Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2012 FBO #3926
SOLICITATION NOTICE

N -- N - Procure and Install Phone System and Cabling

Notice Date
8/22/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
BIA - Pacific Regional Office 2800 Cottage Way, Rm W-2820 Sacramento CA 95825
 
ZIP Code
95825
 
Solicitation Number
A12PS02334
 
Response Due
9/7/2012
 
Archive Date
8/22/2013
 
Point of Contact
Jodi Zachary Contract Specialist 9169786025 jodi.zachary@bia.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
The Bureau of Indian Affairs, Pacific Region, Northern California, Redding office, has set-aside this requirement for Total Small Businesses to procure phones, install and program phone system, and install cabling based upon existing wiring infrastructure. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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. Solicitation number A12PS02334, is issued as a Request for Proposals (RFP) in accordance with FAR Parts 12 & 13. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60. All responsible sources may submit a proposal which shall be considered. Award will be made on an all or none basis. The Government will award a Firm Fixed Price purchase order for the items listed. This requirement is set-aside under NAICS Code 238210, Size Standard of $14M. The phone system requested is to replace an existing Comdial phone system with a key switch that would provide centralized management of 12 incoming lines and 25 stations, and provide voicemail with auto answering attendant. The cabling infrastructure is to provide interconnection of data and voice end points at 37 locations in the office. The following items are requested in your proposal: Avaya IP Office - "BRAND NAME OR EQUAL" LI 0001 - 700476005 IP500 V2 Control Unit 1 EA - Unit Price: $_____ Extended Amt $_____; LI 0002 - 700479710 IP 500 V2 SD Card MU-LAW 1 EA - Unit Price: $_____ Extended Amt $_____; LI 0003 - 700476013 IP Office V2 Combination Card 1 EA - Unit Price: $_____ Extended Amt $_____; LI 0004 - 700417330 IP500 8 Digital Station Card 3 EA - Unit Price: $$_____ Extended Amt $_____; LI 0005 - 700417405 IP500 Analog Trunk 4 Module 2 EA - Unit Price: $$_____ Extended Amt $_____; LI 0006 - 700469869 Avaya 1416 Digital Sets 25 EA - Unit Price: $$_____ Extended Amt $_____; LI 0007 - 700469968 1400 Series DBM32 Addon 1 EA - Unit Price: $$_____ Extended Amt $_____; LI 0008 - 700434897 Avaya Power Supply 1151D1 1 EA - Unit Price: $$_____ Extended Amt $_____; LI 0009 - 700430150 IP Office 500 Wall Mount Kit 1 EA - Unit Price: $$_____ Extended Amt $_____; LI 0010 - Polycom Soundstation II 1 EA - Unit Price: $_____ Extended Amt $_____; LI 0011 - Installation Labor to include all labor necessary to setup, install and program phone system in the IT room with like configuration of existing Comdial phone system and all labor necessary to cross connect phone system to internal wiring as supplied in this bid under cabling and to external wiring as provided to the IT room by telecommunications provider. Lump Sum Amt $_______ LI 0012 - Cable Drops Installation: Total cost includes all cabling and based upon utilizing existing wiring infrastructure. Lump Sum Amt $_______ CABLE DROP LOCATIONS: Cubicles (14); Fax/Printer (3); Superintendent (3); Meeting Room (4); IT Room (3); Secretary (2); Break Room (1); Administration (2); ISD (1); Natural Resources (1); OST (1); Research Storage (2) - TOTAL ESTIMATED: (37) Drops / (74) Jacks. The numbers represented above are best estimates. SPECIFICATIONS FOR CABLING INFRASTRUCTURE PROVIDED UNDER CABLING INSTALLATION: Materials with product numbers are exactly as specified. Those without are certified to meet all industry Category 6 TIA/ANSI standard, National Electrical Code, Local Building Codes and BICSI cabling installation standards. Contractor will run Cat 6 Plenum Cable to each