SOLICITATION NOTICE
D -- PBX Support Service and Local Telecommunications Transport Service
- Notice Date
- 10/25/2007
- Notice Type
- Solicitation Notice
- Contracting Office
- 55 Broadway; Cambridge, MA 02142
- ZIP Code
- 02142
- Solicitation Number
- DTRT57-08-R-20003
- Response Due
- 11/16/2007
- Archive Date
- 2/16/2008
- Point of Contact
- Point of Contact -Lisa Bucci, Contract Specialist, 617-494-3124
- E-Mail Address
-
Email your questions to Contract Specialist
(Lisa.Bucci@volpe.dot.gov)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Part 12, Subpart 12.6, as supplemented with additional information included in this notice. This synopsis/solicitation replaces the earlier solicitation DTRT57-08-20001, for which the government received no responses. Solicitation Number DTRT57-08-R-20003 is issued as a Request for Proposal (RFP) with a longer response period, approximately three weeks, and a shorter base period, approximately four months. The Contracting Officer is utilizing policies and procedures prescribed in Part 12, Acquisition of Commercial Items, and Part 13.5, Test Program for Certain Commercial Items, and Part 15, Contracting by Negotiation. The clauses and provisions incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-19 effective September 17, 2007. The NAICS Code is 517110, Wired Telecommunications Carriers, and the Small Business size standard is 1,500 employees. Any questions relating to small business size standards should be directed to the Small Business Administration. This announcement constitutes the only solicitation; a written solicitation will not be issued. The Government intends to solicit proposals, on a competitive procurement basis, in order to award a Firm-Fixed-Price contract to provide certain telecommunications services at the U.S. DOT/RITA/Volpe National Transportation Systems Center (Volpe Center), Cambridge, MA. The Government does not anticipate holding discussions after receipt of offers and advises all Offerors to present their best prices in response to this solicitation. BACKGROUND: The Volpe Center's current telecommunications infrastructure is equipment installed in May 2003 under U.S. DOT Office of Secretary of Transportation Contract No. DTTS59-00-D-00893, Value Added Niche Information Technology Services (VANITS) by the issuance of Task Order No. T002001, Modification Nos. 0005.1 and 0005.2. The current infrastructure is an Alcatel OMNI4400 PBX system, and accompanying digital phone sets with Voice over Internet Protocol (VoIP) capability. BEGINNING OF STATEMENT OF WORK (SOW): The scope of the Maintenance and Support includes 24/7 on-site and off-site monitoring and maintenance with on-call support after hours, anticipating present and future security as well as Continuity of Operations (COOP) requirements, and anticipating an eventual total Voice over Internet Protocol (VoIP) capability. In addition, wiring removal, system maintenance support, and the provision of appropriate transport services, will be necessary for continued telecommunications at all six buildings that comprise the Volpe Center campus at 55 Broadway and its contractor building at 238 Main Street, in Cambridge, MA. Support personnel will be proficient in all technical aspects of the equipment to be maintained, and provide full service for the current telecommunications infrastructure, including campus-wide cabling for both telephones and Local Area Network (LAN). Project objectives include the maintenance and support of the cabling and telecommunications infrastructure, including LAN that will provide users with state of the art future-proof features and functionality. Support for the infrastructure includes maintenance of a communications platform that consists of an open architecture, is scaleable as well as IP-ready, and able to handle analog, digital and Voice over Internet Protocol (VoIP) devices concurrently. Additional objectives include the capability to technically manage and more effectively secure the system on-site; easily capture, report, and utilize telephone administrative information, including but not limited to: cost distribution, call usage, call auditing, and directory updating; enhance the telecommunications capabilities of the Volpe Center telecommuting community; enhance within campus voice communications; maintain consistent 99.999% reliability; increase system efficiency, cost effectiveness, and maintainability. DETAILED DESCRIPTIONS of CONTRACTOR TASKS: TASK 1. Remote Equipment Monitoring and Maintenance. The Contractor shall provide a 24x7x365 remote switch monitoring and maintenance capability for all equipment, with on-site maintenance as needed for any minor, as well as major outages. All minor as well as major outages will be serviced off-site