Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 08, 2012 FBO #3941
DOCUMENT

58 -- Phone system Lawerenceville-old site - Attachment

Notice Date
9/6/2012
 
Notice Type
Attachment
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of Veterans Affairs;Atlanta VA Medical Center;1670 Clairmont Road;Decatur GA 30033
 
ZIP Code
30033
 
Solicitation Number
VA24712R1158
 
Response Due
9/11/2012
 
Archive Date
11/10/2012
 
Point of Contact
Jamal Carter
 
E-Mail Address
1-6111
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
STATEMENT OF WORK A. GENERAL GUIDANCE 1. Title of Project: Internet Protocol Distributed Architecture (IPDA) Telephone Switching System at the (Current) Lawrenceville CBOC, 1970 Riverside Parkway, Lawrenceville, GA, 30043, 2237# 508-12-3-4481-0025 2. Overview: The Veterans Affairs Medical Center (VAMC) currently has a HiPath 4000 installed at its main site location at 1630 Clairmont St., Decatur, GA, which provides support to eleven (11) remote locations (Lawrenceville, Blairsville, Oakwood, Rome Stockbridge, Newnan, Decatur Community Based Outpatients Clinics (CBOCs), Decatur Admin and 2 and VISN 7 Regional Office, Duluth, Georgia) that are presently operational. This requirement will add the (Current) Lawrenceville CBOC back to the Enterprise Network. We will move the current telephone system to a new CBOC location. 3. Scope of Work: The VA will be activating a new community-based out-patient clinic ("CBOC") at a remote location in Lawrenceville, GA (the "Lawrenceville Site"). The Lawrenceville Site will need voice communications equiptment, as well as connectivity to the Decatur, GA VA facilities (the "Decatur Site"). Currently, the VA has a geographically-separated redundant OpenScape Voice ("OSV") version 5 system with nodes at the main Dublin Site and Decatur/Atlanta, GA location (the "Decatur/Atlanta Site"). There is also a HiPath 4000 in each of the Dublin Site and the Decatur/Atlanta Site that are connected to the OSV via session initiation protocol ("SIP") trunking. The solution under this SOW will expand the current Decatur Site OSV version 5 system by implementing an OpenBranch ("OBX") solution at the Lawrenceville Site and adding an OpenScape Contact Center ("OSCC") to support call center functionality. The OSCC will be installed at the Atlanta facility, connected to the OSV. A CallDirector Sip Server ("CDSS") will be provided for tones and announcements and will reside in the Atlanta/Decatur Site with the OSCC. The VA will provide the OSCC Server and ensure the specs meet the requirements identified in this document. The existing HiPath 3700 that is currently at the Lawrenceville Site will be moved and installed by the VA at a ("New Lawrenceville Site"). The VA will be responsible for all installation requirements and scope at the New Lawrenceville Site, with the exception of VoIP phones that are being provided as part of this scope. These phones will be provided to the VA for installation and will be registered back to the existing HiPath 4000 at the Decatur/Atlanta Site. The scope of this project includes the installation of the phones included in the Agreement along with an OpenBranch solution with survivability at the Lawrenceville Site; as well as certain installation services with regard to the existing HiPath 4000 at the Decatur/Atlanta Site, and a new OpenScape Contact Center with CallDirector. A remote network assessment will be performed under this SOW. Network assessment requirements are outlined in Attachment 4: Network Readiness. Supplier acknowledges and will follow VA security measures for remote access and accessibility specified in and in accordance with Attachment 3 hereto to the extent applicable. A diagram of the solution to be provided under this SOW is set forth in Attachment 1: Diagrams to this SOW. Supplier will perform project management, design and installation Services for the Productssupport the installation of the Siemens HiPath V5 IDPA Telephone Switching System to support the (New) Lawrenceville CBOC. 4. Location: (Current) Lawrenceville CBOC, 1970 Riverside Parkway, Lawrenceville, GA, 30043. Work Hours: The contractor shall be available during normal business hours of 8:00am - 4:30pm Monday - Friday excluding Federal Holidays. 6. Federal Holidays: New years Day, Martin Luther King's Birthday, President's Day, Independence Day, labor Day, Columbus Day, Veteran's Day, Thanksgiving Day, and Christmas Day and any other day specifically declared by the President of the United States to be a national holiday. 