Telephone Maintenance/Repair
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: Telephone Maintenance/Repair
Classification Code: S - Utilities and housekeeping services
Solicitation Number: HSFE20-17-Q-0079
Contact:
Setaside: N/AN/A
Place of Performance (address):
Place of Performance (zipcode): 21727
Place of Performance Country: US
Description:
Preparedness Branch
This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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 document will not be issued. It is incumbent upon contractors to monitor the FedBizOpps web page (https://www.fbo.gov) for any/all subsequent amendments. FedBizOpps also contains an option for automatic notification services. This combined synopsis/solicitation document and the incorporated provisions and clauses it contains are those in effect through Federal Acquisition Circular (FAC) 2005-92. The NAICS code for this requirement is 811213 Telephone equipment repair and maintenance services without retailing new telephone equipment. The size standard is
The
The period of performance will be twelve (12) months from effective date of award base period. The award will contain a base period with four (4) each 12 month option periods.
See the attached Statement of Work (SOW), Attachment A, for details.
The quoted price shall represent the total price (fixed price proposed for all services) for the base period as well as a separate total price for each option period. In addition each offeror shall submit a proposed partial payment schedule for consideration and approval by the government. Proposed partial payments shall not exceed one (1) per month. A purchase order in the amount sufficient to cover costs quoted for services specified will be issued to the lowest priced, technically acceptable (LPTA) responsible offeror. Technical and/or administrative questions must be submitted in writing to [email protected] no later than
This is a combined synopsis/solicitation (HSFE20-17-Q-0079).
Quotations must be submitted electronically. All offers must contain a summary of maintenance services and procedures proposed to successfully complete this requirement. When responding please include the solicitation number HSFE20-17-Q-0079 on the subject line of your email message. All documents submitted must be in MS Word, Excel or PDF format. Total size for all proposal material cannot exceed 10MB. Any file larger than 10MB is too large to be accepted by the
EVALUATION FACTORS FOR AWARD: The Government intends to award a commercial purchase order resulting from this solicitation to the lowest priced, technically acceptable responsible offeror. The intended commercial purchase order will contain a twelve (12) month base period and four (4) each twelve (12) month option periods. The technical and past performance factors, factors A and B below, when combined are approximately equal to price. The factors identified below will be the evaluation factors used to evaluate all offers received. Quotes must be specific in details and clearly identify all the government requirements.
A. Technical - (1) Offerors shall provide in sufficient detail a technical quote that demonstrates the offeror's experience in providing services similar in nature and scope to this requirement, and must be within a 50 mile radius of the NETC Facility located at 16825 South Seton Avenue,
Additional Technical Factors for Evaluation:
Demonstrated Knowledge and Experience with the following:
* Avaya Communication Server 1000M Multi Group PIV communication system; * CS1000 Element Manager; * CallPilot voicemail system; * CallPilot Application Builder; * CallPilot Desktop; *
Demonstrated experience on a Nortel CS-1000M with
Demonstrated experience on Call Pilot Voice Mail and Application Builder (M-Gate connections)
Demonstrated experience with Nortel VoIP
Demonstrated experience with Emerson NetSure 701
Demonstrated experience with Remote Fiber IPE shelves
(2) Offerors must be actively registered with the System for Award Management (SAM) system prior to award per Federal Acquisition Regulation (FAR) 4.1102. Failure to be actively registered will result in disqualification from award consideration. Further information may be obtained at website https://www.sam.gov.
B. Past Performance - Offerors shall provide two (2), past performance references for contracts of similar requirements including size and complexity held within the last five (5) years. Past Performance information shall contain the names and phone numbers of the contracting officer or other individual who can verify past performance information. In the case of an offeror without a record of relevant past performance the past performance will receive a neutral rating, however, offerors with relevant Past Performance that fail to provide it will be removed from consideration for award.
The offeror's initial proposal shall contain the offeror's best quote from a price and technical standpoint for the base period as well as each of the four (4) option periods. The offeror's quote shall price the base period and each option period separately, identified as follows:
Contract Period-- Quantity-- Unit------ Unit Price-- Total
Base Period-- 12-- Mths-- $-- $ Option Period 1-- 12-- Mths-- $-- $ Option Period 2-- 12-- Mths-- $-- $ Option Period 3-- 12-- Mths-- $-- $ Option Period 4-- 12-- Mths-- $-- $ The Government intends to evaluate offers and award a purchase order without discussions, but reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government reserves the right to make no award as a result of this solicitation.
PROVISIONS AND CLAUSES: All referenced FAR provisions and clauses may be accessed electronically at http://farsite.hill.af.mil/vffar1.htm and HSAR provisions and clauses may be accessed electronically at http://farsite.hill.af.mil/VFHSARA.HTM.
