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