identified end point and terminate to duplex CommScope Gigaspeed XL keystone jack through premise supplied clear cable pathway to endpoint. All wiring rough in will occur prior to finish of wallboard and furniture installation or clear pathway through obstructions will be provided. Each location will be terminated to Patch Panel at premise supplied rack in Phone Room. Contractor to supply ladder racking support system to existing rack equipment and cable supports as required by BICSI standard installation procedures. High voltage mains power requirements and ground bonding shall be provided to equipment rack by premise. 760062364 | PM-GS3-48 w/Termination Mgt. GigaSPEED? XL PATCHMAX? GS3 Category 6 U/UTP Copper Patch Panel, 48 port with termination manage - 1 EA. 700206758 MGS400-318 GigaSPEED? XL MGS400 Series Category 6 U/UTP Information Outlet, blue 37 - EA. 760041970 MGS400-246-BULK GigaSPEED? XL MGS400 Series Category 6 U/UTP Information Outlets (bulk), ivory - 37 EA. 108333055 M12LE-246 LE Type Flush Mounted Faceplate, two port ivory - 37 EA. Ladder Rack and supports from Rack to Wall 4" Rigid Penetration from Ceiling to Network Rack Keystone Insertion Plate with terminations for required Avaya cross connect to IP Office PBX. Cabling Specifications: TIA/ANSI and NEC specifications are generalized engineering specifications for physical infrastructure. They specify configuration only they do not specify quality of performance or fitness of purpose in a given installation. Please ensure that product with a set specification and part number be specified without equivalency. ATTACHMENTS: Additional Cable specifications are available. All parties interested in receiving cable specifications shall send an email requesting such with their mailing address to jodi.zachary@bia.gov. Copies will be sent to each requestor via e-mail. CONTRACTOR REQUIREMENTS: Avaya IP Office authorized reseller. One year onsite warranty for phone system hardware and software. Emergency response guarantee of 4 hours for system down failure. Contractor has permanent field service facility located within 4 hours of installation site. Contractor has offsite backup and storage capability of system configuration information. TELECOM HARDWARE: One year onsite advance replacement warranty on all hardware. One year onsite software upgrades as required. CABLING WARRANTY: 15 year warranty on cabling infrastructure against defects in workmanship or material. BRAND NAME OR EQUAL: "OR EQUAL" PRODUCTS/SERVICE/WARRANTIES MUST MEET OR EXCEED ALL OF THE SALIENT PHYSICAL, FUNCTIONAL, OR PERFORMANCE CHARACTERISTICS THE SPECIFICATIONS IN THE MODEL LISTED ABOVE. ALL "OR EQUAL" PRODUCTS MUST ALSO INCLUDE COMPLETE PRODUCT DESCRIPTION AND SPECIFICATIONS FOR COMPARISON. WHETHER OR NOT A PRODUCT MEETS THE MINIMUM STANDARDS WILL BE DETERMINED SOLELY BY THE GOVERNMENT. BIA WILL EVALUATE 'EQUAL' ITEMS ON THE BASIS OF INFORMATION FURNISHED BY THE CONTRACTOR OR IDENTIFIED IN THE BID. BIA IS NOT RESPONSIBLE FOR LOCATING OR OBTAINING ANY INFORMATION NOT IDENTIFIED IN THE BID. DELIVERY: Phone System is to be delivered and installed at 364 Knollcrest Drive, Suite 105, Redding, CA 96002, in December 2012. INSPECTION: Damaged materials will not be accepted. In the event any of the goods fail to comply with the specifications, at its option, the BIA will require the Supplier to replace the defective or non-conforming goods. If the Supplier fails to replace the non-conforming goods, the BIA may purchase goods to replace the defective or non-conforming goods from another supplier. In the event the BIA purchases replacement goods, the supplier shall refund any money paid to it by the BIA for defective or non-conforming goods. If the replacement goods are more costly than the goods provided by the Supplier, the Supplier shall reimburse the BIA for the difference in cost. SITE VISIT: An informal site