Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 14,2000 PSA#2536

Department 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