whenever possible, but will be serviced on-site within a specified response time, when necessary. A major outage is defined as one or more of the following conditions: Total inability to originate voice and/or data communications; total inability to process incoming voice and/or data communications within a system concentrator, bridge, router or server; in a multi-point network in which each point has a defined street address, the total loss of the ability to originate outward, or to receive and process incoming voice and/or data communications at a concentrator or server on the network; total inability to process voice and/or data communications within the switching system; attendant console and/or night answer position failure; twenty percent (20%) or more of the trunks out of service; and/or twenty percent (20%) or more of the stations, concentrators/servers, workstations, devices, and/or ports out of service. A minor outage is any occurrence that is not specifically covered under the major outage. Response time for major failures shall be two hours for voice systems. Response time for minor failures shall be the next business day. In all cases, response times shall be measured from the time the service request is received to the time that work is started to correct the problem. The initial response to the work effort shall be measured by the following: remote testing via a National Operations Center (NOC); technician arriving at the Volpe Center site to perform maintenance tasks beyond the responsibilities of the on-site technician(s); and Volpe Center notification that a technician does not need to be dispatched to correct the reported outage. The Period of Performance of Task 1 is four months from the effective date of the contract. TASK 2. On-site Maintenance. The Contractor shall provide one on-site technician who shall manage the day-to-day switch operations and maintenance tasks; support all moves, adds, and changes to the telecommunications infrastructure, including new wiring installations for both the voice network as well as the Volpe Center Local Area Network (LAN). A second technician will be provided as needed to maintain 99.999% reliability, not to exceed one day per week (eight hours/day) for the duration of the specified contract timeframe. Responsibilities include: on-site operational services support and infrastructure installation and maintenance for all voice telecommunications equipment and service; all Local Area Network (LAN) telecommunications support from the closet to the desktop; all moves, adds, and changes of data and voice wiring, as well as all emergency repair, maintenance, and installation of on-site telecommunications equipment including any LAN requirements; and maintenance of all PBX database information that reflects the physical infrastructure maintenance and changes referenced above. The Contractor shall accomplish installation work on LAN and telephone cabling in accordance with the Universal Service Order Code (USOC) and NFPA/ANSI 70 National Electric Code. Response time shall be measured from the time the service request is received to the time work is started to correct the problem. Response time for on-site technicians shall be the next business day. If however, the task requires two technicians, response time may take up to one week. The Period of Performance of Task 2 is four months from the effective date of the contract. TASK 3. Telecommunications Transport Services. The Contractor shall provide all telecommunications transport services for point-to-point communications between buildings on-campus as well as all off-campus transport services communications to/from the switch. Specifically, transport services will include: Nine ISDN Primary Rate Interfaces (PRIs) and three point-to-point circuits, to provide local, local long distance and long distance voice communications from/to the Volpe Center campus (this transport services system will also support cost effective call routing capability/alternate routing capability, i.e. programming the switch to discern the most cost effective transport services route for the completion of a call); all other connections necessary to enable the Volpe Center access to the FTS 2001 long distance carrier, as well as all other connections that maintain and preferably enhance the current configuration, including any services to accommodate system redundancy requirements; and all additional local services and equipment to maintain Volpe Center telephone capabilities. Services include: Summary Master Account, 617-815-7330; One 1MB Service at 55 Broadway, 617-374-6530; One 1MB Service at 55 Broadway, 617-576-1239; One 1MB Service at 55 Broadway, 617-621-3598; Seven 1MB Service - Elevators - 55 Broadway, 617-577-0561; One