Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MAY 30, 2001 PSA #2861
SOLICITATIONS

D -- PRIVATE BRANCH EXCHANGE (PBX) SERVICE FOR THE NORTH DAKOTA ARMY NATIONAL GUARD

Notice Date
May 25, 2001
Contracting Office
USPFO for North Dakota, Attn: AGND-PFO-PC, P.O. Box 5511, Bismarck, North Dakota, 58506-5511
ZIP Code
58506-5511
Solicitation Number
DAHA32-01-T-0015
Response Due
June 15, 2001
Point of Contact
Kathy Robinson, Contract Specialist, 701-224-5233 or MAJ Scott Boespflug, Contracting Officer, 701-224-5204
E-Mail Address
kathy.robinson@nd.ngb.army.mil (kathy.robinson@nd.ngb.army.mil)
Description
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; quotes are being requested and a written solicitation will not be issued. Solicitation number DAHA32-01-T-0015 is issued as a request for quotation (RFQ)). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-24 dated 12 April, 2001. This solicitation is unrestricted. This service includes a base requirement and five options for a total of five years service. The North Dakota National Guard has a requirement for Private Branch Exchange (PBX) services to three separate Army National Guard locations in North Dakota. The three cities are Fargo, Grand Forks and three separate sites in Bismarck, North Dakota. Fargo and Grand Forks have one PBX at each Armory. Currently the National Guard has three PBX telephone switches in Bismarck. The PBX requires service connectivity between the switches and the Local Exchange Company (LEC). Services requested include PRI T-1s to the Central Office, Point to Point T-1s between switches (Bismarck only), 5000 DID numbers in Bismarck, 500 DID numbers in Fargo, 300 DID numbers in Grand Forks, analog Central Office Telephone Service (COTS) lines with ground start, hourly rates for service calls on Nortel PBXs (Bismarck only) and the ability to expand services in the future. The National Guard cannot provide facilities, cabling or furnish any equipment to the vendor other than what is needed to install T-1 data lines to the switches. An account manager (point of contact) should be available for billing, service changes or other problems. Customer support and technical assistance will be needed via email, phone, FAX or onsite visits during normal business hours Monday through Friday 8 a.m. to 5 p.m. In cases of local and national emergencies, after hours customer support and technical assistance will need to be available upon request from the government. The locations of the PBX services will be as follows: Fraine Barracks, Bldg. 50, 432 Fraine Barracks Road, Bismarck, ND 58501 Location has switch Nortel 81C PBX; Raymond J. Bohn Memorial Armory, 4200 E. Divide, Bismarck, ND 58501 Location has switch Nortel 61C PBX; Army Aviation Support Facility, 3406 Airway Ave, Bismarck, ND 58554 Location has switch Nortel 11C PBX; Fargo Armed Forces Reserve Center, 3920 31st NW, Fargo, ND 58102 Location has switch Nortel 11C PBX; Grand Forks National Guard Armory, 1501 South 48th Street, Grand Forks, ND 58208 Location has switch Nortel 11C PBX. In Bismarck a continuous block of 5,000 DID numbers will be provided by the contractor. The contractor will need to allow for growth of DIDs, T-1s and COTS. The Fraine Barracks location requires the contractor to provide 3 each Primary Rate Interface (PRI) T-1s with B8ZS to the central office. The T-1s will be installed at an extended DEMARC in the Building 50 HUB room. The contractor will also provide 69 trunks within the PRI T-1s to the central office or Public Switched Network (PSTN) and 16 each analog Central Office Telephone Service (COTS) lines with ground start. The Raymond J. Bohn Memorial Armory (RJBMA) location requires the contractor to provide 4 each analog COTS lines with ground start. The contractor will also provide 2 each Point to Point T-1s with B8ZS between RJBMA and Fraine Barracks and 1 each Point to Point T-1 with B8ZS between RJBMA and T-1 with B8ZS between RJBMA and the Army Aviation Support Facility. The Army Aviation Support Facility (AASF) location requires the contractor to provide 4 each analog COTS lines with ground start and 1 each Point to Point with B8ZS from the AASF to Fraine Barracks. Nortel PBX trained personnel are required for installation, maintenance, disaster recovery or consultation. The contractor will be required to provide technical assistance upon the governments request (typically, this will be on a 3-4 hour on-site basis no travel or per diem will be authorized). In Fargo, the contractor will provide 1 each PRI T-1 (B8ZS) with 12 trunks to the PSTN. The contractor will also provide 500 DID numbers and 4 each analog COTS lines with ground start. In Grand Forks, the contractor will provide 1 each PRI T-1 (B8ZS) with 12 trunks to the PSTN. The contractor will also provide 300 DID numbers and 4 each analog COTS line with ground start. The contractor will block "ALL" toll charges on the trunks and COTS. There will be no direct dialing, no 900 number dialing including any fee for service number, no collect calls, and no third party billing. All toll charges from all sources will be blocked. The contractor, at the contractor's