7. Type of Contract: Firm Fixed Price contract. B. GENERAL REQUIREMENTS: 1. The contractor shall provide the COTR with a list of contractor employees expected to enter the (New) Lawrenceville CBOC and the Atlanta VA Medical Facility. While on VA premises, all contractor personnel shall comply with the rules, regulations, and procedures governing the conduct of personnel and the operation of the facility. 2. An access badge will be given to the contractor's employee upon entrance into VA buildings. The contractor employee are responsible for safeguarding all issued access badges and must immediately report any lost, stolen, or destroyed badges to the COTR. All contract personnel must properly display their access badges at all times. Access badges must be worn at or above the waist (facing forward). The contractor's employees must return the access badge(s) to the COTR or designee at the end of each pick up process. 3. It is the responsibility of the contractor's personnel to park in the appropriate designated parking areas. 4. All parking information shall be coordinated with each facility COTR. C. Statement of Work: 1. Contractor shall expand the current Enterprise Network of telephone switch hardware and supporting software to include the telephone switch, licenses and all associated peripherals,to include all new equipment, provide customer training, program development and provide a direct telephone number and point of contact for troubleshooting any system malfunctions. 2. Site Locations: The following sites shall be covered: Site NameSite Type (Main or Remote)Address VA DecaturMain1670 Clairmont St., Decatur, Ga 30033 (Current) Lawrenceville CBOC 1970 Riverside Parkway, Lawrenceville, GA, 30043 D. REPORTING REQUIREMENTS: The Contractor shall report to the (New Lawrenceville CBOC, on the scheduled day of the visit at the designated time. Contractor shall also submit the following documentation to the Contracting Officer's Representative (COR) after the performance of each service call: 1. Equipment Replaced 2.Software Upgrades 3.C. Training of Personnel 4.New Programs E. QUALITY ASSURANCE: PERFORMANCE STANDARDS REQUIRED SERVICEPERFORMANCE STANDARDMONITORING METHODINCENTIVE/DISINCENTIVES FOR MEETING OR NOT MEETING THE PERFORMANCE STANDARDS The telephone switch is kept operational thru regular scheduled maintenance and emergencies are responded to within one hour of getting the call. The telephone system must remain operational 98% of time Information Technology employees will monitor the down time of the system.5% of the total invoice amount shall be deducted when the performance standard is missed F. GOVERNMENT RESPONSIBILITIES: The Government shall be responsible for making system available to Contractor during normal business hours 8:00 am - 4:30 pm. If there is a need for work to be done after hours, the Government will make arrangements for Contractor to have access to system. G. CONTRACTOR PERSONNEL SECURITY REQUIREMENTS The contractor shall be required to comply with all security policies/requirements. All security policies/requirements must be met and employees cleared prior to the contractor performing work under this contract. Employees that cannot meet the security and clearance requirements shall not be allowed to perform work under this contract. H. INTERFERENCE TO NORMAL FUNCTION: Contractor may be required to interrupt their work at anytime so as not to interfere with the normal functioning of the facility, including utility services, fire protection systems, and passage of facility patients, personnel, equipment and carts. 1.In the event of an emergency, contractor services may be stopped and rescheduled at no additional cost to the government. 2. Contractor personnel shall inform the COTR or the designee of the need to gain access to secured areas. If access is required to secure areas, prearranged scheduling will be made with COTR or designee.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AtlVAMC/VAMCCO80220/VA24712R1158/listing.html)
 
Document(s)
Attachment
 
File Name: VA247-12-R-1158 VA24712R1158- LAWERENCEVILLE OLD SITE.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=468066&FileName=VA247-12-R-1158-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=468066&FileName=VA247-12-R-1158-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Lawrenceville CBOC;1970 Riverside Parkway;Lawrenceville;GA
Zip Code: 30043
 
Record
SN02871811-W 20120908/120907001829-fa690cc2b380d6185c215dca8e44e25f (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.