SOLICITATION NOTICE
20 -- Avaya Telephone System
- Notice Date
- 4/19/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- Department of the Navy, Military Sealift Command, MSC East - Norfork, Virginia, Building SP-64, 471 East C Street, Norfolk, Virginia, 23511, United States
- ZIP Code
- 23511
- Solicitation Number
- N40442-12-T-7411
- Archive Date
- 5/9/2012
- Point of Contact
- Roy J. Williams, Phone: 757-443-5960
- E-Mail Address
-
roy.williams@navy.mil
(roy.williams@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is N40442-12-T-7411, and it is being issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-57, effective March 15, 2012. NAICS code 238210 applies. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a firm fixed price purchase order for USNS Humphreys for the following services: The requested period of performance for the below service is 12 AUG 2012 - 22 SEPT 2012. 1.0 ABSTRACT Replace the ships Dimension 2000 Telephone System with the new Avaya S8700 Ships Service Telephone System (SSTS). From here on out referred to as the SSTS or S8700. 2.0 REFERENCES/ENCLOSURES 2.1 Avaya Inc. S8700 Technical Manual 2.2 MSC Dwg. No. 432-6580048, Auto Dial Telephone System IWD 2.3 MSC Dwg. No. 432-6580052, Auto Dial Telephone System EWD 3.0 ITEM LOCATION/DESCRIPTION 3.2 Item Description/Manufacturer's Data 3.2.1 Bill of Material PC NO. QTY DESCRIPTION 1 1 NEMA 4X Stainless steel enclosure box (Ship-shore CONNEX box) 2 1 Telephone System surge suppressors 3 2 Circuit breaker 25A, compatible with power panel, 4 1 Circuit breaker 20A, compatible with power panel, 5 8 KRONE Type connection blocks #149573 or equivalent, (8) each (for Main Cross Connect Field) 3.2.2 Quantities are considered estimates. The contractor shall provide the exact quantities and additional material such as miscellaneous cable, fittings, cable hangers, weld material, cable tags, circuit breakers, etc., which are not included in the List of Materials, in order to install a fully functioning system which meets the requirements of this specification. 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES 4.1 Government Furnished Equipment (GFE) 4.1.1 Avaya S8700 PBX Telephone System (2) cabinets. An Enterprise Class IP Solutions (ECLIPS) SSTS mounted in 19" racks and at time of shipboard installation will provide at a minimum the following capabilities: See packing list for complete material break down.  Duplicated Servers (S8700) and C363T Switches  240 Right-to-Use Ports  24 Central Office Trunk Circuits (Shorelines) (TN2147)  24 Digital Station Interface Circuits (TN2224)  192 Analog Station Interface Circuits (TN793B)  Voice Mail System, Intuity LX (40 voice mailboxes, 4 voice mail lines)  1MC Interface (62325-225)  Call Accounting System  10 Digital telephones 4.1.2 Uninterruptible Power supply (UPS) (2) each 2KVA with Extended Battery Modules (EBMs) 4.1.3 Uninterruptible Power supply (UPS) (1) each 1.5 KVA; for voicemail 4.1.4 S8700 System Operating system back up software and Technical manuals (CD) 4.1.5 Power supply +48vdc for Auto transfer and Remote alarm circuits 4.1.6 Isolation Transformer; 3KVA H.V.120, FED STK# 5950009879860; (2) Each 4.2 Government Furnished Services (GFS) 4.2.1 The government shall furnish the services of an Avaya Communications, Inc. manufacturer's technical field service representative for commissioning and testing of the new S8700 Avaya SSTS. 5.0 NOTES 5.1 The contractor and all subcontractors, regardless of tier must consult the General Technical Requirements (GTR) to determine applicability to this work item. In performance of this work item, the contractor and all subcontractors regardless of tier must comply with the requirements of all applicable GTR's including but not limited to GTR's 1-7,22,23,24, 28 and 29. 6.0 QUALITY ASSURANCE REQUIREMENTS 6.1 All work preformed shall be to the satisfaction of the Port engineer, Chief Engineer and MSFSC Electronics Rep. 7.0 STATEMENT OF WORK REQUIRED 7.1 The contractor shall provide the MSCREP with a detailed POA&M for the work outlined in this specification item with it weighted such that all hot work be completed within two weeks of the contract start date. This is an essential requirement in order to allow time for the installing subcontractor to install and wire the system thereby allowing at least two weeks at the end of the contract for the required (GFS) Mfr. Tech. Rep. to perform commissioning, programming, testing, and training. Additionally the contractor shall provide a preliminary working drawing to reflect electrical connections and arrangement details. 7.2 Arrangements: 7.2.1 Provide the services of a crane and riggers to remove the old telephone system components from the ship and rig the new system to the IC Electrical room on the 06 level. 