expense, will install all equipment necessary to provide PBX services in all locations listed. All equipment furnished the National Guard will be new equipment (no refurbished equipment). It is the contractor's responsibility to provide maintenance for any equipment and telecommunications cables the contractor installs. Personnel will need to be on duty 24 hours a day, 7 days a week to immediately repair any problem with the contractors PBX or central office switch equipment. Upon notification by the government of any problems, the contractor will need the capacity to repair any T-1 line, trunk feature or COTS within one business day. The contractor will within three weeks time make any changes, additions or deletions to the PBX services at the government's expense. The contractor will provide training to the government on any equipment it installs. The contractor will pay for all costs related to transportation or relocation of contractor equipment. Government furnished property and services include reasonable use of electricity for network interface devices and all end user telecommunication equipment (PBX, PBX T-1 trunk cards, phone sets, routers and Hubs) for government employees. The start date will be set by the government and will be approximately 1 August, 2001. All PBX services listed must be in place on or before the start date. Invoices will be sent to: North Dakota National Guard, ATTN: DSIM, PO Box 5511, Bismarck, ND 58506-5511. Contractors interested in this solicitation shall notify the contracting office by FAX (701) 224-5257, ATTN: Kathy Robinson, Contract Specialist. Point of Contact for all technical questions is Doug Lantz (701) 224-5001. Interested contractors will forward the complete Statement of Work and any other information necessary for submission of the solicitation. Each contractor must include its Federal Tax Identification Number and corporate status. Corporate status means the concern's designation as a 1)sole proprietorship, 2)partnership, or 3)other corporate entity. The ensuing contract shall be for a base period commencing approximately 1 August, 2001 through 30 September, 2001 with five options renewable each new fiscal year. Contractors shall include a completed copy of the provision at DFAR 252.212-7000 Offeror Representations and Certifications Commercial Items with its offer (252.212-7000) is available upon request). Provision 52.212-1 Instructions to Offerors Commercial applies to this acquisition. The FAR clause 52.212-4 Contract Terms and Conditions Commercial Items applies to this acquisition. FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items are included and incorporated by reference clauses: 52.222-3 Convict Labor, 52.233-3 Protest after Award, 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I, 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity, 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. The provision 52.232-18 Availability of Funds and provision 52.232-19 Availability of Funds for the Next Fiscal Year applies to this acquisition. The following clauses are incorporated by reference: 252.204-7004 Required Central Contractor Registration, 52.232-33 Payment by Electronic Funds Transfer, 52.217-8 Option to Extend Services, 52.217-9 Option to Extend Term of the Contract, 252.239-7002 Access, 252.239-7003 Facilities and Services to be Furnished Common Carriers, 252.239-7004 Orders for Facilities and Services Common Carriers, 252.239-7005 Rates, Charges and Services Common Carriers, 252.239-7006 Tariff Information, 252.239-7007 Cancellation or Termination of Orders Common Carriers, 252.239-7008 Reuse Arrangements, 252.239-7011 Special Construction and Equipment Charges, 252.239-7012 Title to Telecommunication Facilities and Equipment. Evaluation of quotes: quotes will be evaluated inclusive of options (i.e., base requirement plus all options). Evaluation and award will be based on the overall best value to the government through comparative evaluations of offers. Currently funds are only available to fund the base requirement. Options will be awarded annually as funds become available. Evaluation of options shall not obligate the Government to exercise the option(s). The CLINS for the proposed contract are as follows: 0001, BASE REQUIREMENT, 01 August, 2001 30 September, 2001___________________________ 0002, FIRST OPTION , 01 October, 2001 30 September, 2002 ___________________________ 0003, SECOND OPTION , 01 October, 2002 30 September, 2003 ___________________________ 0004, THIRD OPTION , 01 October, 2003 30 September, 2004 ___________________________ 0005, FOURTH OPTION , 01 October, 2004 30 September, 2005 ___________________________ 0006, FIFTH OPTION, 01 October, 2005 31 July, 2006 ___________________________ RFQ's shall be forwarded to: USPFO for North Dakota, ATTN: Purchasing and Contracting, PO Box 5511, Bismarck, ND 58506-5511, NLT 15 June, 2001 by close of business. Facsimile quotes will be accepted.
Record
Loren Data Corp. 20010530/DSOL001.HTM (W-145 SN50N237)

D - Automatic Data Processing and Telecommunication Services Index  |  Issue Index |
Created on May 25, 2001 by Loren Data Corp. -- info@ld.com