Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2010 FBO #3218
SOLICITATION NOTICE

D -- Maintenance services for Nortet Private Branch Exchange PBX systems.Based Year from the date of award with four(4)option period.

Notice Date
9/14/2010
 
Notice Type
Presolicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Contracting Center of Excellence (NCR-CC), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
 
ZIP Code
20310-5200
 
Solicitation Number
W91WAW10-T-0211
 
Response Due
9/20/2010
 
Archive Date
11/19/2010
 
Point of Contact
mary.l.gamble, 7034280826
 
E-Mail Address
Contracting Center of Excellence (NCR-CC)
(mary.l.gamble@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
PART 1 GENERAL INFORMATION 1.1 Description of Services/Introduction: The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items and non-personal services necessary to perform telephone moves/adds/changes, telephone system maintenance installation and maintenance of telecommunications cabling infrastructure as defined in this Performance Work Statement except as Specified in section Part 3 as Government furnished property and services at (51) field site locations (See attached list). The contractor shall perform to the standards as defined in this Performance Work Statement. 1.2 Background: The Department of Defense, Inspector General (DODIG), Office of Administration and Management requests a new contract for Field Office Telephone Moves/Adds/Changes, System Maintenance & Cabling Infrastructure for fifty one (51) field office locations (see attachment for site addresses). These systems consist of Nortel Private Branch Exchange (PBX) systems with integrated voicemail and Cisco equipment located throughout the continental United States. 1.3 Objectives: The objective is to procure support which will provide: " Emergency Maintenance and/or Moves/Adds/Changes to phone equipment " Routine Maintenance and/or Moves/Adds/Changes to phone equipment " Telecommunication cable installs and repairs " Phone equipment de-installs/re-installs 1.4 Scope: Provide a maintenance contract allows the OIG an effect way to provide voice/data communications to our field sites without relying on sending OIG personnel to the filed sites to make repairs or to move system components. This vehicle will provide emergency repair service which will allow the OIG user community to continue to accomplish their mission and work towards their goals. 1.5 Period of Performance: The period of performance shall include a base and four option years as follow: Base Year: 9/30/10 to 9/29/11 Option Year One: 9/30/11 to 9/29/12 Option Year Two: 9/30/12 to 9/29/13 Option Year Three: 9/30/13 to 9/29/14 Option Year Four: 9/30/14 to 9/29/15 1.6 General Information 1.6.1 Quality Control: The contractor shall maintain an effective QCP to ensure that all services are performed in accordance with the PWS. 1.6.2 Quality Assurance: The government shall evaluate the contractors performance under this contract in accordance with the Quality Assurance Surveillance Plan. This plan is primarily focused on what the Government must do to ensure that the contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable performance standards. 1.6.3 Government Remedies: The contracting officer shall follow FAR 52.212-4, Contract Terms and Conditions-Commercial Items or 52.246-4, Inspection of Services-Fixed Price for contractors failure to perform satisfactory services or failure to correct non-conforming services. 1.6.4 Recognized Holidays: The contractor is required to perform services if needed on these holidays. New Years Day Labor Day Martin Luther King Jr.s Birthday Columbus Day Presidents Day Veterans Day Memorial Day Thanksgiving Day Independence Day Christmas Day 1.6.5 Hours of Operation/Place of Performance: N/A 1.6.6 Type of Contract: The government anticipates award of a Firm Fixed Price. 1.6.7 Security Requirements: N/A 1.6.7.1 PHYSICAL Security. The contractor shall be responsible for safeguarding all government property provided for contractor use. At the close of each work period, government facilities, equipment, and materials shall be secured. 1.6.7.2 Key Control. N/A 1.6.7.2.1. N/A 1.6.7.2.2. N/A 1.6.7.3 N/A 1.6.7.4 N/A 1.6.8 Special Qualifications: All technicians must be certified Nortel and/or Cisco technicians. 1.6.9 Post Award Conference/Periodic Progress Meetings: N/A 1.6.10 Contracting Officer Representative (COR): The (COR) is identified below: Ranarda Mathis 400 Army Navy Drive 4th Floor Arlington, VA 22202-4704 703-604-9879 Ranarda.Mathis@dodig.mil The COR monitors all technical aspects of the contract and assists in contract administration The COR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract: perform inspections necessary in connection with contract performance: maintain written and oral communications with the Contractor concerning technical aspects of the contract: issue written interpretations of technical requirements, including Government drawings, designs, specifications: monitor Contractor's performance and notifies both the Contracting Officer and Contractor of any deficiencies; coordinate availability of government furnished property, and provide site entry of Contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting order. 1.6.11 Contract Manager: N/A 1.6.12 Identification of Contractor Employees: N/A Technical POC: Tommy Caryle, 703-699-3510, tommy.carlyle@dodig.mil PART 2 DEFINITIONS & ACRONYMS PWS Performance Work Statement Contracting Officers Representative (COR): A representative from the requiring activity assigned by the Contracting Officer to perform surveillance and to act as liaison to the contractor CCE Contracting Center of Excellence Defective Service. A service output that does not meet the standard of performance associated with it in the Performance Work Statement. Quality Assurance Surveillance Plan (QASP). An organized written document specifying the surveillance methodology to be used for surveillance of contractor performance. Quality Control. Those actions taken by a contractor to control the performance of services so that they meet the requirements of the PWS. Quality Assurance. Those actions taken by the government to assure services meet the requirements of the Performance Work Statement. PART 3 GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES 3.1 GENERAL: N/A 3.2 Equipment: N/A 3.3 Services: N/A 3.3.1 Utilities. N/A 3.4 Facilities: N/A PART 4 CONTRACTOR FURNISHED ITEMS AND SERVICES 4.1 General: Except for those items specifically stated to be government furnished in Part 3, the contractor shall furnish everything required to perform this PWS. The contractor shall provide standard maintenance and support for Cisco network equipment and related client software. 4.2 Secret Facility Clearance: N/A PART 5 SPECIFIC TASKS 5.1 BASIC SERVICES: The contractor shall provide Field Site Telephone support for Moves/Adds/Changes and maintenance. CLIN 0001: The contractor shall provide Phone System Moves/Adds/Changes (M/A/C): Routine M/A/C Work: The OIG requires On-site technical support for routine Moves/Adds/Change (M/A/C) and cabling work to be performed Monday through Friday between the hours of 8:00am and 4:00pm local time. The dispatch center must generate a technician work order within two (2) business hours after being notified by a OIG Telecom staff member that there is the need for M/A/C service and a request is received by phone, e-mail or by other electronic means. A technician must be dispatched to a site to perform the M/A/C work within two to three (2-3) business days after the dispatch office receives the request for service and generates a work order. The dispatch office and/or technician must coordinate the technicians arrival in advance with a site POC where the work is to be performed so the technician does not get turned away. The DODIG will not pay for any charges incurred due to the vendor not coordinating their work in advance with the a Field Site Office. Emergency M/A/C Work: The OIG requires On-site technical support for Emergency Moves/Adds/Change (M/A/C) and cabling work to be performed Monday through Friday between the hours of 8:00am and 4:00pm local time. The dispatch center must generate a technician work order within one (1) business hour after being notified by a OIG Telecom team member that there is the need for Emergency M/A/C service and a request is received by phone, e-mail or by other electronic means. A technician must be dispatched to a site to perform the Emergency M/A/C work within one (1) business day after the dispatch office receives the request for service and generates a work order. The dispatch office and/or technician must coordinate the technicians arrival in advance with a site POC where the work is to be performed so the technician does not get turned away. The DODIG will not pay for any charges incurred due to the vendor not coordinating their work in advance with the Field Office. CLIN 0002: The contractor shall provide Phone System Maintenance: Routine Phone System Maintenance: The OIG requires On-site Routine System Routine Maintenance for hardware and software for the phone and voicemail systems to be performed Monday through Friday between the hours of 8:00am and 4:00pm local time. The dispatch center must generate a technician work order within two (2) business hours after being notified by a OIG Telecom team member that there is the need for Routine Phone System Maintenance and a request is received by phone, e-mail or by other electronic means. A technician must be dispatched to a site to perform the work within two to three (2-3) business days after the dispatch office receives the request for service and generates a work order. The dispatch office and/or technician must coordinate the technicians arrival in advance with a site POC where the work is to be performed so the technician does not get turned away. The DODIG will not pay for any charges incurred due to the vendor not coordinating their work in advance with the Field Office. Maintenance shall include, as a minimum: " Replacement of broken equipment " telephone trouble reporting and support, problem escalation, system reprogramming, system software/firmware upgrades, network and telephone cabling, and installation and recommendations for system improvements for all telephone system components. Emergency Phone System Maintenance: The OIG requires On-site Emergency System Maintenance for hardware and software for the phone and voicemail systems to be performed Monday through Friday between the hours of 8:00am and 4:00pm local time. The dispatch center must generate a technician work order within one (1) business hour after being notified by a OIG Telecom team member that there is the need for Emergency Phone System Maintenance and a request is received by phone, e-mail or by other electronic means. A technician must be dispatched to a site to perform the work the same day if the dispatch center receives notification before 12:00 Noon local time. If the dispatch center receives notification after 12:00 Noon local time, a technician will be dispatched