visit may be conducted by contacting Melissia Johnson at (530) 246-5141 x15 or email to Melissia.Johnson@bia.gov for coordination. REQUEST FOR PROPOSALS: The Request for Proposal MUST include: 1) RFP Number, Due Date/Time specified for receipt of proposal, Company Name, Address, Point of Contact, Telephone number, Email Address, and acknowledgement of all solicitation amendments (if applicable); 2) Unit Price and Total amount for all (12) Line Items 3). FAR 52.212-3, Representations and Certifications completed or a printout of Representations and Certifications from System for Award Management (SAM) at https://www.sam.gov/; 4) Proposals shall be submitted in writing, dated and signed by an individual with the authority to bind their respective company. IF AN OFFERORS PROPOSAL DOES NOT CONTAIN ALL OF THE ITEMS LISTED ABOVE, THE PROPOSAL MAY BE CONSIDERED INCOMPLETE FOR EVALUATION PURPOSES AND NO FURTHER CONSIDERATION WILL BE GIVEN TO THE OFFERORS PROPOSAL, THEREBY MAKING AN OFFEROR INELIGIBLE FOR AWARD. AMENDMENT(S): All amendments will be posted as a change to this combined synopsis/solicitation. It is the Contractors responsibility to check the site on a regular basis for updates. The Government will take no responsibility for contractors not viewing any amendment(s). LATE OFFERS: Request for Proposals or modification of proposals received after the exact time specified for receipt of proposals WILL NOT be considered. AWARD: The Government will award to the lowest priced offeror, whose proposal conforms to the requirements herein, is most advantageous to the Government and determined fair and reasonable. To be awarded this contract, the contractor must be registered in the System for Award Management (SAM). SAM information may be found at https://www.sam.gov. WAGE DETERMINATION: Service Contract Act, WD 05-2055 (Rev.14) dated 6/13/2012 is applicable to this requirement. The listed Federal Acquisition Regulation (FAR) clauses apply to this solicitation and are incorporated by reference. All FAR Clauses may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or https://www.acquisition.gov/far/. FAR 52.252-1 Solicitation Provisions incorporated by reference; FAR 52.212-1, Instructions to Offerors-Commercial Items, an addendum to this provision is applicable, in which the term offeror, whenever it appears, shall be replaced with the term quoter; FAR 52.212-2 Evaluation-Commercial Items; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, along with a DUNS Number; FAR 52.212-4, Contract Terms and Conditions-Commercial Items not including any addenda; FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statures or Executive Orders, Commercial Items; The following clauses within 52.212-5(b) are applicable to this acquisition: 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-41, 52.225-1, 52.225-13, 52.232-33 and 52.233-3. The complete text of the Federal Acquisition Regulation (FAR) can be accessed at https://www.acquisition.gov/far/. PROPOSALS ARE DUE NO LATER THAN 2:00 PM PACIFIC, SEPTEMBER 7, 2012 at the U.S. DOI/Bureau of Indian Affairs, Pacific Region Acquisitions Office, Attn: Jodi R Zachary, 2800 Cottage Way Room W2820, Sacramento, CA 95825. Mailed and emailed quotations are acceptable. Contractors shall confirm proposal was received by closing date and time. Faxed quotations WILL NOT be accepted. Please direct all questions (contractual and technical) in writing to the Contract Specialist, Ms. Jodi R. Zachary, at jodi.zachary@bia.gov. ORAL QUESTIONS OF A TECHNICAL NATURE ARE NOT ACCEPTABLE DUE TO THE POSSIBILITY OF MISUNDERSTANDING OR MISINTERPRETATION.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A12PS02334/listing.html)
 
Place of Performance
Address: Redding, CA
Zip Code: 96002
 
Record
SN02850677-W 20120824/120823001038-cfe36c369839552775ac4da3433e071c (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.