Private Branch Exchange elimination and voice solution

expired opportunity(Expired)
From: Federal Government(Federal)
N5014219MP00028

Basic Details

started - 08 May, 2019 (about 5 years ago)

Start Date

08 May, 2019 (about 5 years ago)
due - 28 May, 2019 (about 5 years ago)

Due Date

28 May, 2019 (about 5 years ago)
Bid Notification

Type

Bid Notification
N5014219MP00028

Identifier

N5014219MP00028
Defense Information Systems Agency

Customer / Agency

DEPT OF DEFENSE (710996)DEFENSE INFORMATION SYSTEMS AGENCY (DISA) (8683)DITCO-PAC (307)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

SOURCES SOUGHT ANNOUNCEMENTThe Defense Information Systems Agency (DISA) is seeking sources for the Fleet Logistics Center (FLC) Private Branch Exchange (PBX) elimination and voice solution.CONTRACTING OFFICE ADDRESS:Defense Information Technology Contracting Organization - Pacific,  477 Essex St.Pearl Harbor, HI 96860INTRODUCTION: DISA is issuing this sources sought announcement for the Fleet Logistics Center (FLC) Private Branch Exchange (PBX) elimination and replacement project on Pearl Harbor. The Intertel PBX is beyond manufacturer lifecycle support, is unaccredited posing risk to the DODIN and is incapable of being repaired, upgraded, or expanded to support future requirements. This Firm Fixed Priced (FFP) requirement includes removal of current PBX, replace, and install a compliant and accredited voice solution on the proprietary network owned and operated by AT&T.This sources sought announcement will better determine the availability and technical capability of large and small
businesses (to include the following subsets, Small Disadvantaged Businesses, HUBZone Firms, Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide the required products and/or services.DISCLAIMER:THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.PROGRAM BACKGROUND: New RequirementTECHNICAL DESCRIPTION:Several buildings on Pearl Harbor have an Intertel PBX providing telephone service to buildings 475, 479, 1685, 1757, and 1758. The FLC is seeking information for potential sources to provide project management and install all specified equipment. The Government will own support structures, AC power systems, IP phones, Right To Use (RTU) licenses. Contractor shall own the DC power system and racks, and Cisco's VoIP UC platform after final acceptance of project. Contractor shall use only qualified Cisco certified installers with knowledge and experience in providing a turnkey Cisco VoIP/UC solution to include turn-up and testing to Original Equipment Manufacturer (OEM) Installation Guide for Cisco Unified Communications Manager and IM and Presence Service Release 11.5 procedures.Contractor shall conduct surveys at each of the sites. Contractor shall Engineer, Furnish, and Install (EF&I) VoIP services to meet the requirements specified by Government. Contractor Outside Plant (OSP) will survey, then EF&I fiber optic cabling for each site as required to support the HNS VoIP services. Contractor shall remove existing INTERTEL (PBX, Voicemail, ACD) equipment and mining all twenty-five (25) cables from INTERTEL PBX equipment to sixty-six (66) blocks. This will be done after HNS VoIP services is up and operational. Contractor shall provide a bulk service requirement list to the Government to update with the necessary information on a line-by-line basis. Contractor shall include the requirements for bulk service updates into PCR-360 and the CUCM.REQUIRED CAPABILITIES:1. Has your company performed work that is substantially similar to that described above? If so, please briefly describe the work including where and when the work occurred?2. Please describe your specific experience defining and maintaining network architecture and infrastructure, configuring and optimizing network servers, hubs, routers, and switches, monitoring network capacity and performance, diagnosing and resolving network problems, installing, testing, maintaining, and upgrading network operating systems software, ensuring the rigorous application of information security/ information assurance policies, principles, and practices in the delivery of network services3. Please describe your specific experience developing policies and procedures to ensure information systems reliability and accessibility and to prevent and defend against unauthorized access to systems, networks, and data.4. Please describe your specific experience participating in network and systems design to ensure implementation of appropriate systems security policies.SPECIAL REQUIREMENTS:  Access to operate on AT&T’s proprietary network. Please provide documentation of access rights. SOURCES SOUGHT:The anticipated North American Industry Classification System Code (NAICS) for this requirement is 334210, Telephone Apparatus Manufacturing, corresponding size standard of 1,250 employees. This Sources Sought Synopsis is requesting responses to the following criteria ONLY from small businesses that can provide the required services under the NAICS Code.  To assist DISA in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, and 8(a) companies. Submit information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement.In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14).SUBMISSION DETAILS:Responses should include:1) Business name and address;2) Name of company representative and their business title;3) Type of Small Business;4) CAGE Code;5) Your contract vehicles that would be available to the Government for the procurement of the product and/or service, to include ENCORE III, SETI, General Service Administration (GSA): OASIS, ALLIANT, VETS, STARS II, NIH, NASA SEWP, Federal Supply Schedules (FSS) (including applicable SIN(s)), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.)Vendors who wish to respond to this should send responses via email NLT 28 MAY 2019 at 11:59 PM Hawaii Standard Time to maile.t.kamikawa.civ@mail.mil.Interested businesses should submit a brief capabilities statement package (no more than five pages) demonstrating ability to perform the services listed in this Technical Description.Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personnel reviewing sources sought responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. 

Pearl Harbor Pearl Harbor, Hawaii 96860 United StatesLocation

Place Of Performance : Pearl Harbor

Country : United States

You may also like

BRANCH EXCHANGE AND VOICE OVER INTERNET PROTOCOL

Due: 27 Aug, 2024 (in 3 months)Agency: U.S. IMMIGRATION AND CUSTOMS ENFORCEMENT

CELLULAR VOICE AND MOBILE DATA

Due: 01 Apr, 2029 (in about 4 years)Agency: US GEOLOGICAL SURVEY

VERB008204EBM LONG DISTANCE SWITCHED VOICE SERVICE

Due: 15 Mar, 2025 (in 10 months)Agency: DEPT OF DEFENSE

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

334 -- Computer and Electronic Product Manufacturing/334210 -- Telephone Apparatus Manufacturing
naicsCode 334210Telephone Apparatus Manufacturing
pscCode 70