Request for Proposal itg/VoIP/Multiple Locations 2012



Download 0.6 Mb.
Page2/2
Date28.05.2018
Size0.6 Mb.
#51010
TypeRequest
1   2

1.0 Purpose

The purpose of this Request for Proposal (RFP) is for companies in the Telecommunications Industry to provide the New York Public Library (NYPL), with the specifications, performance schedule and price quotations for stated systems based upon the terms and conditions as set out in the sample agreement attached and hereby made part hereof.



This RFP is for:


  1. Software upgrade, to the current releases at the time of implementation, to an existing Nortel CS 1000E Release 7.5 PBX, Call Pilot Release 5.0, Aura Contact Center 6.2 and Element Manager Phones 7.5. These existing components are housed in NYPL’s Stephen A. Schwarzman Building on 5th Ave and 42nd Street, Manhattan, New York.

  2. Replacement of legacy PBX and key systems with VoIP systems at: *

  • Library for the Performing Arts (LPA)

40 Lincoln Center Plaza, Manhattan

  • Andrew Heiskell Braille and Talking Book Library (LB)

40 West 20th Street, Manhattan

  • St George (SG)

5 Central Avenue, Staten Island

  • Belmont

610 E. 186th Street, Bronx

  • Francis Martin

2150 University Avenue, Bronx

  • Jerome Park

118 Eames Place, Bronx

  • Melrose

910 Morris Avenue, Bronx

  • Morrisania

610 East 169th Street, Bronx

  • Mott Haven

321 East 140th Street, Bronx

  • Riverdale

5540 Mosholu Avenue, Bronx

  • Sedgwick

1701 Martin Luther King, Jr. Blvd, Bronx

  • West Farms

2085 Honeywell Avenue, Bronx

  • Woodstock

761 East 160th Street, Bronx

  • 125th Street

203 West 115th Street, Manhattan

  • Aguilar

174 East 110th Street, Manhattan

  • Hamilton Grange

503 West 145th Street, Manhattan

  • Harlem

9 West 124th Street, Manhattan

  • Inwood

4790 Broadway, Manhattan

  • New Amsterdam

9 Murray Street, Manhattan

  • Riverside

127 Amsterdam Avenue, Manhattan
Together, the “upgrade locations”.

* The locations may, decrease, increase or substitutions may occur at the award date.


Additionally, this RFP is for the purchase, installation, programming and training for the telephone installations and PBX and sub-system upgrades as listed later in this RFP, Appendix G.
Project Overview and Proposal Requirements:

New York Public Library seeks to replace existing:



  • Avaya G3 PBXes at LPA and Heiskell. The LPA PBX also serves the adjacent Riverside branch

  • AT&T Definity System at St George

  • Avaya Nortel and Lucent key systems at the remaining upgrade locations

Replacing existing telephone instruments (herein after “Telephones”) and systems with equipment compatible with NYPL’s existing Avaya Nortel VoIP equipment and telephone instruments.
Your proposal should be formulated after you review our existing configuration. Appendix F contained in this RFP has a listing of those components believed to be required to provide the service levels expected in the locations to be upgraded. This listing is given as a guide and not a demand specification. It is incumbent on you to inform NYPL if you need further information or access to the existing PBX. It is the requirement of this RFP that NYPL is to receive the most current release of both hardware and/or software available at the time of installation for all systems: CS1000e, Call Pilot, Element Manager Phones and Aura Contact Center.
General Proposal Detail This proposal encompasses the PBX, Call Pilot, Element Manager Phones and Aura Contact Center, all of which are to be upgraded to the most recent software releases for all listed systems in Appendix G.

  • The Element Manager and Aura Contact Center must be configured with all available modules included.

  • The actual number of Telephones can be found in Appendix G as well as the total number of VoIP licenses required at cut.

  • Included in the scope of this project is the programming, assembly, installation, patching and testing of all purchased Telephones.

  • Included in the scope of this project is porting the existing phone numbers / number blocks used at the upgrade locations onto new ISDN PRIs to SASB, and programming the PBX to correctly route incoming calls to these numbers to new Telephones at the upgrade locations.

  • New gateways will be installed at LPA, LB and St George, each with an ISDN PRI as backup to the IP network configuration.

Note: Your proposal must have unit price breakouts for each line item for all components, licensing and software. The library reserves the right to alter the quantities, increase or decrease, of final items purchased. These unit prices will be used for both addition and deletion to the final install contract and purchase order and through the life of the job. Each unit price is to be shown with a labor break out unit price as well as the hardware/software unit price. Increases in unit prices after proposal acceptance and issuance of the purchase order will not be allowed.


For your proposal to be considered you must agree to all requirements in the RFP. If you wish to state exception to any requirement please make that known in your proposal response submittal.
This RFP consists of multiple documents that when taken together are RFP – ITG/VoIP/Multiple Locations Date: January 24, 2012


  • This RFP specification

  • Sample agreement



RFP PROCESS CONDITIONS
The vendor agrees to adhere and accept the following terms and conditions:


  1. New York Public Library reserves the right to qualify, accept, or reject any or all vendors.

  2. New York Public Library reserves the right to accept or reject any or all proposals and to waive any irregularities or technicalities in the RFP and in any proposal.

  3. New York Public Library reserves the right to negotiate any alterations specifications herein due to oversight or error.

  4. New York Public Library reserves the right to accept or reject any exception taken by the vendor to the terms and conditions of this RFP.

  5. New York Public Library reserves the right to seek clarification, in writing, from vendors about areas of their RFP response during the evaluation process.

  6. New York Public Library will not pay for any information requested herein, nor will it be liable for any costs incurred by the vendor in preparing a proposal.

  7. New York Public Library reserves the right to contract for a project that is not the lowest in price, provided that, in the sole judgment of the library, the project offered under the higher proposal has additional value or function which justifies the difference in price. Price will remain the highest percentage factor.

  8. All proposals become the property of New York Public Library and will not be returned to the vendor.

1.1 Issuing Office


This RFP is issued by the NYPL Purchasing department on behalf of the NYPL Information Technology Group / Telecommunications Department.
Proposals must be transmitted electronically to e-mail listed below and in addition on compact disk and submitted to:
New York Public Library

Attn: Fred Farley, e-mail: nyplerateyear15@nypl.org

188 Madison Avenue; Room 541

New York, N.Y. 10016
    1. Definitions


For the sake of brevity, the following abbreviations are used in the RFP.
NYPL:

The New York Public Library


LIBRARY:

The New York Public Library


DEPARTMENT:

Refers to the



New York Public Library

Information Technology Group

Telecommunications Department

11 West 40th Street

New York, N.Y. 10018
RESPONDENT:

Any individual, partnership or corporation who participates in the RFP process, prior to award. After award, the successful RESPONDENT shall be the individual, partnership or corporation, who, as a result of the RFP process, is selected to provide the services. The RESPONDENT submitting this proposal shall be the sole point of contact and responsible for providing all aspects of equipment, services, and support, specified herein, including problem resolution for all equipment, services and support purchased under this RFP.


SHALL, MUST and WILL (when used in the context of describing the RESPONDENT's performance):
The Library requires that the RSPONDENT comply fully. Failure on the part of the RESPONDENT to comply, including, but not limited to, failure to comply with the RFP instructions or with a required Library specification listed in this RFP as such, will render the RESPONDENT’s proposal non responsive, and the RESPONDENT may be disqualified from further consideration.
SHOULD and MAY (when used in the context of describing the RESPONDENT's performance):
The Library requests that the RESPONDENT comply. With regard to a desired specification referenced in the RFP, failure on the part of the RESPONDENT to comply fully will not necessarily render the RESPONDENT's proposal non responsive; the ramifications to The Library as a result of the RESPONDENT's failure to comply fully will be considered when the RESPONDENT's proposal is evaluated as to responsiveness to The Library's needs.
VENDOR:

Successful RESPONDENT


BLC: Bronx Library Center
LB: Andrew Heiskell Braille and Talking Book Library
LPA: Library for the Performing Arts
LSC: Library Service Center
MHT: Mid-Manhattan Library
SASB: Stephen A. Schwarzman Building
SCH: Schomburg Center for Research in Black Culture
SIBL: Science, Industry and Business Library

    1. Addenda


No one is authorized to amend any part of this Request for Proposal, in any respect or to make representation or interpretation in conflict with its provisions. The date fixed for submission of proposals may be extended, if, in the sole judgment of the Library, it is warranted. The Library may modify this Request for Proposal, prior to the date of its acceptance, by issuance of written addenda. All addenda will clearly be marked as such. All addenda so issued shall become part of the Request for Proposal documents.
    1. Schedule of Events


Action or Event Date

Release of RFP January 24, 2012


Optional Respondent’s Meeting …………………………. February 7, 2012
Deadline for Submission of Written RFP Questions February 15, 2012
Response to RFP Questions Posted for all Respondents** February 22, 2012
Deadline for Submission of Proposals February 29, 2012

** Questions and Answers will be posted on NYPL’s E-rate website only.

1.5 Proposal Presentation


Vendors must provide a copy of their response on compact disc and electronically submitted using e-mail to: nyplerateyear15@nypl.org.

1.6 Proposal Modifications or Withdrawal


No modifications will be allowed after proposals are submitted. Any proposal may be withdrawn prior to the deadline for submission of proposals, specified above.


1.7 Method of Award


Proposals will be evaluated by a committee composed of staff from the New York Public Library. The contract(s) will be awarded to the vendor or vendor(s) whose response, conforming to the RFP, will be most advantageous to the Library.
In evaluating qualified proposals, cost will be the most heavily weighted criteria. Additionally, the following considerations will also be taken into account:


  • Experience working on similar projects

  • Compliance with critical requirements

  • Library’s previous experience with respondent, if any

  • Vendor’s service and delivery capabilities and history

  • Accuracy and quality of deliverables, adherence to schedules and relative success of programs implemented (determined through reference checks with peer libraries)

  • Vendor’s proposed implementation schedule



NYPL reserves the right to:


  • Award to other than the lowest price respondents

  • Reject all proposals and invite further competition if deemed necessary

  • Waive, modify, or correct any irregularities in proposals received, after prior notification to the respondents

  • Extend the time for the submission for all proposals after notification to all respondents.

  • Terminate negotiations with a selected respondent and select the next most responsive respondent when contract negotiations fail to result in a signed agreement within a reasonable period of time

  • Approve or reject any sub-consultants proposed by the Contractor
    1. Warranties


The RESPONDENT shall provide a detailed overview of all applicable warranties, including any exclusion, and a detailed list of equipment to which the warranty applies. All equipment supplied, including parts and labor under these specifications must be warranted by the RESPONDENT for a minimum of one (1) year from the date specified in the written Notice of Final Acceptance by the Library
    1. Testing, Cutover and Acceptance

      1. Upon completion of Installation, VENDOR shall test the equipment, software and installation for conformity with the standards and specifications set forth in the applicable Manufacturer installation manuals and in accordance with the features and performance specifications described in this RFP, utilizing the test procedures set forth in applicable Manufacturer documentation. Library must be present and witness all such tests at the time of performance by VENDOR. When all such tests have been completed to VENDOR's satisfaction, VENDOR shall give the Library written notice including copies of tests, together with its certification that all applicable standards and specifications have been met.

      2. Upon receipt by Library of notice of completion of the tests by VENDOR, the Library may request a retest the equipment, software and installation for conformity with the standards and specifications set forth in the applicable Manufacturer’s documentation. This retest will be at no cost to the library.

      3. VENDOR installation of the equipment and software may be staged in a manner such that portions of the Library will begin using the system before the entire system is installed and tested. Such use of the partial system by the Library does not constitute acceptance of the entire system by the Library and does not relieve the VENDOR of testing the system after all installation of equipment and software is complete. Failure of the Library to notify the VENDOR of portions of the system that are functioning incorrectly does not constitute acceptance of the system.

      4. Library shall notify VENDOR in writing of its election to accept the system in part or completely after receipt by Library of notice of completion of the tests by VENDOR.

      5. When the equipment and software have satisfactorily been tested to manufacturers standards VENDOR shall notify Library of the date on which the equipment and software is ready to be placed into service ("Cutover"). The actual date of Cutover shall be as mutually agreed by the parties.

      6. Within sixty (60) days after Cutover, Library shall either accept the installation, equipment and software, with a written notice of Final Acceptance, or notify VENDOR in writing specifying in reasonable detail those particulars, which Library deems unacceptable.

      7. VENDOR shall promptly proceed to correction, and thereupon Library shall accept the equipment, software and installation in writing.

      8. For purposes of this Section, any notice given by either party must be given in writing to a representative previously identified by each party prior to the commencement of work.- as per the Notice provision of the agreement

    2. Incurring Costs


The Library is not liable for any costs incurred by prospective VENDOR’s prior to issuance of an agreement, contract or purchase order.
    1. Payment Schedule


  1. VENDOR hereby agrees that no work will commence and the Library shall make no payment until Library is in receipt of VENDOR’s insurance certificate. All insurance coverage and carriers are subject terms of the sample agreement attached.

  2. Invoices are to be rendered only if items or services on the Purchase Order have been furnished and installed. Invoices shall be itemized; for all applicable discounts identified and shall reference the correct purchase order number(s). Offers that include requests for prepayment will not be considered. Invoices will be submitted after NYPL has issued a written Notice of Final Acceptance, as described in 1.9

  3. NYPL policy relating to the payment of invoices is Net 45.

  4. All equipment shipped to the library to fulfill the purchase order must be delivered with Bills Of Lading and Packing Lists showing PO number, part numbers and serial numbers of each item.


2.0 Standard Conditions

2.1 OSHA Requirements


RESPONDENT warrants and represents that the equipment, when delivered shall conform to all applicable standards and requirements of the Federal Occupational Safety and Health Act.
    1. Performance Standard


All work shall be performed within the highest workman like standards in every respect and shall conform to the Building Industry Consulting Service International (BICSI) standards.
Substance Abuse Policy
The Library strives to maintain a work place free from illegal use, possession, or distribution of controlled substances, and complies with all laws, rules, and regulations as they apply to substance use and abuse in the work place. Unlawful distribution, dispensation, possession, or use of controlled substances in the work place or on Library business is prohibited.
    1. Trade-In Equipment


Any Library "trade-in" equipment if part of this contract, is sold on an "as is", "where is" basis. VENDOR may arrange to pick-up this trade-in equipment any time following complete delivery what about installation and acceptance of the "new" equipment purchased herein. The Library makes no warranty of any kind as to the condition of this trade-in equipment.
    1. Proprietary Information


Any restrictions on the use of data contained in a proposal must be clearly stated in the proposal itself. Proprietary information submitted in response to the Request for Proposal will be handled in accordance with applicable Library procurement regulations. We typically do not accept proprietary information. Data contained in the proposal, all documentation provided therein, and innovations developed as a result of these contractual services cannot be copyrighted or patented by Vendors. All data, documentation, and innovations become the property of the Library.
    1. Subcontracting


A contract and any part thereof resulting from this RFP shall not be subcontracted or assigned to another VENDOR without prior written approval of the Library. Upon Library’s approval,
    1. Work Hours


Primary installation, cutover, testing and updating software will be accomplished during those hours when the library is closed and shall be done at no additional cost to the library. Installations at small branches can be scheduled before the branch opens to the public. Installations at the large sites (LPA, St. George and LB) must occur after hours on weekends, or on a Library holiday.
Site survey, site preparation, and pre-installation of core components that will not disrupt service, may be performed during hours that the sites are open to the public.
    1. New Manufacture


Equipment proposed must be of new manufacture. Previously used and/or refurbished equipment will not be accepted. Only the most current production hardware and software available will be installed at the time of VENDOR installation.
    1. Library Project Manager


The Library will designate a “Project Manager” who will be the only official point of contact between the Library and the awarded VENDOR. The Project Manager will monitor VENDOR’s performance to ensure compliance with the terms and conditions of the contract before any schedule payments are made. All liaisons between the VENDOR and the Library must go through the Project Manager or be approved by him/her.
3.0 Special Terms and Conditions

3.1 Delays and Extensions of Time


If VENDOR is delayed at any time in the progress of the work by any act or neglect of the Library; or by any employee of the Library; or by any separate VENDOR employed by the Library or by changes ordered in the work; or by labor disputes, fire, unusual delay in transportation, adverse weather conditions not reasonably anticipatable, unavoidable casualties; or any causes beyond the VENDOR’s control; or by delay authorized by the Library pending litigation; or by any other cause which the Library determines may justify the delay, then the contract time shall be extended by change order for such reasonable time as the Library may determine.
If in the opinion of the Library, the progress of the work falls behind the installation schedule, VENDOR shall take whatever remedial action directed, including, but not limited to the following:

  1. Increase staff and labor force

  2. Work overtime

  3. Add or change subcontractors

  4. Utilize alternate agreed upon materials/methods

  5. Reschedule

Cost of any remedial action shall not be assigned to the Library, and no increase in contract price will be authorized.


3.2 Permits, Licenses and Codes


The VENDOR shall observe all local, City, State and Federal laws, rules, which affect the work under this contract. The VENDOR will secure any required licenses or permits that apply to the VENDOR’S work at no additional cost to the library.
3.3 Progress Meetings

The VENDOR shall meet with the Library Project Manager before starting installation to discuss scheduling of work, keys, access to buildings, and installation procedures. The VENDOR shall prepare a list of materials for product submittal review and will develop (jointly with the Library) an acceptable project management schedule that will be maintained throughout the project.


The project schedule will be updated and submitted to the Project Manager in an electronic format every week. Progress meetings will be held, at a minimum of weekly, between the Library and the VENDOR to review progress and identify potential problems. More frequent meetings may be required and may be requested by either party.
    1. Correction of Work After Substantial Completion


The VENDOR shall repair any and all defects due to faulty materials or workmanship and shall pay for any damage or other work that appears within a period of one (1) year from date of the written Notice of Final Acceptance. The VENDOR shall be notified and must complete necessary repairs within five (5) working days of notification. If repairs are not completed after five (5) working days, the Library shall have such repairs completed by others and the VENDOR shall bear all costs.
    1. Cutting and Patching


The VENDOR will take reasonable precautions to protect the building areas adjunct to the work being performed. No cutting, notching, drilling, or altering of any kind will be done to the building without first coordinating and obtaining permission from the Library. The VENDOR will be liable and responsible for any building repairs or their associated cost caused by its work on this project.
    1. Phasing of the Work


The VENDOR shall confer with the Library as to the sequence and phasing of the performance of various parts of the work. The VENDOR shall cooperate fully in scheduling work in conjunction with the needs of the Library staff and clients. The Library Project Manager shall have ultimate control and responsibility for providing access and coordinating the project work with ongoing activities.
    1. Access to Work and Miscellaneous Items


Library representatives shall, at all times, have access to the work wherever it is in preparation or progress for proper inspection of all work. If such work is found to be not in accordance with the Contract Documents or applicable standards the VENDOR shall pay such cost to correct the work in conformance with plans and specifications as directed by the Library.
All materials delivered to the Library site shall be received by the VENDOR and inspected by the VENDOR. It is not the responsibility of the Library to receive or accept materials for the VENDOR. The VENDOR shall notify its Vendors and subcontractors of the site location. The Library shall not be held responsible for the storage of, or any damage to, materials delivered to complete this project.


    1. Product Specification Submittals

The VENDOR is required to prepare and submit to the Library a formal product submittal that provides detailed information regarding the products and equipment proposed for installation. The submittal shall be sufficient in detail to allow full and fair evaluation of the product submitted. In addition, any requests for product substitutions (from the manufacturer’s model originally specified) must be made in writing to the Library Project Manager. Only product substitutions that clearly identify a benefit to the Library (such as lower cost to the Library and/or higher quality) will be reviewed.


The Library is not obligated to accept any product substitution from those contained in the Contract Documents or RFP response. In the event specified product is no longer available the Library shall have the option of canceling the contract without penalty and requiring the VENDOR to remove, at Library’s option, any materials or equipment installed and return premises to original condition.


    1. Review of Existing Conditions

The RESPONDENT shall have the responsibility to walk the project sites and note existing conditions prior to proposal response and prior to commencing construction. Verbal descriptions of conditions shall not be used as a substitute for physical inspection of the project sites. The Library cannot be responsible for errors based upon lack of inspection by the RESPONDENT.


3.10 Use of Existing Cable
The proposal must allow for the use of the existing copper and fiber optic cable distribution systems. The VENDOR shall be responsible for any additional cable required. The VENDOR shall be required to identify any remote PBX shelf/gateway node sites to be installed in any Library buildings.

3.11 Equipment Room
The Library shall provide the site preparation necessary to house the PBX and remote shelves (if any), including the physical, environmental, and electrical specifications of the equipment rooms.


    1. Documentation

The VENDOR shall maintain, prepare, and submit documentation of all work performed under this contract to the Project Manager. Upon completion of the work and before approval of final payment, final testing results and documents must be provided as outlined above.




    1. Installation Procedures

All work performed under this contract shall be of extremely high quality and workmanship. All cables shall be securely mounted, neatly dressed, and labeled. All work must meet local, state, and national codes and comply with published industry standards, as stated above. If disputes occur, local, state, and national codes have precedence; then Library’s policies and procedures; then standards such as EIA/TIA; then guidelines from organizations such as Building Industry Consulting Services International (BICSI), and then specific product manufacturers' (such as Cisco, Avaya Nortel, Siemons, 3M, etc.) recommendations. Any work not meeting this high quality of workmanship must be corrected at the VENDOR's sole expense.




    1. F.O.B. Destination – Installed

The system proposed is to be delivered prepaid FOB Destination to the Library with three full copies of operating instructions, operating manuals, and maintenance manuals in both printed and digital data format given to Project Manager. Include all packing, transportation, insurance, installation, instruction, documentation, and any other related charges.




    1. Liens and Encumbrances

The VENDOR represents and warrants that it has good and absolute title to and full right to transfer and assign the system equipment and software to the Library and that there are no liens, claims, or encumbrances of any kind or nature whatsoever against the system equipment at the time of acceptance by the Library. The VENDOR warrants the system equipment shall be delivered and installed free of the rightful claim of any person by way of patent or trademark infringement, or the like.




    1. Upgrading Hardware/Software

Library shall have the option of substituting the most current versions of hardware and software during the contract, but prior to delivery by the selected vendor. This right shall include the acquisition of new features at no cost to NYPL as may be announced during the contract term and will provide for the retirement of replaced capabilities without penalty and the inclusion of the new capabilities into the remainder of the purchase.




    1. Product Changes by Manufacturer

In the event of upgrades or changes to any product included in VENDOR's proposal prior to acceptance date, the following provisions shall apply: In the event of price decrease, VENDOR shall offer the specified product at the lower price. In the event of increased product capability, VENDOR shall offer the more capable product at same price as original product was offered. In the event product capability changes materially affect the suitability of the product to the purposes of Library, and the specified product is no longer available, Library shall have the option of canceling the contract without penalty and requiring VENDOR to remove, at Library’s option, any materials or equipment installed and return premises to original condition.



4.0 NYPL Site Information


4.1 General Information

The following information is given to present the current voice network configuration.
4.1.1 The New York Public Library has a total of 94 buildings serving the boroughs of The Bronx, Manhattan and Staten Island.

  • Four sites are served by three Avaya G3 PBXs (the LPA PBX also serves the adjacent Riverside branch).

  • Three locations are served by Avaya Nortel Systems PBXs: CS1000M Release 4.0 (Bronx Library Center): a Avaya Nortel 1000E Rel. 7.5 with Call Pilot Release 5.0, Aura Contact Center 6.2 and Element Manager Phones 7.5 (Stephen A. Schwarzman Building) and a Nortel CS1000E Release 5.5 (Schomburg Center for Research in Black Culture, also serving the adjacent Countee Cullen branch)

  • In addition the Library Service Center and Science, Industry and Business Library are served by a Avaya Nortel Media Gateway 1000E IP linked to the Stephen A. Schwarzman Building site (See Appendix E)

  • The Avaya Nortel locations are networked over NYPL’s data network using IP links. One Call Pilot System, one Call Center Manager and one Telephone Manager serve all Nortel PBX locations.

The remaining NYPL sites are served by



  • 64 Avaya Partner systems

  • 9 Nortel BCM 50s

  • 9 sites with VoIP from the SASB CS1000E.

The Avaya G3 PBXs are networked for five-digit dialing and voice mail service between the locations by point-to-point T-1s. (See Appendix E) Each location has its own DID circuits and DOD circuits. (See Appendix A) All locations have POTS circuits utilized for fax service, alarm circuits and elevator telephones. The Avaya PBXs are G3V8 series switches upgraded from System 75. (See Appendix C). There are three Avaya Audix systems serving all Avaya PBX locations. (See Appendices D & E)


4.1.2 Single Facility Key Systems
See above 4.1.1


    1. Telephone Instruments

The library has a total of 2,500 telephone instruments at its networked PBX locations. Eighty percent (80%) are digital multi line instruments. Five Percent (5%) are single line analog telephone instruments. The remaining fifteen percent are Avaya Nortel VoIP instruments.


An additional 1000 telephone instruments are associated with the Avaya Partner Systems and Avaya Nortel BCM 50 sites in the remaining branches.
    1. Voice Mail System


See above 4.1.1
    1. E911 System


E911 system is active in BLC, LSC, Schomburg, SIBL and SASB Avaya Nortel PBXs at this time, or will be by the time this project will commence.
    1. Network Management Systems


Dial up for all four PBXs: Avaya Definity Site Manager

The three Avaya Nortel PBXs are network addressable using TM.



    1. Inside Cable Plant.


The cabling format for older installations was based on telephone company I/O and PBX cables for voice systems. Since early 1993, the Library inside wiring standard for new construction and renovations has been based on the EIA/TIA-568B wiring standard and its subsequent revisions. The library implementation of this EIA standard uses three identical four-pair cables per workstation terminated in RJ-45 jacks. All new installations will utilize CommScope cable all pair counts. All new installations will utilize CommScope CAT 6 UTP for jumpers, patch cords and station runs. All hardware to be Siemons branded equipment, 110 blocks, RJ 45 patch panels, jacks, racks, jack housings, cross connect etc.
Wiring terminal installations have used a combination of 66B on the Telco side and 110 blocks for switch tails and incoming voice wiring. Modular RJ-45 patch panels are being installed to enhance flexibility to the desktop for both voice and data.

