Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 23,2000 PSA#2670

US Army Corps of Engineers, Nashville District, PO Box 1070, Nashville, TN 37202

36 -- TELEPHONE SWITCH AND TELEPHONES FOR NASHVILLE DISTRICT CORPS OF ENGINEERS, FEDERAL BLDG NASHVILLE, TN SOL DACW62-00-T-0027 DUE 091800 POC Harry Simmons Contract Specialists 615-736-7253: Peggy E Owen Contracting Officer 615-736-5679 WEB: click here to download a copy of the RFQ, http://www.orn.usace.army.mil. E-MAIL: click here to contact the contract specialists for, Harry.A.Simmons@usace.army.mil. 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; quotations are being requested and a written solicitation will not be issued. The solicitation number is DACW62-00-T-0027, and is being issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition FAC 97-19. This is an unrestricted acquisition. Nashville District Office Telephone Switch Requirements: We have approximately 326 full time employees, 42 student aids, and 6 conference rooms with phones. We will need 368 phones and 10 add on consoles. We will want to use pri type trunk lines instead of individual business lines. Minimum requirements for the district telephone switch, digital telephones and attendant consoles. The switch must use current digital technology with thefollowing options: Capacity to service 374 telephones sets (see below for type) with expansion capability for additional 25 ports. 10 attendant console (dss/blf) ports. PRI Trunking ( for local and long distance); DID dialing functions with capability to dial to each telephone set. Voice mail system with 100 hours /12 port minimum capacity. Maintenance contract to provide both on site and remote service. Please state response times and differentiate between major and minor outages. Furnish labor rates or charges for adds, moves, and changes. Maintenance contract to follow the warranty period. Quote for maintenance contract should be a separate line item. Provide end user training on system operation to cover both features and station functions prior to cut over. Provide training manuels and do on site training of technical people' six (6) to do moves, adds, changes. Ports to support 30 fax and analog phones. Support 20 analog modem lines. Call accounting system with management reports to show usage of trunksand call detail records. Training on use of reporting system and manuals is also required. Toll restriction. Music on hold. Intercom. Call transferring. 3 way conference Calling and meet me conferencing for 8 callers minimum. Speed dialing. Do Not Disturb Function Require minimum 1-year warranty on system. Ethernet interface for remote network access. We will require two types of digital telephones. Type 1: 332 digital speakerphones with a two line LCD display, hands free reply, and 15 programmable keys minimum. Type 2: 42 digital telephones, 8 programmable key minimum, and speaker for voice announcements and paging. 10 each attendant consoles for DSS/BLF functions. Contractor will provide a detailed implementation plan. This will consist of a pre-installation, installation, and a post installation plan. Vendor shall accept complete responsibility for delivery, installation, and maintenance of equipment. Switch Installation includes programming, hardware installation, and termination of equipment and switch ports to 66 blocks, station labeling and performance testing to ensure proper operation. Government will perform cross connects to existing station wiring. The contractor will assist government in installation of phone instruments. The contractor will insure the system is fully operational before acceptance by the Government. We will host a site visit on 30 August 2000 starting at 0900 until 1400 hours CDT. Interested parties should contact POC below for appointment. Installation is to be completed no later than 30 November 2000. For technical questions contact George Groghan @ 615-736-5925 Communications Specialist Corps of Engineers Nashville District. Item 1) Telephone switch, lump sum$___________, Item (2) Type 1: 332 digital speakerphones with a two line LCD display, hands free reply, and 15 programmable keys minimum. Each $___________ Total________. Type 2: 42 digital telephones, 8 programmable key minimum, and speaker for voice announcements and paging. Each $_________Total________. Attendent Consolesfor DSS/BLF functions Each$_______/Total$___________. The provisions at FAR 52.212-1, Instructions to Offerors Commercial, applies. The Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items with the substitution of DFARS 252.225-7000 Buy American Act and Balance of Payments Program Certificate instead of the provision at FAR 52.225-2 Buy American Act Balance of Payments Program Certificate, and include DFARS 252.204-6 Required Central Contractor Registration (Mar 1998). The clause at 52.214-4, Contract Terms and Conditions Commerical Items applies to the solicitation. In addition, the clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items applies to this acquisition as do the following additional FAR clauses cited in this clause; 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (E.O. 11246), 52.222-35, Affirmative Action for DisabledVeterans of the Vietnam Era (38 U.S.C. 4212), 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793), 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 252.225-7001, Buy American Act and Balance of Payments Program, DFARS 252.225-7002, Qualifying Country Sources as Subcontractors, 52.232-33 Payment by the Electronic Transfer Central Contractor Registration (31 U.S.C. 3332). The above referenced clauses can be accessed electronically, in full text, at the following web site addresses: http//www.arnet.gov/far; http//farsite.hill.af.mil and http//www.dtic.mil.dfars or the full text may be obtained from Harry Simmons at the telephone number and/or address below. The quotation shall be received by the U.S. Army Corps of Engineers, Nashville District, PO Box 1070, Nashville, TN 37202-1070 by 4:15 P.M. CDT on 15 Sept 2000. For further information contact Harry Simmons at 615-736-7253, or Harry.A.Simmons@usace.army.mil. Posted 08/21/00 (W-SN488102). (0234)

Loren Data Corp. http://www.ld.com (SYN# 0195 20000823\36-0001.SOL)

36 - Special Industry Machinery Index  |  Issue Index |


Created on August 21, 2000 by Loren Data Corp. -- info@ld.com