and the Service Level Agreement (SLA) in effect The technical and financial proposals must be submitted separately and must include: a. Financial summary table as specified in the template below (4.3) b. Technical Description and required references as detailed in sections 2 above c. Draft Service Level Agreement including all subject items referenced to in section 2.1 above d. A tentative project plan for the implementation of the solution Proposals that are submitted without these minimum requirements will be disqualified Location Category Nairobi Kisumu TOTAL Hardware Software and/or licensing (200 users) Professional services Other one-time installation cost TOTAL Nairobi Kisumu TOTAL Annual maintenance The successful vendor will be the one who successfully demonstrates (on a weighted basis): · High degree of technical capabilities and understanding of the requirements and proposed solution · to cover both installation and post-installation service. · Provision of an open system, upgradable and expandable system. · Provision of value-added services/systems. · Ability to complete the work within 4 months. · Ability to demonstrate, or simulate, the requested solution. · A good Technical and Financial track record. · Pricing, an offer of an appropriate cost-effective open systems solution. · Breadth of Market and Products 15% · Staffing Experience and Skill Levels · Track Record of Successful deployments of IPT solutions
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/AF/Kenya/SKE50016Q0018/listing.html)
 
Place of Performance
Address: CDC Nairobi and Kisumu Kenya, Nairobi, Kenya
 
Record
SN04254730-W 20160904/160902235718-b0496685f726aab8a8696a620448a1b2 (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.