|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 15,1995 PSA#1284SMALL PURCHASES BRANCH MS204, U S GEOLOGICAL SURVEY, 12201 SUNRISE
VALLEY DRIVE, RESTON, VA 22092 58 -- PURCHASE TELEPHONE SYSTEM SOL 94-4436-8291 DUE 110694 POC
Purchasing Agent, Linda Queern, 703-648-7393 The U.S Geological Survey
(USGS) Coram, NY, has a requirement for a fully Digital, Non-Blocking,
Integrated Voice/Data, with Voice Mail, phone system, ISDN-primary rate
(23+D) and 2B+D BRI capable on the station set side, universal
equipment ports, including installation, testing, cutover, training and
maintenance. The USGS anticipates placing the order pursuant to a non
mandatory GSA schedule. The phone system shall be able to handle the
new North American Numbering Plan as proposed for January 1st, 1995.
The phone system shall have 33% spare capacity for additional circuit
boards for growth after initial system configuration. The phone system
shall be equipped with the following configuration: minimum one year
warranty, parts and labor; 8 2-Way, Loop Start, Local Trunks; 12 analog
station ports; Minimum 36 digital station ports, BRI/2B+D ready, for
tel sets; 29-18 to 20 button, ISDN 2B+D ready, fully digital tel sets,
no speaker phone, voice mail message waiting lamps, multi line, desk
or wall mount, with fixed and user programmable feature buttons, and
4-18 to 20 button, ISDN 2B+D ready, fully digital tel sets with LCD
display, with built in 2-way speakerphone and headset jack. Sets shall
be capable of providing an auxiliary phone jack for a single line set
with the addition of a multifunctional feature module (MFM) or a 64Kbs
clear data channel with the addition of a multifunctional data module
(MFDM); 2 cordless, multi-line phone, w/fixed basic feature buttons
(Hold, transfer, etc.); 2 Remote port security device locks for dial in
modem acces for software applications and critical data; Power Failure
Transfer Feature on 2-way trunks for designated phones, 2 phones
minimum; Least Cost Routing or ARS; Internal/Built-in back up
capability to a floppy disk and/or tape drive for PBX programming and
voice mail; Voice mail W/AutoAttendant feature and Directory by Name,
8 port/12hours storage minimum; 2 hour UPS Backup battery supply, 13 to
15 AMPs per hour minimum load for phone system and voice mail plus
FTS2000 CSU's and modems; Call Detail Recording or SMDR; CDR, or phone
system, shall have system traffic and station utilization reporting
for facility/trunking management; 1-800, toll free, 24 hour, user
technical assistance phone line for life of the phone system; 1 System
administrative terminal; PC interface capability for remote and local
maintenance access to phone system for all programing needs-this shall
include software if phone system administration software is a
manufacturer propritary product; Vendor provided, on site, basic phone
system & Voice mail training, and materials, on use of phone sets and
features for all phone users and basic system administration for
designated personnel; Full System Administrative Training for two
people, includes phone system, voice mail and any other subsystems;
Voice wiring, 43 new wire termination; 43 new wire for data runs; Level
5, Patch Panels and Patch Cords; Teflon, plentium rated wire for all
new voice and data wire runs; The Contractor shall provide on-call
remedial and preventative maintenance services. The Contractor shall
respond to calls for remedial maintenance calls within 3 hours during
normal working hours and 8 hours outside of normal working hours. The
Contractor shall use manufacturer trained and certified technicians for
installation and subsequent maintenance and service of the phone
system. Operational life of the system is expected to be a minimum of
7 years. Vendor's response must include, but is not limited to, offered
product's name, price list, warranties, references, and any additional
technical documentation indicating a bona fide ability to meet this
requirement. A Statement of Work is available upon request. All
responses from responsible sources will be fully considered. As a
result of analyzing responses to synopsis of intent, the contracting
officer may determine that a solicitation will be issued. If a
solicitation is issued, no additional synopsis will be published. Any
such solicitation will be issued to the intended schedule vendor and
all firms that respond to this synopsis of intent shall otherwise
request a copy of the solicitation. Vendors who believe that they can
meet the requirement must submit a written response within 15 (0044) Loren Data Corp. http://www.ld.com (SYN# 0363 19950214\58-0002.SOL)
58 - Communication, Detection and Coherent Radiation Equipment Index Page
|
|