7.2.2 The contractor shall arrange, route and install temporary telephone direct lines and telephones to the following ship locations for the duration of time that the switchboard is out of commission. A minimum of six (6) lines and telephones shall be installed prior to taking the telephone switchboard out of commission. Upon successful commissioning of the new telephone system switchboard and witnessing by the MSCREP, the contractor shall remove the temporary direct phone lines and telephones listed below.  Masters office  CHENG office  Supply office  EOS  Radio Room  Gangway watch location 7.3 Structural: 7.3.1 Provide the services of a welder and fire watch to perform foundation modifications for the new S8700 PBX system including bulkhead sway braces, new bulkhead studs for the MCCF and shore connection boxes and a cable run channel on the deck. Template the new foundations using the equipment supplied for foot patterns. The new system components are mounted in two NAVY standard 19" racks (MFR: Martin International enclosures). 7.3.2 Renew the deck foundation underlay and tiling to like new condition upon completion of all foundation and hot work. 7.4 Electrical: None additional 7.5 Electronic: 7.5.1 Prior to securing the ships telephone system perform a test of the system to determine the working condition of all onboard telephones, all system features, functions and modes. Verify this using references 2.2, 2.3 for guidance. Use these references throughout this work item for installation guidance. Verify the number called is actually the one listed in the ships telephone directory. Provide a written report to the MSFSC REP with a detailed discrepancy list. Document and tag all cabling between the telephone junction box, MCCF and switchboard prior to the pull back and removal in order to maintain shipboard extensions, shoreline, cell phone, and INMARSAT wiring connection continuity for the new S8700 System. 7.5.2 Give the MSFSC REP and Ship's Master at least 8 hours notice prior to securing the telephone switchboard. Secure all electrical power to the telephone system at its power source in the IC electrical equipment room. 7.5.3 Removals: 7.5.3.1 Remove the MITEL ships dial telephone system switchboard and MCCF from the ship and transfer to a location designated by the MSFSC REP for disposition including the following: a. Telephone switchboard (SWBD) b. Main Cross Connect field (MCCF) c. Computer system d. Power supply/UPS system e. Mitel system cabling to the PP and J Box 7.5.3.2 Retain the remote alarm system for re-use, however removing the cabling between the Alarm control unit and switchboard. 7.5.4 Installations: 7.5.4.1 Install the GFE listed above placing the PBX SWB on the newly modified foundation bolting it to the deck and bulkhead sway braced shock mounts using reference 2.1 as guidance for all aspects of this work item. Provide and install ground straps and studs to properly bond the cabinet to meet manufacturer's specifications. Populate the racks with all sub-system components including the UPS and power supply. Dress all wires and cabling for a neat and uniform fit with rubber lined banding installed. 7.5.4.2 Provide and install/interface the SSTS with the main cross connect field (MCCF) with shielded twisted cabling pairs. The contractor shall provide KRONE Type cable connector (Punch down blocks) required for this interface. Provide and install LSDSGU-9 between the SSTS and the ships electronic power panel (06-65-2) via newly installed Isolation transformers. Provide and install interface cabling between the SSTS and remote alarm panel. Install power to the remote alarm unit and 48vdc power supply. Install new Sigmaform or equivalent collars for each cable penetration to the MCCF. Provide for interfaces with the ships (2) each INMARSAT Systems, Cell phone system, and 1MC system. Install and configure the Intuity Audix & voice mail system. Configure and program the system for the 911/211 emergency feature. Provide and install (2) each 25 amp and (2) each 20 amp circuit breaker in the IC equipment room power panel replacing the existing 15 amp breakers. Provide and install (2) each power plug receptacle boxes adjacent to the SSTS equipment rack with wire interface to the (2) amp breakers installed in the power panel. Install remaining GFM and CFM. Install the 10 digital telephones in locations designated by the MSFC REP. Phone installations shall be sea worthy so as to prevent sliding, tumbling, or falling whether bulkhead or desk mounted. 7.5.4.3 Provide and install a new ship-shore CONNEX box complete with surge suppressors to replace the existing equipment at the gangway. Provide and install a brass connection box to combine the PORT and STBD gangway connections to make one centerline shore connection box. Remove and dispose of the old equipment from the ship. Replace connection box stand off studs with CRES 316 stainless steel material. 