SOLICITATION NOTICE
D -- Telecommunications Services
- Notice Date
- 1/15/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army Robert Morris Acquisition Center, Adelphi Contracting Division, ATTN: AMSSB-ACA, 2800 Powder Mill Road, Adelphi, MD 20783-1197
- ZIP Code
- 20783-1197
- Solicitation Number
- DAAD17-03-R-0009
- Response Due
- 2/28/2003
- Archive Date
- 4/29/2003
- Point of Contact
- Tanya Hill, 301-394-1945
- E-Mail Address
-
US Army Robert Morris Acquisition Center, Adelphi Contracting Division
(thill@arl.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA Description: The US Army Research Laboratory (ARL) Networking and Telecommunications Office intends to solicit for the procurement of comprehensive telecommunications and networking services as well as related administrative services as outlined in the St atement of Work to be included in the RFP. This requirement shall include three (3) dedicated technicians (one (1) in support of Telecommunications and two (2) in support of networking). This requirement also includes four (4) option years. Verizon is the Local Exchange Company (LEC) for the ADELPHI geographical area, and operates a 5ESS switch located in ADELPHI, Maryland which supplies dial tone and other sophisticated telecommunications commodities through their ISDN/ CENTREX system. Verizon has exclusive access to the network side of the Main Distribution Frame (MDF) room. Verizon will provide remote ISDN/CENTREX maintenance and diagnostic services and will only work on site for specific contracted labor or services not included in this Statemen t of Work (SOW). The Condition of Facilities is classified as follows: E-1 (24%) - Used property repaired or renovated, and in excellent condition. E-2 (52%) - Used property repaired or renovated in good usable condition; has become worn and cannot qualif y for excellent condition. E-3 (24%) - Used property repaired or renovated but has deteriorated since reconditioning and is in fair condition. Further repair or renovation is required in the near future. Tasks include: Perform ISDN/Centrex station add, m oves and changes; immediately report abandoned lines or equipment to the Telecommunications Office (TCO). Install ISDN lines and station equipment, and prepare ISDN site survey forms; Submit ISDN equipment configurations to TCO for use in obtaining vendo r quotes; Install and maintain fiber optic cable, fiber media access units (MAU's), and bridges. Install, relocate, or rearrange data circuits on the Army side of RDP; Interrogate and maintain: ISDN/ Centrex lines/features, house cable pairs, FDDI backb one system (fiber and routers). Interrogate and maintain campus circuits: 1.544Mbps data circuits, fire/emergency alarm, and other circuits; Provide consultative support to the TCO on telecommunications matters (voice, data, infrastructure, etc.), and att end end-user customer meetings in support of the TCO (discussed further in section 4.2 Performance criteria); Coordinate through the TCO, to Verizon Network Operations Center (NOC), on ISDN and other cutover issues; long haul services installations, change s or problems; and all customer service requests. Technician must train customers on routine telecommunication applications and special equipments; assist in development of customer education projects and participate in orientations. Install/maintain spe cial systems/equipment and software: CISCO, Marconi, ACCORD, LAN fiber backbones, Chariot software, Lucent custom ISDN sets, ISDN video 128 and 384, Polycom (video and audio), canalization for video, Level 5E computer and LAN wiring, video network, ISDN PR I service, Fire Alarm system, Security system, radio system and satellite television. Establish and maintain contingency plans and guides for disaster recovery. Perform traffic studies and maintenance inspections. Establish and maintain detailed records for approximately 3,000 ISDN/Centrex lines and other campus circuits as specified below: ISDN (voice, video, and data) lines and equipment, House and Station Cable, Telephone Numbers, trouble calls, and repair logs, Circuits: data, security, fire, alarm, paging, radio, etc., T1 lines, video conferencing units, cable plant configurations, line classes of service and other features traffic studies; maintenance schedules and inspections. Performing all tasks classified as premise work, not specifically enume rated above, and accomplished by traditional work request. Qualification Conditions: Technician must have a minimum of ten years experience working on ISDN/CE NTREX facilities, and related tasks itemized in scope of work. Technician must be familiar with all ADELPHI base facilities, equipments, networks, demarcs, circuits, and other related configurations. Technician must have installation and maintenance experi ence with ISDN/ CENTREX dial tone, equipment and features; fiber optics; ATM; FDDI; Level-5 and 5E wiring; circuitry; routers; emergency equipment; alarms; paging and radio systems; STU II & III equipment; and other related telecommunications facilities. T echnician must have experience working on underground cables and in manholes. Technician must be proficient at testing the following facilities: Level 5 and 5E wiring, multi-mode fiber, ISDN service (including PRI), analog data, digital data, T1 service ci rcuits (fire, security, radio, paging, etc), basic dial tone and ISDN/Centrex features. Technician must be able to use Microsoft Access software. Technician must have sufficient knowledge and skill with the Governments private networks like FTS 2000 and DI SN, NIPRnet, SIPRnet. The solicitation will be posted to the Army Single Face to Industry (ASFI) website at http://www.fedbizopps.gov. At the present time, this acquisition is expected to be issued on a full and open competition basis. In accordance with Far 19.502-2(b), for the Government to establish this acquisition as a small business set-aside, the Government must reasonably expect that offers from two or more responsible small business concerns will be received and that award will be made at a f air market price. To that end, small business concerns believing that they are qualified to perform the effort are encouraged to submit two copies of evidence supporting their qualifications to perform the effort no later than 10 days after the publicatio n date of this synopsis. Offerors should address: the qualifications, experience and availability of its personnel to support this type of request and the type of work set forth above; the company's experience in performing this type of work to include i nformation on a project of similar size and complexity; the company's ability to hold a Secret Facility clearance as well as employing personnel capable of being cleared at the Secret level at the time of contract award. Mere assertions of capability witho ut supporting documentation will not be considered, and the Government reserves the right not to request additional information from offerors submitting inadequate or incomplete information for evaluation. If, after evaluation of qualification information submitted, it is the opinion of the Contracting Officer that there is an expectation of receiving offerors from two or more responsible small businesses in response to this notice and that award will be made at a fair market price, this acquisition will c onvert to a small business set-aside. The North American Industry Classification System (NAICS) Code for this acquisition is 517910 with a size standard of $12.5 million dollars. The Government will not pay for any effort expended in responding to this s ynopsis. Responding firms should indicate what type of small business they are considered when submitting their qualification package e.g., 8(a), SDB, HUBzone, woman owned, disabled veteran, etc. No telephone requests will be honored. See numbered notes 25 and 26***
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/USAMC/DAAD17/DAAD17-03-R-0009/listing.html)
- Place of Performance
- Address: US Army Robert Morris Acquisition Center, Adelphi Contracting Division ATTN: AMSSB-ACA, 2800 Powder Mill Road Adelphi MD
- Zip Code: 20783-1197
- Country: US
- Zip Code: 20783-1197
- Record
- SN00239699-F 20030117/030115215453 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |