Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 11,1997 PSA#1906

Directorate of Contracting, US Army Garrison, Hawaii, Attn: APVG-GKC, Fort Shafter, HI 96858-5025

58 -- FURNISH, INSTALL, MAINTAIN PBX SYSTEM SOL DAHC77-97-R-0037 DUE 082697 POC Contract Specialist C. Kohagura (808) 438-6535 X 200 FAX (808) 438-6563 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 No. DAHC77-97-R-0037 is issued as a Request for Proposal (RFP) and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 90-46. This procurement is 100% small business set aside. Standard industrial classification code is 3661 with small business standard of 1,000 employees. CONTRACT LINE ITEM NO. 0001 -- Furnish and install PBX switch and 190 digital phones and maintain PBX switch in Bldg 1557, FS -- 1 Lump Sum. Contractor shall furnish, install and maintain 9th Regional Support Command's Private Branch Exchange (PBX) switch at bldg 1557, Ft Shafter, provide and install printed circuit boards; install trunks and circuits; install and connect analog/digital instruments; provide data interface, provide spare components, and maintain and repair the system during the period of installation and warranty. Work includes installation of cables in existing ducting to reach five pre-wired buildings with preinstalled distribution blocks. Warranty (to include parts and labor) and on-site maintenance and repair shall be performed for one year after Govt acceptance. Acceptable quality level of switch and associated equipment at end of warranty period shall be 95%. Contractor shall have a certified switch operator with minimum one-year experience who is qualified to operate and repair PBX switch. Provide copy of switch operator's PBX certification with proposal. Contractor shall respond to failures within 2 hours and correct failures within 24 hours of notification. Failure is considered to be any critical outage on the system. Contractor shall perform all work in accordance with commercial practices of installation of PBX switch or equivalent, manufacturer's maintenance procedures, schematic diagrams and wiring drawings; however, these shall be no less than Electronic Industry Assn/ Telecommunications Industry Assn (EIA/TIA) standards. Contractor shall maintain records of dates and repair times of all work performed and shall make records available to the Contracting Officer's Representative (COR) upon request. Records shall be provided to COR upon termination of contract. During life of the contract, contractor shall advise the Govt of all updates, improvements, and modifications that will enhance future hardware requirements. Contractor shall provide on-site maintenance between 7:30 a.m. and 4:15 p.m., Monday through Friday, excluding Govt holidays. Contractor shall have two (2) working days to perform initial performance testing of installed PBX or equivalent switch. Switch shall be 100% functional and operational before Govt acceptance. Installation: Equipment and Wiring -- Contractor shall provide wiring and associated equipment required for installation of new switch. This includes 24-gauge station wiring for all necessary cross-connects and testing, software, and records updating. New Station Wiring: Contractor shall provide and perform cabling between bldg 1557 and four outlying bldgs through existing Govt owned ducts to carry services for the following distances and provision the switch to accommodate services as requested. Analog instruments and patch panels will be provided by the Govt. Bldg No./Approx Distance from PBX/Patch Panel Type/No. of Digital Phones/No. of Single line Analog Phones: 1550/1000 ft/66/75/40, 1554/1000 ft/66/5/0, 1556/1000 ft/66/0/12, 1557/PBX/110/110/13, 1558/1000 ft/110/0/5. Ancillary Equipment and Wiring: Contractor shall install new subscriber loop wiring with connection to phone jacks (RJ11,RJ45). This includes 24 gauge station wiring and all necessary cross-connects, testing, software, and records updating. Central Office (CO) Trunks: Contractor shall install all existing and new CO trunks (to include 2 to 4 wire circuits, Foreign Exchange lines, WATS lines, and specialized common carrier lines) to the switch in bldg 1557 at Ft Shafter. This includes all cross connects, necessary testing, necessary software, and records updating. Software: Station and Trunk -- Contractor shall provide software settings on switch, e.g., ringing, class of service, call forwarding, and hunt group during