the next business day. The dispatch office and/or technician must coordinate the technicians arrival in advance with a site POC where the work is to be performed so the technician does not get turned away. The DODIG will not pay for any charges incurred due to the vendor not coordinating their work in advance with the Field Office. Maintenance shall include, as a minimum: " Replacement of broken equipment " Telephone trouble reporting and support, problem escalation, system reprogramming, emergency services, system software/firmware upgrades, network and telephone cabling, and installation and recommendations for system improvements for all telephone system components. The contractor shall provide Complete Phone and Voicemail System Moves in Support of Office Renovations and Relocations: In support of Field Office renovations and relocations, the contractor will be responsible to perform a site survey of the equipment at the old office location and a site survey of the new location to determine if any new equipment is needed to support moving the phone and voicemail equipment to the new office location. The contractor will de-install and re-install the equipment and perform any and all associated system programming to accomplish the task of moving the phone and voicemail equipment to the new office location. This task will include any subsequent follow up visits by the contractor to work out any unresolved issues pertaining to the original request to move the phone and voicemail equipment. CLIN 0003: Other Direct Cost (Phones/Supplies/Contractor Supplied Materials) In support of this contract, the contractor will be required to furnish cable (CAT-6), phone and LAN jacks, face plates and all other necessary materials in order to install new voice and data drops as required. The contractor will be required to replace damaged and/or unusable phone and voicemail system components on a as need basis and furnish additional phone and voicemail system components on an as need basis in order to expand or upgrade system capabilities. The contractor will also furnish new phone sets that are compatible with the existing Nortel phone system if a phone set is damaged, needs to be replaced, or a phone system is being expanded. ** All cable infrastructures from LAN closet to phone/LAN jack will be CAT5e or higher depending on the infrastructure that has been installed at the office location. PART 6 APPLICABLE PUBLICATIONS 6.1 Publications applicable to this PWS are listed below. The publications must be coded as mandatory or advisory, the date of the publication, and what chapters or pages are applicable to the requirement. All publications listed are available via the Internet at the specified e-mail address. PART 7 DELIVERY/INVOICE 7.1 Delivery Location/ POC (if applicable) DODIG/OAIM-ALSD/SMD 400 Army Navy Drive, Room 115 Arlington, Virginia 22202 (703) 604-9840 or 9847 7.2 Invoice In accordance with DFARS 252.232-7003, Electronic Submission of Payment Request, please submit all invoices using the Wide Area Work Flow (WAWF) online database system. To become a registered user, go to https://wawf.eb.mil. Additionally, training for WAWF, may be obtained by visiting http://wawftraining.com/. POC for invoice certification and payment: Karen Freeman 703-604-9661 703-604-5006 Fax TECHNICAL EXHIBIT 1 Performance Requirements Summary The contractor service requirements are summarized into performance objectives that relate directly to mission essential items. The performance threshold briefly describes the minimum acceptable levels of service required for each requirement. These thresholds are critical to mission success. PERFORMANCE REQUIREMENT SUMMARY (PRS) EQUIPMENT OPERATIONS Specification Item Performance Objective Performance Standard (Minimum Acceptable Standard) (MAS) Method of Surveillance Deduction from Contract Price for Not Meeting the MAS Sample Size Frequency Phone System Moves/Adds/Changes & Phone maintenance Provide 24x7 emergency maintenance to phone equipment. Standard response time 24x7 PERIODIC SURVELLIANCE N/A N/A Semi-annually Types of Surveillance to select from: Random Sampling: Appropriate for freque ntly recurring tasks. Evaluate randomly selected samples of the lot to determine the acceptability of the entire lot. Random Inspection Guide, Method of surveillance, Lot size, Sample size, Performance requirement, Sampling procedure, Inspection procedure 100 Percent Inspection: Appropriate for tasks that occur infrequently. Inspect and evaluate performance each time task is performed Periodic Surveillance: Evaluation of samples selected on other than 100% or statistically random basis. (i.e. monthly, quarterly, semi-annually etc.) Validated Customer Complaint: Complaints must be validated. TECHNICAL EXHIBIT 2 DELIVERABLES SCHEDULE (A deliverable is anything that can be physically delivered but may include non-physical things such as meetings). Deliverable Frequency # of Copies Medium/Format Submit To N/A N/A N/A N/A N/A TECHNICAL EXHIBIT 3 ESTIMATED WORKLOAD DATA N/A ITEM NAME ESTIMATED QUANTITY 1 ________ 2 ________ 3 ________ 4 ________ 5 ________ (NOTE: ADD OTHER WORKLOAD DATA AS CONSIDERED APPROPRIATE.)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/afd443d9ef2ba1b9926c40520f338961)
 
Place of Performance
Address: Contracting Center of Excellence (NCR-CC) ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245 Washington DC
Zip Code: 20310-5200
 
Record
SN02281382-W 20100916/100915000112-afd443d9ef2ba1b9926c40520f338961 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.