SOURCES SOUGHT
70 -- PBX System Maintenance
- Notice Date
- 10/25/2012
- Notice Type
- Sources Sought
- NAICS
- 517919
— All Other Telecommunications
- Contracting Office
- Nuclear Regulatory Commission, Office of Administration, Division of Contracts, 12300 Twinbrook Parkway, Rockville, Maryland, 20852-2738, United States
- ZIP Code
- 20852-2738
- Solicitation Number
- RG3-13-PBX
- Archive Date
- 11/24/2012
- Point of Contact
- Wanda M. Brown, Phone: 3014923634
- E-Mail Address
-
wanda.brown@nrc.gov
(wanda.brown@nrc.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a sources sought notice issued by the U.S. Nuclear Regulatory Commission (NRC) Region III, Information Resources Branch. This is not a Request for Proposal. The NRC is conducting a market survey and analysis to determine the range of available contractors that exists and assess their capabilities to perform the work requirements described below. The purpose of this announcement is to provide potential sources the opportunity to submit information regarding their capabilities to perform work for the NRC free of conflict of interest (COI). For information on NRC COI regulations, visit the NRC Acquisition Regulation Subpart 2009.5 (http://www.nrc.gov/about-nrc/contracting/48cfr-ch20.html). All interested parties are invited to submit a response to the market research questions below and submit capability information describing their ability to perform the work requirements set forth below; the applicable NAICS code for this notice is 517919. Background: The objective of this contract is to obtain a PBX system maintenance agreement that will provide coverage 24 hours per day, 7 days per week, and 365 days per year for the NRC Region III office located in Lisle, IL 60532. Capability Sought: The NRC is seeking to identify commercial organizations capable of performing telecommunications system maintenance and associated support as required by the original equipment manufacturer for maintaining its products. The contractor support required includes providing maintenance and related support for an Avaya S8700 system with Communication Manager 5.1, including items in Section 2.1 of this SOW. Respondents should provide capabilities which demonstrate their ability to perform (or comply with, as applicable) the following work requirements: To ensure PBX maintenance services, including emergency and routine service/maintenance, to the Avaya S8700 system as well as associated components located at the NRC Region III office location at 2443 Warrenville Road, Lisle, Illinois; To ensure and maintain the current (up to date) release of all associated software that is currently installed or needs to be installed; To ensure minor alarms are addressed within 16 business hours of initial report and major/outages are addressed within 2 hours and on site within 4 hours if needed; The NRC could provide temporary remote access upon request by NRC personnel and oversight; Additional Detail 1344982K HP DL320 Server for Dynamic Host Configuration Protocol (DHCP) licensing 183443 CM S8730 Model 185886 Meet Me conference software - 50 port 195406 S8500C server for conference software 216960 S8510 server for Session Initiation Protocol (SIP) enablement services 211330 2 - S8730 servers offering failover where the call stays in tact 700383920 240 - IP phone 9640 700426729 40 - IP phone 9630 204017 SSU CMR5 software support for switches 212331 Integrated management fault/performance software 208498 SSU IM R5 software support for integrated management 214456 MM R4 modular messaging software for 400 users 700403793 AMS3500 Avaya modular messaging store server 209141 SSU MM R4 software support for modular messaging 017-747-82 9 - ALI Elite 2000 RM XL UPS E-RES008 8 - port Voice Gate Server with Emergency Response Dialing and blast/broadcast dial 170052E2 21 - Adtran NetVanta 1335 POE Switches as well as maintaining current configuration files 700450471 MM R4.0 MSS MED KIT FOR AV Server RH Linux 700376528 AM Windows 2003SAK Lic strkr AV Server 700394950 2 - G650 Media Gateways with the following boards installed in Chassis A and Chassis B Workstation Avaya Softconsole (reception) Workstation Administration Chassis A Power Supply TN2312 BP IPSI TN799DP C-LAN TN799DP C-LAN TN771DP Maintenance/Test TN556D ISDN LINE TN793CP ANALOG LINE TN793CP ANALOG LINE TN2501AP ANNOUNCEMENT TN464HP DS1 INTFC 24/32 Chassis B Power Supply TN2312 BP IPSI TN799DP C-LAN TN799DP C-LAN TN2224CP 2W DIGITAL LINE TN556D ISDN LINE TN793CP ANALOG LINE TN793CP ANALOG LINE TN747B CO TRUNK TN464HP DS1 INTFC 24/32 TN2602AP MEDIA RESOURCES 320 HOW TO RESPOND TO THIS NOTICE: If your organization has the capability and potential capacity to perform the services described above, then please respond to this notice and provide written responses to only the following information. 1. Organization name, address, email address, Internet site address and telephone number. 2. What size is your organization with respect to NAICS code 517919 (i.e. "small" or "other than small")? If your organization is a small business under the aforementioned NAICS code, what type of small business (i.e. small disadvantaged business, woman-owned small business, economically disadvantaged woman-owned small business, veteran-owned small business, service-disabled veteran-owned small business, 8(a), or HUBZone small business? Specify all that apply. 3. Does your organization have experience providing co-location services? If so, please list and describe those contracts (contract number, contract type, contract value, description of supplies and services included in the scope, period of performance, etc.) and indicate your organization's role (prime contractor, first tier subcontractor, lower tier subcontractor). 4. Does your organization have experience providing maintenance and related support for an Avaya S8700 system and peripheral equipment listed above? If so, please list and describe those contracts and indicate your organization's role (prime contractor, first tier subcontractor, lower tier subcontractor). 5. Does your organization have experience providing telecommunications system maintenance and associated support? If so, please list and describe those contract and indicate your organization's role (prime contractor, first tier subcontractor, lower tier subcontractor). Also, would your organization be able to meet performance level agreements in relation to being on site in Lisle, Illinois in the time specified in the contract during a major outage. If so, please explain your coverage strategy like remote field staff in the area etc.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NRC/OA/DCPM/RG3-13-PBX/listing.html)
- Place of Performance
- Address: US Nuclear Regulatory Commission, Region 3, Lisle, Illinois, United States
- Record
- SN02919707-W 20121027/121025234535-a39c6bd44887c4a0891958e2a9c682bf (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 |