Public Pay Phone at 55 Broadway, 617-494-9865; One Public Pay Phone at 55 Broadway, 617-494-9875; One Public Pay Phone at 55 Broadway, 617-494-9840; One UPS Data Line - Mailroom - 55 Broadway, 617-494-9567; Seven 2-Way ISDN PRI's to 55 Broadway (Main Site), 617-494-0151; Two 2-Way ISDN PRI's to 5 Cambridge Ctr (Remote Site), 617-494-0386; One ASWC PRI 617-234-1929. The Period of Performance of Task 3 is four months from the effective date of the contract. TASK 4. Option 1 - Remote Equipment Monitoring and Maintenance. This option may be exercised for an additional six months. Reference Task 1 above for the task description. TASK 5. Option 2 - On-site Maintenance. This option may be exercised for an additional six months. Reference Task 2 above for the task description. TASK 6. Option 3 - Telecommunications Transport Services. This option may be exercised for an additional six months. Reference Task 3 above for the task description. CONTRACTOR PERSONNEL, FACILITIES, SUPPLIES, DOCUMENTS, AND SERVICES: The Contractor shall provide all necessary personnel, services, equipment and materials to accomplish all contract work within specified timeframes. The Contractor shall furnish a list of contact personnel including addresses and phone numbers for use in the event of an emergency. As changes occur, this information should be made available to the Contracting Officer's Technical Representative (COTR). The Contractor shall ensure that personnel employed at the Volpe Center become familiar with and obey Volpe Center orders and procedures, which the COTR will furnish to the Contractor post-award. The Contractor shall conduct operations so as to cause the least possible interference with normal operations. The Contractor shall coordinate work that will disrupt normal operations with the COTR. Contractor personnel shall keep avenues of ingress and egress clear, and shall not enter restricted areas unless and until permitted for such entry. Permission to block any Volpe Center roads or disrupt utility services shall be requested in writing a minimum of 15 calendar days prior to the date of interruption. The Contractor's equipment shall be conspicuously marked for identification. The Contractor shall establish suitable procedures for work order, task and project control. These procedures shall provide the capability to plan, track, and control multiple work orders, time and materials, and deliverables. Further, these procedures should accommodate the means for handling changes in the task scope, priorities, and schedule. The Contractor shall establish appropriate accounting, cost/schedule control, and administrative procedures for the management of all work required under this task. All deliverables shall be submitted in electronic format consistent with Volpe Center software requirements. Deliverables for Task 3 include Standard and Ad Hoc Reports of monthly telephone usage due the first of each month, a semi-annual telephone directory (currently resident on the Alcatel 4400), standard and ad hoc reports that support the efficient operations of the telecommunications equipment, and special request reports in support of the administrative operations of the Volpe Center. All document deliverables will be supplied to the Volpe Center designated Contract technical representative in electronic format. Deliverables will be reviewed, approved, and accepted by the COTR. All deliverables shall be furnished by COB on the agreed-upon delivery date(s) determined. Any proposed changes to the delivery dates must be furnished in writing to the COTR for concurrence no later than one week prior to the original scheduled delivery date. In the performance of this Contract, Contractor shall adhere to the following public law or local codes: Public Laws-PL 91-596 Occupational Safety and Health Act; National Fire Protection Associations Standards and Codes - NFPA/ANSI 70 National Electric Code; Industry Codes; Universal Service Order Code (USOC, AT&T Bell Labs Standard); and all construction and demolition work prepared or performed - PL 91-596 Occupational Safety and Health Act. GOVERNMENT FURNISHED RESOURCES: The Government will furnish the following Government-furnished items at no cost to the Contractor; however, the Contractor will repair or restore the area or items used during the voice replacement task to the condition existing before use: a) the Volpe Center will provide the Contractor with office space for project maintenance purposes; b) electrical power at existing outlets for the Contractor to operate its equipment; c) hot/cold water and toilets; d) heating and air conditioning of space, provided within the building during normal working hours; e) telephone service; f) loading dock facilities; g) emergency medical