|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 20,1999 PSA#2328FISC Norfolk Detachment Philadelphia, 700 Robbins Ave., Bldg. 2B,
Philadelphia PA 19111-5083 70 -- NETWORK DEVICES SOL N00140-99-Q-H042 POC Point of Contact --
Matt Sweeney, Contract Specialist 215-697-9632; J.J. Swizewski,
Contracting Officer 215-697-9630 E-MAIL: CLICK HERE TO CONTACT THE BID
OFFICER, SYNOPSIS@PHIL.FISC.NAVY.MIL. This is a combined synopsis /
solicitation for commercial items. This announcement constitutes the
solicitation for the required items. FISC Det Philadelphia intends to
procure the installation of FLEETNET Newbridge equipment required for
Y2K compliance and redundancy. This procurement is being processed on
a sole source basis with Bell Atlantic in accordance with FAR 6.302-1.
This procurement is being processed on a sole source basis because
only Bell Atlantic is the only known authorized agent for Newbridge
Networks Inc. for the Tidewater area. Other Newbridge resellers are not
authorized to maintain a 4602 managed Newbridge network, which is a
particular requirement unique to FLEETNET. Bell Atlantic is authorized
to sell, install and maintain Newbridge equipment, even with the
exclusivity of the 4602 platform. This notice of intent is not a
request for competitive proposals. A determination by the Government
not to open the requirement to competition based upon responses to this
requirement is solely within the discretion of the Government. Award of
a Firm Fixed Price contract is contemplated. Base Year 0001 Switching
Shelf (90-062-03) 1 Ea. 0002 Redundant Switching Cable(90-0697-01) 1
Ea. 0003 Swiching Card (PMX) (90-0640-03) 1 Ea. 0004 Double Bandwith
Module (90-0661-01) 2 Ea. 0005 Clock Card (90-0641-01) 1 Ea. 0006 DMM
GEN C117.0 (90-3082-01) 2 Ea. 0007 Single Shelf (9 UCS) (90-0010-10) 2
Ea. 0008 Switch I/F Card PMX (90-0639-03) 2 Ea. 0009 Power Tray Dual
Import AC (90-3669-02) 3 Ea. 0010 87/264V AC Power Supply (90-2389-01)
6 Ea. 0011 Dual Shelf Cable Assembly (90-0090-05) 3 Ea. 0012 System
Control Card 3 (8+) (90-0667-05) 3 Ea. 0013 DMM Generic D117.0
(90-3083-01) 6 Ea. 0014 Fan Tray (Dual ) (90-0890-01) 1 Ea. 0015 23"
Card File Adapters (90-0571-02) 3 Ea. 0016 Switching I/F Cable 25 ft
(90-0654-06) 2 Ea. 0017 Installtion Charges ( Includes Engineering,
Planning 68 Hrs. and Design, Staging/ Prepping Hardware, and
Installation). 0018 Network 24/7 Monthly Monitoring ( See 4 Mo.
Statement of Work) Option Year I 0019 Network 24/7 Monthly Monitoring
( See 12 Mo. Statement of Work) Option Year II 0020 Network 24/7
Monthly Monitoring ( See 12 Mo. Statement of Work) Option Year III 0021
Network 24/7 Monthly Monitoring ( See 12 Mo. Statement of Work)
FLEETNET is a government owned network of T1 circuits disbursed
throughout NAVSTA Norfolk, NAS Norfolk, CINCLANTFLT Compound, and all
the Sewell point area piers. Each T1 provides twenty three 64KBS
channels and can support super rates ranging from 124 KBS to 1.344
MBPS. FLEETNET provides voice, data and video teleconferencing (VTC)
services to major shore and fleet commands. In order to provide
uninterrupted service to these customers, FLEETNET needs to institute
24/7 monitoring with backup network redundancy. The network's current
release is not Y2K compliant. Without the Y2K upgrade provided as part
of the network monitoring requirement for service and redundant
upgrade, the entire network will shutdown in Year 2000, interrupting
numerous mission cri tical communications networks. All Information
Technology (IT) services, IT equipment, and IT software provided under
this SOW must be Y2K compliant. If at any time, during the period of
performance of this SOW, such services, equipment, and/or material are
determined by the Government to not meet this requirement, the
contractor must replace the material/equipment with Y2K compliant
equipment/material at no cost to the Government. Y2K compliance, for
purposes of this SOW, is defined as deliverable services, equipment,
and sofware (as applicable) which: a. Treat the Year 2000 as the year
immediately following 1999. b. Do not fail when the year changes to
2000. c. Treat dates and times in the 21st century the same as it does
in the 20th century. d. Recognize the year 2000 as a leap year. e.
Perform all comparison actions based on time and date without error. f.
Perform all operations in the 20th century, the 21st century, or
anytime period, bridging the two without error. Period of Performance
CLINS 0001 through 0017 shall be completed no later than 1 June 1999.
Period of Performance for CLIN 0018 is 01 June 1999 through 30
September 1999 with 3 one year option periods. Location of Service
Tasks required for this requirement for services shall be performed at
NCTAMSLANT, Building M-51, Norfolk Naval Station, and location of the
FLEETNET Newbridge HUB equipment. Administration Circuit Activation
Support The Contractor shall input a DS1 service order upon receiving
a properly completed order for a DS1 from NCTAMSLANT. Determine DS1
coding and develop DS1 cut sheets for handoff to TIRKS. Coordinate
subsequent DS1 moves, adds and changes upon receipt of a properly
competed Service Request Form. The standard lead-time for provisioning
a DS1 is currently 15 business days. DS1 between the FLEETNET HUB and
the Special Network Customer Center (SNCC) will be installed and
maintained at no cost to the Government. The contractor shall convert
the FLEETNET Newbridge 4602 Network Management System (NMS) to the Bell
Atlantic Regional 46020 NMS platform. The contractor shall provide full
Y2K compatibility. Network Monitoring The contractor shall perform tune
up and test requirements with the installations team which includes: 3
Newbridge certified Bell Atlantic Technicians, remote tester in the
Special Network Customer Center (SNCC) and 1 designated government
emloyee. The contractor shall build the DS1 circuit identifications in
the equpment. The contractor shall perform 24x7 proactive monitoring
through the Newbridge 46020 Network Management System (NMS). The
Contractor shall open trouble tickets in the Work Force Administration
(WFA) system and as appropriate, resolve the trouble, or refer the
trouble to the government point of contact for dispatch of a
technician. The contractor shall provide software maintenance and
upgrade to FLEETNET, as released by Newbridge Networks Inc., at no
additional cost to the Government. Corrective Maintenance The
contractor shall perform remote daily equipment diagnostics from the
Special Network Customer Center (SNCC), reporting problems / troubles
to the government point of contact as detected. Notification can be
verbal or written. The contractor shall backup network database after
each network change, or monthly, at a minimum. The contractor shall use
jointly developed and documented escalation procedures to correct
troubles and if required, refer trouble to the government point of
contact for dispatch of technician (s) to correct trouble (s) at the
FLEETNET location described above. Unresolved troubles will be reported
to the government point of contact within 15 minutes to allow for
dispatch of local Bell technicians. The contractor shall close trouble
tickets in the WFA system and communicate to the government point of
contact as appropriate. The contractor shall perform trouble call
repairs, including all dispatches, during regular business hours, out
of hour call outs as well as weekends and holidays. The contractor
shall guarantee response time to be within one hour of receipt of
trouble report from thegovernment point of contact. The contractor
shall guaranatee no extra charge to the government for premium work
hours. The contractor shall replace HUB equipment or any component
thereof with spare equipment as per the contract, at no cost to the
government. Hardware Upgrades The contractor shall provide for
installation of additional Newbridge hardware to upgrade existing
Newbridge 3645 equipment to a fully redundant and fully Y2K compliant
system. The upgrade, test and acceptance shall be completed within 30
days of contract award. The testing shall include: * Loop back testing
to remote * Network management software testing * Hardware operability
testing Clauses The following FAR provisions and clauses apply to this
solicitation and are incorporated by reference: FAR 52.212-1
Instructions to Offerors -- Commercial Items. The following factors
shall be used to evaluate offers: price; FAR 52.212-3 Offeror
Representations and Certifications Commercial Items; FAR 52.212-4
Contract Terms and Conditions- Commercial Items; Addenda to FAR
52.212-4: 52.217-9 (a) 30 days (c) 48 months; and FAR 52.212-5 Contract
Terms and Conditions Required to Implement Statutes or Executive
Orders: The following numbered subparagraphs under paragraph (b) of
this apply: (1), (2), (3), (6), (7), (8), (9), (10), (11), (16), (17)
"regulatory". The incorporated clauses and provisions are those in
effect. The following Defense FAR Supplement (DFAR) provisions and
clauses apply to this solicitation and are incorporated by reference:
DFAR 252.212-7000 Offeror Representation and Certifications-Commercial
Items; and DFAR 252.212-7001 Contract Terms and Conditions Required to
Implement Statutes or Executive Orders Applicable to Defense
Acquisitions of Commercial Items: The following clauses referenced
under paragraph (b) of this clause apply: 252.219-7006, 252.225-7001,
and 252.233-7000. At a minimum, vendors should provide this office: a
price proposal on letterhead or a SF1449 for the requested items w/unit
price, extended price, prompt payment terms, remittance address, and
copies of FAR 52.212-3 and DFAR 252.212-7000. Responses to this
solicitation are due by COB 7 May 1999. All offers shall be sent to
FISC Det Philadelphia, Matt Sweeney, Code 02P22W. Reference RFP
N00140-99-Q-H042. Posted 04/16/99 (D-SN321379). (0106) Loren Data Corp. http://www.ld.com (SYN# 0283 19990420\70-0001.SOL)
70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
|
|