the period of warranty and update all records. Line -- Contractor shall provide software changes which convert analog station lines to digital station lines; e.g., for recording devices. This includes all necessary cross-connects, necessary testing, and record updating. PBX SYSTEM SHALL BE FULLY OPERATIONAL BY OCTOBER 10, 1997. SALIENT FEATURES: Telephone PBX System must have capability to provide service to approximately 260 stations and be expandable to 512 if required. Capability for analog instruments to outlying buildings is acceptable if beyond the range of digital instruments. Line cards must be compatible with type of instrument provided. SYSTEM CAPACITY: Ports -- 64-512 (+ 120 TI Channels), Stations 64-512, Trunk support: 64 to 256 (+120 TI Channels). PLACING CALLS: Autodial, Automatic Pause Insertion, Automatic Redial, Dynamic Save Button, Extended DTMF Tones, Idle Line Preference, Idle Line Priority, Last Number Redial, Line Groups, Line Preselection, Line Queuing, On-Hook Dialing, Pooled Line Button, Prime Line, Pulse/Tone Switchable, Save Number Redial Station Speed Dial (30), System Speed Dial (200). ANSWERING CALLS: Answer Button, Calling Station Identification on Busy Lamp Field (BLF), Calling/Called Station and Line Name Display, Call Pick-Up (Directed, Group, & System), Delayed Ringing, Distinctive Ringing, Flexible Ringing Assignments, Flexible Ringing Assignments of External Paging Interface, Personalized Ringing Tone, Ringing Line Preference, Square/Non-square Configuration (Flexible Line Assignments), Subdued Ringing. CALL PROCESSING: Add-on Conferencing, Abandoned Hold Release, Automatic Hold -- Line to Lineor Intercom, Basic Key Service (1A2 Type Features), Basic Rate Interface (BRI), Call Forwarding at Busy/Ringing No Answer (All or Personal), Call Park with Recall, Call Split, Call Transfer (Screened), Call Transfer (Unscreened with Automatic Camp-On to Busy Station), Call Waiting Tone, Conferencing -- Multi -Line, Consultation Hold, Default Busy/RNA Call Forward, Dial "0" for Station Attendant, Dial -- In Lines (DIL), Direct Station Selection (DSS) with Busy Lamp Field (BLF), End-to-End DTMF Signaling on Intercom Lines, Exclusive Hold, Executive/Attendant Override, Hot Transfer, I -- Hold and I -- Use Indicators, Liquid Crystal Display (LCD) Messaging, Line Answer from Any Station (TAFAS), Manual Hold with Hold Queuing, Night Transfer (of Ringing), Release Button, Station Monitoring with DSS Call Pick -- up, TAP (Flash/Recall), Timed Hold Recall, Unscreened Call Transfer Recall Timing, Unsupervised Conferencing (2 -- Party). INTERCOM: Zone Paging/All Call Paging. COURTESY & FLEXIBILITY: Automatic Privacy (Programmable/Verifiable Account Codes), Background Music (External Source), Call Forwarding -- All or Personnel (Prime Line & Intercom), Central Message Desk, Do Not Disturb, ISDN Interface Capability, Message Waiting, Music On Hold on Line or Intercom(External Source), Mute, Privacy and Privacy Release, Programmable Buttons (for system features, line appearances, DSS/BLF, or autodials), Station Reminder Alarm, Station to Station, Trunk to Trunk, Walking Class or Service with Authorization Codes. MANAGEMENT CONTROL: Account Codes with Positive Verification, Automatic Route Selection, Battery Backup Kit, Call Costing with LCD Display, Console-less Operation, Do Not Disturb Inhibit & Override, Feature Inhibit, Force Account Codes, Line Access Restriction, Line Origination Restriction, Memory Retention with Batteries, Phone Lock, Power Failure Transfer, Printer Interface, Private Lines, Service Observing, Station Message Detail Accounting (SMDA) with Reports (requires expanded memory), Station Message Detail Recording (SMDR), System Error Log and Alarms, Toll Restriction (Day and Night Mode). COMPATIBILITY: Analog Terminal Interface, Auxiliary Equipment Interface, Battery Backup Interface, Console Support, Voicemail/Email Integration, External Paging Interface, Headset Aid Compatibility (LCD Phone & PC based Attendant), Hearing Aid Compatible, Industry Standard Telephone/Instrument Support, Liquid Crystal Display (LCD) phone Support, Music Interface (Multi Music Sources), PBX/Centrex/Central Office Compatible, Single-Line Proprietary Telephone Support, Speakerphone Support, Voice Mail/Automatic Attendant Compatibility. PROGRAMMING: Default Function Programming, Password Protection, Program Printout (with customer supplied modem), Self Diagnostic, Station and Line Class of Service, Two RS-232 Ports. SYSTEM ATTENDANT FEATURES: Alternate Attendant Call Routing. TOTAL CONTROL PC-BASED ATTENDANT FEATURES: Attendant Programming using PC, Dial by Name, Incoming Call Priority, Mouse Compatibility, On -- Line Help Screens, Preferred Greeting Screens, Speed Dial Directory, Text Messaging, Visual Pending Call Queue for Held, Parked, and Ringing Calls, Visual Station Status. PHONES: Liquid Crystal Display (LCD) Digital Speaker Phones with LED display will be required for digital requirements. Command will use existing single line analog phones to meet single line requirements. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies. As a minimum, proposal shall contain (1) Descriptive literature to determine product acceptability; (2) Copy of switch operator's certification (3) Past performance information (contract references, include name/address/phone); (4) Ability to meet delivery schedule; (5) Price/Cost. Offerors who fail to follow the format and requirements specified may be found unacceptable. Proposals will initially be evaluated for product acceptability/personnel qualification. Only those with acceptable products/personnel qualification will be considered. Award will be made to the responsible offeror on the basis of the lowest evaluated price with acceptable past performance and ability to meet the delivery schedule. The Govt may award contract based on initial offers received without discussion, therefore initial offer should contain the offeror's best terms from a cost or price and technical standpoint. Offerors must include completed copy of FAR provision 52.212-3 and DFARS 252.212-7000,, Offeror Representations and Certifications-Commercial Items with all offers. FAR 52.212-4, Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items applies and includes: 52.203-6 Restrictions on Subcontractor Sales to the Govt with Alternate I; 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity; 52.219-8 Utilization of Small, Small Disadvantaged and Women-Owned Small Business Concerns; 52.219-14 Limitation on Subcontracting; 52.222-26 Equal Opportunity; 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36 Affirmative Action for Handicapped workers; 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies and includes 252.225-7001 Buy American Act and Balance of Payment Program; 252.225-7012 Preference for Certain Domestic Commodities; 252.225-7014, Preference for Domestic Specialty Metals; 252.227-7015 Technical Data-Commercial Items; 252.227-7037 Validation of Restrictive Markings on Technical Data; 252.247-7024 Notification of Transportation of Supplies by Sea. Other FAR/DFARS clauses/provisions applicable: 52.203-3 Gratuities; 52.204 Printing/Copying Double-sided on Recycled Paper; 52.204-6 Contractor Identification Number-Data Universal Numbering System (DUNS) Number; 252.204-7001 Commercial and Govt Entity (CAGE) Code Reporting; 52.233-2 Service of Protest; 52.225-11 Restrictions on Certain Foreign Purchases; 252.225-7000 Buy American Act-Balance of Payments Program Certificate; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.225-7003 Information for Duty-Free Entry Evaluation; 52.232-17 Interest; 52.232-33 Mandatory Information for Electronic Funds Transfer Payment; 52.237-1 Site Visit; 52.242-13 Bankruptcy; 52.233-2 Service of Protest. Contractor shall coordinate delivery /installation with MAJ Ennis, (808) 438-1521. A site visit is scheduled for 9:00 a.m., August 15, 1997 at bldg 1554, Ft Shafter. Prospective offerors are encouraged to attend and should contact MAJ Ennis at (808) 438-1521 with names and phone numbers and for directions to the site. The Govt cannot guarantee terchnical personnel will be available at any other time. Any discussion, remarks and explanations that may be made by any Govt representative during the site inspection will not qualify the terms of the RFP and technical specifications unless the solicitation is amended in writing. Proposal shall be mailed or handcarried to Directorate of Contracting, ATTN: APVG-GKC, bldg 520 (Basement), Ft Shafter, HI 96858-5025 NLT August 26, 1997, 4:00 p.m. Hawaii Standard Time. For information regarding this solicitation, contact Carol Kohagura, (808) 438-6535, ext 200. All responsible sources may submit an offer. (0218)

Loren Data Corp. http://www.ld.com (SYN# 0331 19970811\58-0001.SOL)


58 - Communication, Detection and Coherent Radiation Equipment Index Page