7.5.4.4 Prior to applying power to the new SSTS the (GFS) Mfr. Tech. Rep. shall perform a pre-operational system inspection. Ensure all connections are tight and no loose wires or components are situated such that they could damage the system. Verify all strapping, options, dip switch settings and ground bonding. 7.5.4.5 The (GFS) Mfr. Tech. Rep. shall perform the initial turn on of the SSTS, initial operation test and programming of all components to comply with the system features, design, and options as purchased. Programming features shall include but not be limited to: Digital stations, Analog stations, 1MC interface, INMARSAT interface, cell phone interface, ECAS, and Voice mail. 7.6 Drawings: 7.6.1 Provide new as-built drawings complete with MSC Title block and number to reflect the work performed in this spec item. The elementary wiring drawing shall show all interfaces with the existing system wiring. Submit two copies to the MSFSC REP for review. Upon completion of a review period and the correction of any discrepancies, resubmit three paper copies and two electronic copies on CD in AUTOCAD 2002 to the MSFSC REP. Prepare the following drawings: a. Elevation and details drawing b. Elementary wiring and block diagram c. Isometric wiring drawing d. New ship telephone directory (12 copies) 7.7 Inspection/Tests: 7.7.1 Perform a final test of the SSTS in the presence of the MSFSC REP to include the following: Unsuccessful tests shall be troubleshot by the contractor and (GFS) Mfr. Tech. Reps. and retested. The (GFS) Mfr. Tech. Rep. shall submit a written report to the MSFSC REP upon completion of this work item stating that the system was installed in accordance with and complies with the manufacturer's installation standards. The report shall also include a copy of the warranty certificate, terms and activation status. a. System functional test b. 1MC page interface test c. INMARSAT/BEST interface test d. Cell phone interface test e. All ship extension test f. General alarm and Emergency test g. Voice mail test h. Emergency back up power test i. Remote alarm test 7.8 Painting: 7.8.1 Prepare, prime and paint with two (2) top coats all new, modified, and disturbed areas as a result of this spec item to match the adjacent surfaces. 7.9 Marking: 7.9.1 Install soft aluminum embossed tags on all newly installed cables. Tags shall be installed on cables at each side of a deck or bulkhead and every 50 ft in between. Cable tag numbers shall be reflective of the NAVY numbering scheme currently being used and incorporated in the new reference drawings. 7.9.2 Install a new label plates on the SSTS rack, MCCF, UPS, and adjacent to the power panel circuit breakers supplying power to the system identifying the system name and model number. 7.10 Manufacturer's Representative: 7.10.1 The following manufacturer's technical field service representative shall be furnished by the Government for SSTS commissioning and testing. The contractor shall give the MSCREP a minimum of 96 hours advance written notice during the normal work week when they will be ready to proceed with the initial system commissioning and testing. 7.10.2 The Government shall engage the services of a qualified telephone system installation subcontractor throughout the performance of this work item. The subcontractor shall be qualified to remove the old Mitel System and install the new S8700 Avaya System. 8.0 GENERAL REQUIREMENTS: None additional. The following FAR and DFAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items (Offerors are advised to include a completed copy of this provision with their quote or a statement stating that it is available via the ORCA website, https://www.acquisition.gov.) 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (over 25k) 52.209-6 Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (over 30K) 52.219-28 Post-Award Small Business Program Representation. 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Disabled Veterans (over 100K) 52.222-36 Affirmative Action for Workers with Disabilities, (Over 15K) 52.222-37 Employment Reports on Special Disabled Veterans (When 52.222-35 Applies) 52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration 52.222-41 Service Contract Act 52.222-42 Statement of Equivalent Rates for Federal Hires (only used when 52.222-41 applies) 52.215-5 Facsimile Proposals: (757) 443-5982 52.222-50 Combating Trafficking in Persons 52.232-18 Availability of Funds (only used with an unapproved budget, not standard) 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7004 Required Central Contractor Registration. Alternate A; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Application to Defense Acquisition of Commercial Items 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.225-7001 Buy American Act--Balance of Payments Program; 252.232-7003 Electronic Submission of Payment Requests; and 252.247-7023 Transportation of Supplies by Sea Alternate III. 252.225-7000 Buy American Act--Balance of Payments Program Certificate, 52.252-2 Clauses Incorporated by Reference This contract incorporates one or more clauses by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause my be accessed electronically at this/these address(es): http://www.arnet.gov/far Responsible sources shall provide the following: 1. Price quote which identifies the requested item(s), unit price, and extended price 2. Total price 3. Prompt Payment Terms 4. Remittance address, Tax Identification Number, DUNS number and Cage Code 5. Responses to this solicitation are due 24April 2012 at 0800 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to Roy.Williams@navy.mil or faxed via 757-443-5982 Attn: Roy Williams. Please reference the solicitation number on your quote. MSFSC INVOICE INSTRUCTIONS FOR SHIPPING CHARGES At the time of invoice, a shipping receipt must be provided to substantiate shipping or freight charges greater than $25.00. BASIS FOR AWARD: Award will be made to the responsible, technically acceptable quoter, whose quote, conforming to the combined Synopsis/Solicitation, offers the lowest evaluated price. SHIP & BASE ACCESS Vendors are responsible for correctly submitting forms/applications. Vendors are encouraged to monitor email using "Request a Read Receipt" function and to confirm receipt of facsimile transmissions. Due to enhanced security measures, ship and base access is required for pre-award ship visits (e.g. ship-check) and for contract performance. Specifically the following permissions are required: 1. El Paso Intelligence Center (EPIC) personnel screening requirement 2. Base/Repair Facility Access Request 3. Vehicle Access Request 4. Ship Access List (vendor-provided) All forms are available for download on the MSC contracts webpage at http://www.msc.navy.mil. Click on "Contracts" in the upper right corner. "EPIC template" is under "Reference" subheading. Click on "Online Library of Common Documents" for all other forms. EPIC: Required for access to MSC vessels. Complete EPIC form strictly adhering to format requirements and forward to (CONUS East Coast repairs) MSFSC(underscore)EPIC(underscore)EAST@navy.mil and (CONUS West Coast and HI repairs) MSC.SSUSD.EPIC@NAVY.MIL. EPIC personnel screening requests are desired seven calendar days prior to performance start date. Requests will be managed as expeditiously as circumstances permit. Vendor will be notified by MSFSC of personnel who are denied access to the vessel. Base/Repair Facility Access: Permit is required to access Navy facilities. Base/Repair Facility Access Request is desired seven days prior to ship check or performance start date. Submit forms per the document instruction and to the Port Engineer. A courtesy copy (CONUS West Coast performance locations only) to Ermanno Magliulo, Engineering Director, at ermanno.magliulo@navy.mil will be appreciated. RAPIDGate® is being implemented for access to DoD facilities in CONUS, HI, Guam and Puerto Rico. Vendor is responsible to acquire RAPIDGate® status and destination base individual access badge(s) activation prior to performance start date. Delays that may result from inadequate planning are contractor responsibility. Vendor instructions and program information is available at http://www.RAPIDGate.com or tel. 877.727.4342. RAPIDGate® access requires (in succession) (1) Individual Base Commander approval for vendor to access base, (2) Successful vendor RAPIDGate® company annual enrollment, (3) Company employee individual enrollment and possession of RAPIDGate® identification badge for single base or multiple base (enterprise) access. Vendor is responsible to confirm that each employee held annual RAPIDGate® badge is active for the specific facility and performance period in accordance with RAPIDGate® User Agreement (http://www.RAPIDGate.com). Additional access permissions may be required such as Navy Base Point Loma "Enclave Access request form". Vehicle Access: Required for vehicle access to Navy facilities. Follow supplemental instructions on Base Access forms or base-specific vehicle access forms. Ship Access List* (Vendor-Provided): On company letterhead attachment via email, the vendor is required to provide the ship master (courtesy copy the Port Engineer) with an accurate, current list of performing personnel prior to being admitted aboard the vessel. Under no circumstances will a hand-delivered list be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/MSC/N322051/N40442-12-T-7411/listing.html)
- Record
- SN02726383-W 20120421/120419235903-6c42dbc43e51732ae963857f0b023a80 (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 |