Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 17, 2010 FBO #3249
SOURCES SOUGHT

D -- Upgrade Telephone System

Notice Date
10/15/2010
 
Notice Type
Sources Sought
 
NAICS
517911 — Telecommunications Resellers
 
Contracting Office
General Services Administration, Federal Acquisition Service (FAS), Acqusition Operations Division (9QZ), 450 Golden Gate Ave, 4th Floor West, San Francisco, California, 94102-3404, United States
 
ZIP Code
94102-3404
 
Solicitation Number
9Q1TEANS001
 
Point of Contact
Joseph K. Brown, Phone: (415) 522-2832, Chris Matthews, Phone: (415) 522-4522
 
E-Mail Address
joseph.brown@gsa.gov, chris.matthews@gsa.gov
(joseph.brown@gsa.gov, chris.matthews@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI) Release Date: October 15, 2010 Acquisition Office : General Services Administration Federal Acquisition Services 450 Golden Gate Avenue, 4 th Fl San Francisco, Ca 94102 Client Office: US Department of VA Affairs Medical Center Tucson, Arizona Questions Due Date : October 19, 2010 Due date: October 22, 2010 NAICS: 517911 Background: On behalf of Department of Veteran Affairs Medical Center, Tucson, Arizona the General Services Administration Federal Acquisition Service is seeking telecommunication upgrade information and to determine industry availability and capability to perform services describe in this RFI. The VA medical center wishes to upgrade its current phone system. Currently the VA medical center is running its phone system on a Siemens HiCom 300H. The purpose of this request for information is to notify potential vendors of this VA requirement to upgrade and expand the current telephone system at the VA Medical Center. The VA's is currently utilizing an 8 year old HiCom 300 H voice system to support the entire campus. The current system is not able to meet the current or future growth level. The current system is currently experiencing a large number of maintenance issues which jeopardizes the operational capability of voice services. The system cannot be expanded for station ports and parts are in very limited supply and are factory refurbished parts and unreliable in most cases. Requirement: After a conducting a study the VA determined that implementing an upgrade/expansion to the existing Siemens HiCom 300H Software Release 6.6 voice system to a Siemens HiPath 4000 software Release 3.0 voice systems. This system has been successfully installed at ten (10) other sites. Siemens HiPath 4000 and allowing for installation Integrated Services Digital Network (ISDN) would be in their best interest. This upgrade/expansion is to include all equipment, services, testing, plans, installation, cutover and software. The proposed system will be digital touch-tone with direct out-dial from any unrestricted station to any central office trunk or FTS-2001/Networx access line. Incoming FTS-2001/Networx calls and tieline calls will be able to direct dial all stations. ISDN will be installed to provide data; video and calling line identification number (CLIN) applications to the desktop, in conjunction with Open Applications Interface (OAI). This advancement will allow the integration of Computer/Telephony technologies. Telecommunication Management System and voice mail/auto attendant will be standard features. All systems associated with the telephone system will have a (SPE). All designated restricted stations shall have outside line access through the operator's console. All unrestricted stations will have standard features of call pickup, call transfer, call forwarding, call queuing, consultation hold, callback/ringback, music on hold, station Conferencing, automatic number identification, station-to-station call waiting, and call park. Telephones will have access to station and system speed dialing. The PBX equipment must operate in accordance with the manufacturer's commercial specifications. It must be designed and constructed to give a 99.9% availability Mean Time between Failure Rate per annum and a VoIP service grade of 99.999% availability per annum. Warranty services will be provided for a period of twelve (12) months after acceptance of the system. Services will include a guaranteed 2-hour response time 24 hours by 7 days to all emergency maintenance calls, a 24 hour response time to routine maintenance calls, on-site technician, and routine follow-on service which includes moves, adds, and changes (MACs). The Tucson, AZ VAMC staff currently maintains the existing system. These personnel will receive training under this acquisition in order to troubleshoot the replacement