|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 25,1999 PSA#2268USDA Forest Service, Sierra National Forest, 1600 Tollhouse Road,
Clovis, CA 93611-0532 D -- TELEPHONE SYSTEM UPGRADE SOL RFP-R5-15-99-12 DUE 030199 POC Bud
Parker (559) 877-3129, Tim McCoy (559) 877-3129 or Judy Garza (559)
294-4834 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.
RFP-R5-15-99-12, this number must be referenced on all communications
and proposals. The request for Proposals document and incorporated
provisions and clauses are those in effect through Federal Acquisition
Circular 97-09. This is a total small business set-aside. The Standard
Industrial Classification is 3661 with a size standard of 1,000
employees. GENERAL SPECIFICATIONS FOR TELEPHONE UPGRADE SYSTEM: 1. The
Sierra National Forest desires to upgrade it's telephone systems to
replace outdated equipment, meet Y2K requirements, increase efficiency,
improve customer service and reduce operating expenses. The operating
locations involved are forest offices at Batterson, North Fork, Clovis,
Prather, Trimmer and PSW, Fresno. 2. Current Equipment: Batterson
(Oakhurst): Six locally connected telephones. North Fork: NEAX2000 IVS
320 (3 Pims) AVT PhoneXpress 4 port Voicemail (Y2K Compliant). Clovis:
NEAX2000 IVS 512 (4 Pims) Contract 8 port Voicemail (Voicecom) (Y2K
Compliant). Prather: NEC e-Pro IIA (2 Pims) No Voicemail (Y2K
Compliant). Trimmer: Obsolete Eagle (45 Phones) No Voicemail (Not Y2K
Compliant). PSW: Obsolete Eagle (25 Phones) No voicemail (Not Y2K
Compliant). 3. Requirements. General: Equipment at all locations
(except PSW) will be tied together via exisiting T1 circuit. The
exisiting T1 is presently supporting data and has not been channelized
(channel cards will be required with voice being allocated 8-12
channels). Equipment will be configured so that an incoming call at any
location (except PSW) can be transferred to any other location (except
PSW). Since the Sierra's system is already significantly comprised of
NEC equipment and the NEC T1/CCIS application is unique to NEAX
systems, NECequipment is preferred. If an or equal brand of equipment
is bid it should offer Q-Sig networking. The majority of the existing
phone instruments are Vodavi StarPlus II's, but this isn't a critical
requirement. Bids should include all secondary equipment required to
accomplish the stated requirements. Batterson: The six telephones at
Batterson will be set up as OPX phones off the North Fork
switch/voicemail system. North Fork: Add 2 analog station cards.
Clovis: Add 12 port Voicemail system (AVT PhoneXpress3 or similiar).
Add 3 analog station cards and 2 E&M trunk cards. Prather: New switch
with voicemail/auto attendent to support 60 extensions and 6 local
lines. One multi-line phone for the receptionist and 6 standard phones
with message light (there are already about 50 phones in place at
Prather that will be used with the new system). Trimmer: Move the
existing NEC E-Pro IIA system at Prather to the Trimmer Office and
upgrade by adding voicemail/auto attendent. One multi line phone and
twenty five standard phones with message light. PSW: New switch with
on-board voicemail/auto attendent card. Capacity to support 25 phones
with a future expansion to 35, 8 incoming lines and future T1
interconnect with the Clovis Office. One multi line phone for
receptionist and 25 standard phones with message light. 4. (A)Proposal
shall include an executive summary, detailed description and block
diagram of the total proposed system showing all interconnect devices,
which will allow the forest to make an informed evaluation. (B)Specify
normal warranty (duration and what is included). (C)Specify after
warranty service contract costs, what is included and advantages that
a service contact offers over "repair as required." (D)Bids must
include a statement certifying that all new equipment is Y2K compliant.
(E)Bid prices shall be submitted in two items. One for a complete
system for all locations on the forest and one for PSW. (F)The offices
will be available for physical inspection and one of the forest's
telecom specialists will be present during the inspections. February
15, 1999 -- meet at 0800 Hours, Clovis Office, 1600 Tollhouse Road,
Clovis, CA. February 17, 1999 -- meet at 0800 Hours, North Fork Office,
57003 Road 225, North Fork, CA. Responses to this CBD notice should
include proposed cost, time of delivery, and technical
information/descriptive literature. The following clauses are included
as part of this request for proposal: Clause 52.212-1, Instructions to
Offerors -- Commercial Clause 52.212-2, Evaluation-Commercial Items.
The Government will award a contract resulting from this solicitation
to the responsible offeror whose offer conforming to the solicitation
will be most advantageous to the Government, price and other factors
considered. The following factors shall be used to evaluate offers. 1.
Technical capability to meet Governments's requirements. 2. Past
Performance. 3. Price. These criteria are listed in descending order of
importance. Technical and past performance, when combined, are more
important than price. A written notice of award or acceptance of an
offer, mailed or otherwise furnished to the successful offeror within
the time for acceptance specified in the offer, shall result in a
binding contract without further action by either party. Before the
offer's specified expiration time, the Government may accept an offer
(or part of an offer), whether or not there are negotiations after its
receipt, unless a written notice of withdrawal is received before
award. Offerors shall include a completed copy of provision 52-212.3
Offeror Representations and Certifications -- commercial Items. clause
52-212-4 Contract Terms and Conditions -- Commercial Items. 52-212-5
Contract Terms and conditions Required to Implement Statutes or
Executive Orders -- Commercial Items, which includes the following:
52.222-26, Equal Opportunity (E.O. 11246). 52.222-35, Affirmative
Action for disabled Veterans and Veterans of the Vietnam Era (38 U.S.C.
4212). 52.222-36, Affirmative Action for Handicapped Workers (29U.S.C.
793). 52.222-37, Employment Reports on disabled Veterans and Veterans
of the Vietnam Era (38 U.S.C. 4212). 52.225-3, Buy American Act --
Supplies (41 U.S.C. 10). 52.225-18, European Union Sanction for End
Products (E.O. 12849). 52.239-1, Privacy or Security Safeguards (5
U.S.C. 552a). Please provide this information to Judy Garza,
Contracting Officer, Southern Sierra Province, Sierra National Forest,
1600 Tollhouse Road, Clovis, CA 93611-0532. Not later than March 1,
1999, by 4:30pm. Posted 01/21/99 (W-SN290073). (0021) Loren Data Corp. http://www.ld.com (SYN# 0026 19990125\D-0005.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|