|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 30,1999 PSA#2378DHHS, Program Support Center, Division of Acquisition Management, ADP
Branch, Room 5-95 Parklawn Bldg., 5600 Fishers Lane, Rockville, MD
20857 D -- REQUEST FOR INFORMATION SOL Telecommuniation Improvement Project
POC Paquetta Myrick-Hancock, Contract Specialist E-MAIL: PROGRAM
SUPPORT CENTER, pmyrick-hancock@psc.gov. REQUEST FOR INFORMATION This
is not a solicitation. Background: The Program Support Center (PSC), an
operating division of the Department of Health and Human Services
(HHS), provides administrative support on a fee-for-service basis to
HHS components and other Federal agencies. In November 1991 HHS awarded
a 10-year contract to Bell Atlantic (BA) of Maryland to provide a
Astate-of-the-art@ telecommunications system to HHS components in
Montgomery and Prince Georges Counties in Maryland. This contract is
referred to as the Telecommunications Improvement Project (TIP). The
TIP serves the following customer agencies: Agency for Health Care
Policy and Research, Food and Drug Administration, Health Resources and
Services Administration, Indian Health Service, National Institutes of
Health (NIH), Office of the Secretary, Substance Abuse and Mental
Health Services Administration, and the PSC. The original contract
period of performance began on December 1, 1991 and expired November
30, 1992 at which time aseries of one (1) year options to extend the
period of performance became available through November 2001. The
contract was awarded as a combination firm-fixed price (FFP) and fixed
price indefinite delivery indefinite quantity contract (IDIQ). There
are currently 764 Contract Line Item Numbers (CLIN) in the FFP portion
of the contract. The IDIQ portion contains over 4,600 CLINs of which
approximately 300 are used on a regular basis. The TIP currently
provides a full range of services including dial tone, voice mail, and
modem pools for over 51,000 lines (approximately 18,000 are ISDN pipes
of which 6,500 are multipoint) at 65 locations. One of these locations,
the NIH campus, includes more than 45 buildings. The remainder are
Federally owned or leased locations in the Maryland suburbs. There are
2 Automated Support Facilities with approximately 45 full time
contractor-provided technical staff that provide day-to-day
telecommunications management and service to TIP customers. The
Government agencies servedby the TIP also have extensive Local Area
Network (LAN) and Wide Area Network (WAN) systems operated separately
from the TIP. The system has grown substantially from the original
22,000 lines that were in place when the Request For Proposal for the
current contract was issued and continues to expand to new locations
with additional lines. Historically, TIP had approximately 39,000 lines
in October 1993, 42,000 in October 1994, 45,000 in October 1995, 49,000
in October 1996, 50,000 in October 1997, and 51,000 in October 1998.
The TIP is served by a state-of-the-art telecommunications system
capable of simultaneously transmitting voice and data. The hardware
includes a BA-owned Lucent 5ESS telephone switch at the NIH campus,
which serves as a host, and optical remote modules (ORM) at the Bell
Atlantic Montrose Central office. Copper and/or fiber cable serve all
locations; however, not all locations are fundamental to the switch or
the ORM. The PSC is responsible for contract and project management of
the TIP. The PSC=s overall telecommunications service goals are to:
provide fully reliable and high quality telecommunications services
that meet customer needs, provide maximum automation of
telecommunications-related tasks to minimize overhead and reduce
errors, provide new technological improvements to telecommunications
service as they become available, provide current information to
managers on telecommunication costs, and perform evaluations of cost
and traffic data to achieve maximum quality of service at minimum cost.
Synopsis: The PSC is issuing this Request for Information for market
research and planning purposes, and to allow industry the opportunity
to verify the feasibility of the potential requirement as well as to
promote competition. The PSC will not pay for the information
solicited. The PSC is considering a single contract combining dial
tone, voice mail, station adds-moves-changes, and basic
telecommunications services. In addition, the contractor will be
required to maintain all cabling and equipment currently in place.
Other telecommunications services may be acquired via multi-vendor or
single-vendor IDIQ contracts for: 1) data access and transport,
internet access, remote access and telecommuting (voice over IP,
multicasting, LAN via switch); 2) audio-conferencing; 3)
video-conferencing; 4) call centers; 5) wireless; 6) cabling; and, 7)
telecommunications equipment (ISDN and analog sets and other ancillary
equipment). The imbedded base of equipment must work with any system
proposed and number portability is mandatory. In addition, the current
5-digit dialing plan is required even if additional NNXs are needed.
The current equipment includes: 1A2; Lucent, Merlin and Legend
equipment; Fujitsu and Lucent ISDN equipment; Northern Telcom and
Cortelco basic analog single line and other equipment and special
services. The contractor must also maintain and administer the Voice
Mail System that consists of 2 Lucent/Octel 350s with over 35,000
mailboxes and support both simple and complex tree structures. Any
proposed system must also interface with FTS 2001. The current
Telecommunications Management System (TMS) is Bell Atlantic=s BAOSC
2000 system. Though the Government owns and would like to continue
using this system, it is not a requirement. A vendor must either
utilize BAOSC 2000 or propose a new TMS that is (at a minimum) of
equivalent functionality. Functions of the TMS include ordering
telephone lines, equipment and support services, changing telephone
features or moving telephone lines, provisioning switch alarm analysis
and maintenance, tracking repair and installation workforce
management, tracking inside and outside cable plant, and administering
service locations (LGs) and billing accounts (BACs). BAOSC 2000
interfaces directly with the 5ESS switch to provide near real-time line
information and updates. It is an Oracle relational database on a UNIX
platform, running on a Government-owned SUN Enterprise 4000. It is
accessed by Government users via an existing Government wide area
network. The BAOSC 2000 system is currently located in the Bell
Atlantic Automated Support Facility (ASF) at an off-campus NIH
location. The current version of BAOSC 2000 running at the TIP site is
not Windows-based; point-and-click functionality would be an
appropriate feature as a part of any new program proposed. The BAOSC
2000 TMS provides an automated ordering system that integrates the
components of placing an order into one process. When connected to the
TMS via a desktop computer, a telecommunications specialist can order
telephone service including the telephone number, type of service, and
associated equipment. The BAOSC 2000 system verifies that all items
ordered are compatible, assigns the physical cable pairs needed to
provide the service and activates the line in the 5ESS switch, and
prices the cost of the order based on CLIN tables maintained in the
system. Another desirable feature for the proposed TMS would be the
capability to integrate local service account and activity records and
resulting allocated billing with other telecommunications billing
records provided by FTS 2001 service providers, using the FTS 2001
records, formats and media specified by GSA in the FTS 2001 contract
(available on GSA=s FTS website). The deliverable would be a
consolidated statement of telecommunications charges, summarized by
ASF, by agency components, and by agency detail (Billing Account Code
-- BAC level). In October 1993 there were 165 BACs; today there are
427. The PSC is seeking firms capable of providing the next generation
telecommunications system to the PSC and its customers to include:
hardware, software, installation, training and ongoing maintenance that
includes local number portability, current 5-digit dialing, integrated
dial tone and voice mail system, Telecommunications Management System,
uninterrupted power supply, and long-term support. Support consists of,
but is not limited to, the following actions: systems
development/enhancement, installation and maintenance, response to user
requests and trouble calls, software engineering, technical solutions,
systems testing, and system documentation. It is anticipated that the
current level of 65 locations will increase and that new buildings and
a high rate of construction will have a major impact on the volume of
moves, adds and changes. The vendor should demonstrate the ability to
provide a high level of support to large campus environments and
individual HHS locations in the Metropolitan Washington, D.C. area, and
to provide limited supplies and services to other HHS locations
nationwide. In responding to this request for information, vendors
should submit written capability statements that address the following
issues: Experience and knowledge of complex telecommunications
systems, design and operations, including evidence of progressive and
responsible experience. A list of related types of contracts previously
and currently performed. Suggestions on the type of contractual vehicle
and performance period needed for the new contract to support the
telecommunications system described above. Appropriateness of
incorporating incentives and disincentives into the new contract. The
inclusion of quantity discounts in the new contract. Ability to
maintain and provide the government an accurate database of the entire
telecommunications infrastructure. Ability to provide adequate staff
to support a large campus environment. Suggestions that address the
issue of voice over packet to take advantage of multi-service
packet-based voice and data networking. Ability to keep contractor
staff abreast of new telecommunications technologies. Any alternative
acquisition plans that would be more effective based on the
requirements described above. Responding vendors are required to
suggest the best solution for the next generation TIP system in their
capability statement. Capability statements are due 45 days from the
issue date of this notice. Once capability statements have been
reviewed, one-on-one exchanges with vendors may be scheduled as
appropriate. Exchanges are for information gathering purposes only and
are intended to enhance the Government's understanding of vendor
capabilities. Questions concerning this Request for Information may be
emailed to Paquetta Myrick-Hancock, Contract Specialist, at
pmyrick-hancock@psc.gov or faxed to her attention at (301) 443-2761.
Posted 06/28/99 (W-SN347787). (0179) Loren Data Corp. http://www.ld.com (SYN# 0029 19990630\D-0007.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|