system after the one-year warranty service period. All interested parties shall submit the following information: Name of Company Contract Person and Number Company Address Past Experience (list previous equipment/brand install, cost amount, previous/current customer contact information) Company capabilities to satisfy phone system requirements (for this requirement describe the tasks that necessary to accomplish this upgrade such as the amount of equipment, labor/test/installation etc Estimated Equipment cost $_________ Testing/installations/Cutover Etc. $_________ Software $_____________ Plans $___________ Other $____________ DUNS Number List of any GSA contract numbers State your business size and social economic status Provide your registration status with ORCA, ITSS and CCR, ( www.orca.gov, itss.gsa.gov, www.ccr.gov ). Estimated price (estimated only) This requirement has a base year requirement and 4 one (1) year options. Estimated price would include equipment, software, testing, and installation, other services. Option year requirements include Certification technician on or off site and moves, add, and changes to phone systems. The goal of this RFI is to explore the technical capabilities of potential offerors. The Government is seeking industry input to assist in determining current market capabilities. Please note that the Government will NOT be responsible for any costs incurred by interested parties responding to this RFI. THIS IS A REQUEST FOR INFORMATION ONLY. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. In response to this RFI, respondents shall submit written responses, not-to-exceed ten (10) pages in length (including cover letter) via electronic mail, regular mail, or overnight delivery. In addition, up to five (5) attachments that consist of briefing slides, pre-printed commercial brochures, and/or architectural views/diagrams are permitted to be submitted with the written response. Additional Information for this requirement includes, but not limited to: 1.1 FUNCTIONAL AND TECHNICAL REQUIREMENTS, VS AND CABLE DISTRIBUTION SYSTEM: 1.1.0 SYSTEM DESCRIPTION AND CAPACITY: 1.1.1 The requirement in this specification is for an on-premise, voice system with attendant console(s). Attendant console and/or PCs, with monitors and keyboards shall be provided and support automated directory access. Voice mail, automated attendant, Automatic Call Distribution (ACD), and call detail reporting are required. Voice over Internet Protocol (VoIP) functions shall be supported for both trunks and end user devices. 1.1.1.1 The VS shall provide all ports, interfaces and required device licenses as described in Paragraph 1.1.2.1 and shall be capable of providing the following services: 1.1.1.1.1 Interoperate fully with the Local Exchange Network, FTS and Networx Intercity Network, Interexchange Carriers, Integrated Services Digital Network Primary Rate Interface/Basic Rate Interface (ISDN PRI/BRI), Internet Service Provider (ISP), VISN Area Network (VAN). 1.1.1.1.2 Provide direct access to trunk level equipment as identified in Paragraph 1.1.2.1 including dial dictation, radio paging, audio paging and shall be in full compliance with existing National Communications System (NCS) Federal Telecommunications Recommendations (FTR) 1090 publication, T-1 carrier type services. 1.1.1.1.3 Be capable of accepting a mixture of trunk types (specified in Paragraph 1.1.12.1 - 1.1.12.3) at the attendant console and extending calls received via these trunks to station users. 1.1.1.1.4 Provide all stations with the ability to direct dial other telephone stations within the VA, the commercial telephone network, tie lines, and FTS and Networx telephone numbers without attendant assistance. 1.1.1.1.5 Provide direct-in-dial (DID) service to selected stations. When required DID station number assignments shall be made prior to installation of the VS. DID shall not affect intra-station capability. 1.1.1.1.6 Provide dual tone multi-frequency (DTMF) telephone instruments for both intra-VA site and external-VA calling. DTMF, as used throughout this specification, shall be defined to include any dialing operation, such as, push-button, digit dialing or tone dialing other than rotary dialing. 1.1.1.1.7 Provide universal night answer from remote points. 1.1.2 The table below is the minimum port requirements for the Voice System. 1.1.2.1 The VS shall initially provide: Existing Siemens HiPath 4000 Proposed Upgrade/Expansion VS Configuration PORTS FOR Installed MSL's Spare MSL's Total Equipped Wired Capacity Proj. Max. Growth Single Line Analog Telephones 1320 312 1632 2040 2550 Single Line Digital Telephones 0 0 0 0 0 Multi-Line Digital Telephones 2400 130 2530 3162 3952 Special Purpose Analog Ports 0 0 0 0 0 ACD Telephones 80 8 88 110 138 VoIP Telephones 5 0 5 5 5 Patient Analog Telephones 350 35 375 469 586 Totals 4155 485 4630 5786 7231 Central Office Trunks T-1 / ISDN PRI Equipment 15 0 15 Copper Trunks 0 0 0 OPX / Tie Line Trunks 0 0 0 IP Trunk 1 0 1 CO Trunk Bypass (T-1 or ISDN/PRI) 1 1 1 Interface Ports Conference 3 0 3 VS Equipment Maintenance Administration Terminal 3 0 3 Printers 2 0 2 Operator Console(s) 6 1 7 Ancillary Equipment Interface (not powered from VS emergency backup power) Port Type Equipped Capacity Wired Capacity Manufacturer if applicable Radio Paging Access (Ref. Para. 1.1.8) 2 0 2 Audio Paging Access (Ref. Para. 1.1.9) 1 0 1 Dial Dictation Access (Ref. Para. 1.1.11) 0 0 0 Pharmacy Refill Reminder Access (Mumps) 1 0 1 Ancillary Equipment Interface (To be powered from VS emergency backup power) Port Type Equipped Capacity Wired Capacity Manufacturer if applicable Meet-Me-Page Access (Ref. Para. 1.1.3.3) 16 24 Voice Mail (Ref. Para. 1.2.2) 1 0 1 Automated Attendant (Ref. Para. 1.2.3) 1 0 1 Automatic Call Distribution (Ref. Para. 1.2.4) 1 0 1 Voice over Internet Protocol (Ref. Para. 1.2.5) 1 0 1 IVR (Ref.1.2.6) 0 0 0 SIP Server (Ref. Para. 1.1.7.7) 0 0 0 Note: Peripheral Interfaces requirements are not included in telephone instrument MSL totals. The VS shall be capable of interfacing with all equipment identified above, including items marked with a "0" quantity. The Equipped and Wired figures above match the ACD Telephone Ports above and are not to be considered in addition to the port figures. DEFINITIONS: PORTS FOR - Ports in the switch configured for following instrument application Installed MSL's - Quantity of Main Station Lines dedicated for the active telephones types listed below. Spare MSL's - Quantity of Main Station Lines (ports) dedicated as spare for the telephone types listed below. Total Equipped - The sum of installed and spare MSL's. (NOTE: Total Equipped includes all software and hardware required to completely equip the VS with all items listed under equipped capacity, and shall be provided and installed by the contractor 30 days prior to system cutover.) Wired Capacity - (NOTE: Wired Capacity includes all wiring and equipment listed under wired capacity, with the exception of line and trunk cards, and shall be provided, installed, and tested 30 days prior to system cutover.) Proj. Max. Growth - (NOTE: The VS shall be capable of expansion to the projected maximum growth through the use of printed circuit boards and/or modular cabinets that do not require extensive re-wiring and reprogramming. Reference Paragraph section 1.1.5.7 for Voice System Power Requirements) Single Line Analog Telephones - Analog Single Line Single line Digital telephones - Digital Single Line Multi-Line Telephones -Multi Line Digital Telephones The Government's intention is to gain a better understanding of current, state-of-the-art capabilities and strategies to determine the best acquisition approach for this effort. Industry feedback is vitally important and the Government will be receptive to any and all ideas received from industry. The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited. While the Government intends to use this information for future acquisition planning purposes, it will not release any information about your approach that might in any way compromise your competitive posture or proprietary information. The Government will not use any information provided to level your approach relative to another competitor. All information received in response to this RFI that is marked PROPRIETARY will be handled accordingly. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review. The information provided may be used in developing its future acquisition strategy. Questions: Technical questions to this RFI shall be submitted via email no later than 4:00PM E.S.T Tuesday, October 19th, 2010 to the following individuals Joseph Brown at joseph.brown@gsa.gov or Chris Matthews at chris.matthews@gsa.gov The Due date for response to this RFI is October 22, 2010
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0e2717f070b05e427c9f6529b4203058)
 
Place of Performance
Address: US Department of Veteran Affairs, Medical Center, Tucson, Arizona, Tucson, Arizona, United States
 
Record
SN02311597-W 20101017/101015233704-0e2717f070b05e427c9f6529b4203058 (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.