Of the available clauses, the following apply and are incorporated by reference: 52.212-1, Instructions to Offeror -- Commercial Items (
The following clauses apply and will be included in full text in any resulting award document: 52.209-10 Prohibition on Contracts with inverted domestic corporations (
STATEMENT OF WORK TELEPHONE MAINTENANCE/REPAIR
GENERAL:
BACKGROUND:
This requirement is needed to provide the
WORK TO BE PERFORMED BY CONTRACTOR
CONTRACTOR QUALIFICATIONS AND REQUIRED TASKS
MINIMUM QUALIFICATIONS. The contractor shall be located within a 50 mile radius of the
REQUIRED TASKS. The contractor shall provide the
24/7/365 provide help-desk technical support to address an "outage".
24/7/365, 15 Minute First Response (telephonic) to emergency calls (generally major outage related) with an on-site visit within two hours, or as the Government makes the site available during routine and non-duty hours. Resolution of the non-performance issue shall transpire within 24 business hours of the contractor's on-site visit. Resolution includes contractor provided required parts.
Two hour First response (telephonic) to non-emergency calls (generally minor outage or technical question related) with an on-site visit by the end of the business day so long as the contractor receives the Government non-emergency call three hours prior to the end of the business day, and, is granted Government site access (routine duty hours) during the Government three hour advance notification lead time period. If the Government notification does not meet the three hour lead time requirement, the contractor shall provide on-site response the next business day when the Government opens for routine duty hours. For example, if the Government calls at
The contractor shall provide the Government with 24/7/365 capability to enter on-line technical questions or work requests. In addition, the contractor show provide on-line service ticker tracking so as to enable the Government to track status of an entered on-line technical questions or work request.
On site repair visits during non-business hours shall be coordinated with
Any on-site visits for major or minor alarms during normal or off-duty business hours will require prior notification to
All software upgrades if available to fix a known issue during the term of the contract shall be performed during non-business hours with a contractor 48 hour advanced written or telephonic notification. Any software upgrades shall be uploaded within seven business days, or as is customarily made available to the commercial marketplace. THE EXCEPTION, will be if and when the upgrade shall necessitate the additional purchase of HARDWARE. In such instances, the contractor shall notify the
The contractor shall manage and apply all applicable patches/updates to the covered equipment in coordination with
The contractor shall replace all defective hardware to include cards and system boards as part of this maintenance coverage. The contractor shall stock all necessary cards and system boards required for repair of the phone system.
The contractor shall also cover under this maintenance plan the Emerson NetSure 701 Charger/Rectifier/Battery bank backup system and call pilot tape backup system and internal modem.
The contractor shall perform quarterly maintenance visits.
Maintenance of actual physical phones is not required under this contract.
The Contractor shall provide maintenance, software upgrades, parts and labor for the following:
* Avaya Communication Server 1000M Multi Group PIV communication system; * CS1000 Element Manager; * CallPilot voicemail system; * CallPilot Application Builder; * CallPilot Desktop; *
The contract shall include any software releases known to fix or repair an issue or bug within the system.
GOVERNMENT-FURNISHED MATERIALS/SERVICES:
MISCELLANEOUS. Additional information is as follows:
GOVERNMENT REVIEW AND ACCEPTANCE OF DELIVERABLES:
The USFA COR will review the adequacy of any and all replacement parts required during the span of the contract. The Government shall be informed of any software release upgrades prior to the contractor installing. Final acceptance of all deliverables will occur after system installation and implementation of all software/hardware is shown to work within
CONTRACTOR POINT OF contact: The contractor shall provide a primary and secondary point of contact within 10 business days of contract award. This includes names, phone number(s) and e-mail addresses. The primary point of contact shall provide required ongoing communication as required to ensure Government continuity. Attachment B: USFA Nortel PBX Information
ATTACHMENT B
USFA Nortel PBX Information
MAINTENANCE COVERAGE for the MERIDIAN 1000M MULTIGROUP COMMUNICATIONS SYSTEM
* SYSTEM PRORERTIES: *
* CONNECTIVITY: Fiber Remote IPE Module located in Bldg J-basement
* Base systems - 1 * PRI / Trunk Seats - 184 * Mail Seats - 838 * Voice Seats - 1630 * OTM Seats * ACD Seats 60 * Symposium Seats * Processors / Signaling Servers 3 * MIRAN Application Processors * MIPCD Application Processor Ports * MICB Application Processor Ports 2 * Digital /IP Telephones 1 *
* Call Pilot Voice Mail system: Version 5.00.41.167 * Total mailboxes built: 893 * Capability: 3500 * Recording Hours Capability: 2400
Link/URL: https://www.fbo.gov/spg/DHS/FEMA/NETC/HSFE20-17-Q-0079/listing.html
Q– Copy of 581-18-1-6811-0001 Johnson Assoc (VA-17-907964)
Insurance Agents: Fixing Homes More Important Than SRL Classification
Advisor News
Annuity News
Health/Employee Benefits News
Life Insurance News