service for contract work-related; and h) suitable space for permanent installation of the PBX switch, including power requirements and security. The Government reserves the right to reassign facilities as required due to changing Government needs. The COTR will provide the Contractor with all information, either verbal or hardcopy, that further describes equipment and line locations, as well as any other campus infrastructure information that supports successful completion of the telecommunications support efforts. The COTR will provide blueprints and copies of specifications in support of any infrastructure inquiries the Contractor may have that would impact the successful support and maintenance of the telecommunications infrastructure. Normal Hours of Work: Normally, the Contractor will perform the work between the hours of 7:00 a.m. and 4:00 p.m., Monday through Friday, excluding Federal holidays. END OF STATEMENT OF WORK. PROPOSAL PRICING: The Contractor shall provide the necessary personnel, services, equipment and materials to perform the Contract Line Item Numbers (CLINs) 0001 through 0006 in accordance with the above SOW, including reports. Proposals shall include pricing for the following six CLINs: CLIN 0001: Remote Equipment Monitoring and Maintenance-Services (in accordance with SOW Task 1) $___________; CLIN 0002: On-Site Maintenance (in accordance with SOW Task 2) $___________; CLIN 0003: Telecommunications Transport Services (in accordance with SOW Task 3) $___________; CLIN 0004: Option 1 - Remote Equipment Monitoring and Maintenance (in accordance with SOW Task 4) $___________; CLIN 0005: Option 2 - On-Site Maintenance (in accordance with SOW Task 5) $___________; and CLIN 0006: Option 3- Telecommunications Transport Services (in accordance with SOW Task 6) $___________. PERIODS OF PERFORMANCE: The Period of Performance for CLINS 0001 through 0003 will be from the effective date of the contract and will continue for four (4) months. The Period of Performance for CLINS 0004 through 0006 will begin upon exercise of the respective CLIN Option and continue for six (6) months. INSTRUCTIONS TO OFFERORS: The Offeror's failure to comply with the solicitation instructions may render its proposal package to be non-responsive. Offerors shall comply with FAR 52.212-1, Instructions to Offerors - Commercial Items. Addenda are as follows: (b) Submission of offers (1) The offer must be marked with Solicitation Number DTRT57-08-R-20003. (2) The time for receipt of offers is 2:00 PM Eastern Time on 11/16/2007. The signed offer must be submitted electronically, as a pdf file, via email to Lisa.Bucci@volpe.dot.gov. The offer should be addressed to Ms. Lisa Bucci, Contract Specialist, U.S. Department of Transportation, Volpe National Transportation Systems Center, Acquisition Division, RTV-6D2, 55 Broadway, Cambridge, MA 02142-1093. Submission by facsimile machine, by mail, or in any non-pdf file format is not authorized. (3) In addition to the name, address, and telephone number of the Offeror, an email address is required. (c) Period for acceptance of offers is 60 days. EVALUATION OF OFFERS: Price, technical capability, and past performance are approximately equal factors in the evaluation of offers. Careful compliance with FAR 52.212-1 (b)(4) and (10) will permit the Government to evaluate technical capability and past performance. PROVISIONS AND CLAUSES: The following FAR clauses and provisions are incorporated by reference (IBR) into the solicitation and the resulting contract, with addenda as indicated. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items; 52.212-4; Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items is IBR. The Contractor shall comply with the following FAR clauses applicable to this acquisition: 52.203-6; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37 and 52.222-39. In addition to the foregoing FAR clauses and provisions, the resulting contract will incorporate the following FAR clauses: 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; and 52.217-9, Option to Extend the Term of the Contract with fill-ins (a) 7 days; (c) twenty-four (24) months. ATTENTION: Minority, Women-owned, and Disadvantaged Business Enterprises (DBEs). The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $750,000 with interest at the prime rate, as published daily in the Wall Street Journal, plus 1.75 percent. For further information, call (800) 532-1169. Internet address: http://osdbuweb.dot.gov/. For information concerning the acquisition, contact the contracting official.
- Web Link
-
Volpe Center Acquisition Division home page
(http://www.volpe.dot.gov/procure/index.html)
- Record
- SN01440924-W 20071027/071025223538 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |