|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 14,2000 PSA#2536Department of the Interior, U.S. Fish and Wildlife Service, Attn: CGS,
Arlington Square Building, 4401 N. Fairfax Drive, Room 212, Arlington,
VA 22203 D -- CBX MAINTENANCE FOR SIEMENS 9751, MODEL 10 AND 50 SOL
1448-98210-0-Q012 DUE 022300 POC David L. Morgan 703-358-1728 E-MAIL:
Click here to contact the Contracting Officer via,
david_L_Morgan@fws.gov. Maintenance for the Siemens (ROLM) CBX Model 50
and Model 10 Telecommunications Equipment. This is a combined
synopsis/solicitation for commercial items/services prepared in
accordance with the format in subpart 12.6, as supplemented with
additional information contained in this notice. This announcement
constitutes the only solicitation; proposals are being requested and a
written solicitation will not be issued. This solicitation document
and incorporated provisions and clauses are those in effect through FAC
97-14. This procurement is open to all responsible sources under SIC
7389. Solicitation no. 1448-98210-0-Q012, Request for Quotation. This
solicitation is for non-personal services for all corrective and
preventive maintenance, including labor and parts, for the following
equipment: CLIN 1). Qty. 1 Siemens 9751, Model 10 CAB 1; CLIN 2). Qty.
1 Add'l CABINET); CLIN 3). Qty. 96 Digital Voice Ports; CLIN 4) Qty.
32 Analog Voice Ports; CLIN 5). Qty 8 Direct C/O Ports; CLIN 6) Qty. 48
T1 Channels; CLIN 7) Qty. 1 Phonemail 4.X/5.X/6.X.W/ 4 Channels. The
following equipment is associated with the Siemens (ROLM) Model 50;
CLIN 8). Qty. 1 9751 Model 50 CAB 1; CLIN 9) Qty. 2 Expansion Cabinets;
CLIN 10; Qty. 624 Digital Voice Ports; CLIN 11: Qty. 192 Analog Voice
Ports; CLIN 12). QTY. 48 Off Premise Ports; CLIN 13. Qty. 52 Direct C/O
Ports; CLIN 14. Direct in-dial ports; CLIN 15. Qty. 96 T1 Channels
(Type T); CLIN 16. Qty. 1 Phonemail 4.X/5.X/6.X with/four channels;
CLIN 17. Qty. 2 Phonemail 4.X/5.X/6.X Four Channel Increments; CLIN 18.
Qty. 1 Phonemail 4.X/5.X/6.X Additional Disk. Prices for CLIN 1 thru 18
are to be provided for each CLIN on a monthly basis for the base year
on the above referenced equipment and each of the four option years.
CLIN 19 (est.10 hours/yr. for hourly, on-call) -- The
offeror/contractor shall provide an option for corrective maintenance
outside of business hours and for other special services such as
powering down the CBX systems. The Model 50 system is located at the
main building of the Fish and Wildlife Service, 4401 N. Fairfax Drive,
Arlington, VA. 22203. The model 10 is located 4 blocks away at 4040 N.
Fairfax Drive, Arlington, VA. 22203. The Model 50 and Model 10 systems
are linked by T1 circuits in a seamless manner. The contractor shall
be required to provide corrective and preventive maintenance, including
parts, materials and labor, to keep the equipment in good operating
condition in accordance with the manufacturers's specifications. All
replacement parts should be new or equivalent to new. The contractor
shall also provide software Moves, Adds and Changes (MAC), which will
normally be implemented remotely, for revising or adding long distance
area and office codes, system speed numbers, forced authorization
codes, and ROLM phone line status extensions. Major and Minor Problems
-- For the purposes of corrective maintenance, a major problem is
considered to occur if more than 20% of users on a system are unable to
place or receive calls or are unable to use phone mail, or if more than
20% of all trunks are inoperative. A problem shall also be considered
major if there is a malfunction leading to an immanent possibility that
more than 20% of users will not be able to place calls or more than 20%
of all trunks will become inoperative. All other problems are
considered minor problems. The monthly pricing provided shall include
services during the principal period of performance of 6:30 a.m. to
6:00 p.m. Monday through Friday, except for Federal holidays.
Corrective Maintenance- The contractor shall attempt wherever feasible
to make corrective maintenance by remote connection. If remote
maintenance is not possible, on-site maintenance shall commence no
later than 3 business hours after the Government reports a major
problem, or no later than the start of the following business day after
the Government reports a minor problem. Major corrective maintenance
will proceed uninterrupted until resolution, with only temporary
interruptions for other parts or resources. Minor corrective
maintenance not completed at the end of a business day shall be resumed
at the start of the next business day. Preventive Maintenance-The
contractor is required to perform preventive maintenance in accordance
with the procedures and frequency recommended by the manufacturer of
covered equipment. All preventive maintenance shall be performed within
the normal business hours specified above. The offeror must have a
demonstrated knowledge and experience maintaining ROLM 9751 CBX and
PhoneMail systems. Technicians must have a minimum of 3 years of
maintenance experience at a major ROLM 9751 facility. Technicians
should also have at least one year of experience installing and
troubleshooting communications cabling. Potential offers interested in
visiting the site may do so by faxing a request to the Contracting
Officer at 703-358-2264. The following provisions and clauses apply to
this procurement and may be accessed electronically at this address:
http://www.arnet.gov/far. (a) FAR 52.212-1 Instructions to Offerors-
Commercial Orders (b) FAR 52.212-3 Offeror Representations and
Certifications- Commercial Items (OCT 99) (C) FAR 52.212-4 Contract
Terms and Conditions-Commercial Items (MAY 99) (d) FAR 52.212-5
Contract Terms and Conditions Required to Implement Statues or
Executive Orders-Commercial Items (MAY 99) and (e) FAR 52.215-5
Facsimile Proposals (OCT 97). Offers shall include the following: (i)
a completed FAR 52.212-3 Offeror's Representations & Certifications
(ii) description of offeror's demonstrated knowledge, experience and
capability of maintaining ROLM 9751 CBX and phone-mail system (iii)
list of technicians to provide services under this contract and their
experience and capability (iv) list of contacts, including phone
numbers, where similar work has been performed and a brief description
of services provided and (v) pricing for each individual CLIN for base
year and four option years with totals for each year (estimated date of
award March 1) and a total for all years. FAR 52.212-2,
Evaluation-Commercial Items (JAN 99), will be used to evaluate offers.
The Government will make a best value determination based upon the
firms technical capability; past performance; and price (in descending
order of importance). Technical and past performance, when combined,
are more important than price. FAX your offer to (703) 358-2264, Attn:
David L Morgan by 2:00 p.m.(EST) February 24, 2000. Be sure to include
full company name, DUNS number and TIN number, street address,
telephone number, fax number, name of contact person, and reference
this solicitation number. Posted 02/10/00 (W-SN424262). (0041) Loren Data Corp. http://www.ld.com (SYN# 0037 20000214\D-0008.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|