5.0 TECHNICAL SPECIFICATIONS

5.1 Introduction


The following is to present NYPL’s requirements for new voice equipment to be used to replace the existing equipment.
New voice systems will be installed in an existing facility Science, Industry and business Library of NYPL. The new components will be added to the existing Avaya Nortel CS1000 E Release 7.5 Private Branch Exchange (PBX) telephone switching system. VoIP stations will be used for all additions.
This section of the RFP provides detailed specifications for the materials and services to be provided by the RESPONDENTS. Respondents are cautioned to review these specifications closely to ensure a complete understanding of both the defined requirements and the intent of the Library. As with any major project, not every minor component required to complete the installation of the PBX components are identified in this document. The RESPONDENT is expected to provide tools, labor, mounting and installation racks and hardware necessary to successfully install, test, and document the proposed materials.
    1. Overview of Proposed System


The Library’s goal for this RFP is to ensure that all respondents adequately address the most important issues related to the voice infrastructure that best meets the current and future needs of the Library. While a proposed PBX system may utilize a distributed architecture, physical space limitations in Library buildings are always an issue. Primary switching equipment and remote switching shelves should be of a size that can be mounted in a standard EIA/TIA nineteen inch electronic enclosure.
Proposals must provide and support the following:


      1. PBX and Network Modifications and Additions

The proposed PBX modifications and additions are:



a. The SASB PBX is the primary PBX for all services.

b. The proposed system will be equipped for 500 VoIP telephones and licenses for 1140E/1120E telephones.

c. The proposed additions will be equipped for an additional 500 Call Pilot Licenses.

d. The satellite PBX components are required to be EIA/TIA 19 inch rack mountable.

e. The proposed systems are to include a grounding bus system sufficient to provide resistance equal to 0.1 ohms or less from the main ground

  1. The proposed system must provide additional licenses for Element Manager Phones to allow for management of the additional instruments and components.

  2. IP Trunking capability is required for all PBX additions for NYPL on-network five digit dialing/calling.

  3. The selected RESPONDENT is responsible to coordinate and make work all five digit dialing between all existing Avaya/Avaya Nortel PBX(s) and installed Gateways. Selected RESPONDENT is responsible to install the new instrumentation so that the existing NYPL five digit dialing plan is maintained and used in its present construct. SIBL DID numbers will be ported to the SASB PBX at cut and SIBL’s existing extensions will be maintained and assigned to the new VoIP instruments.

j. The new PBX gateways will be equipped with additional ISDN PRI trunking capability for both inbound and outbound calling (DID, DOD).
If, during the review of these specifications or during the site inspection, RESPONDENT determine any specification is unclear or differs from published industry standards, that fact must be brought to the attention of the Library, by emailing to nyplerateyear15@nypl.org. “Shortcuts” in installation practices or substitution of materials not specifically approved by the Library will not be allowed and may be cause for rejection of the installed systems. The RESPONDENT would then be responsible for correcting the deficiency (at their expense) in order to bring the work up to the level of the specifications.


    1. Statement of Work

The Selected RESPONDENT shall:




  1. Furnish all equipment related to the components selected;




  1. Furnish all software required by system components;




  1. Install all equipment related to the components selected;




  1. Complete all necessary construction to provide for direct PBX/ or server installation and install new cabling selected by the Library for direct service to the PBX/ or server, if any;




  1. Test the system as a fully-operating network;




  1. Train Library personnel in the management, operation, and control of the system;




  1. Support the cutover of communications from the existing telephone network to the new network;




  1. Furnish system documentation; in electronic and paper media, three copies of each.




  1. Provide warranty maintenance and repair for one year following the date specified in the written notice of Final Acceptance on all VENDOR-supplied equipment, as detailed in an Agreement and its Annexes;



    1. Coordination with Carriers


The selected RESPONDENT shall coordinate the installation of all Local Exchange Carrier (LEC) and Inter-Exchange Carrier (IXC) services that will terminate in the PBX systems.

5.5 Telephone Instruments


New telephone station equipment (instruments) will be required at cutover. Delineate the number and type of instruments in each location in your proposal.
5.6 911 System Interface
The RESPONDENT shall program two PRI channels to Verizon's E911 network for the purpose of transporting E911 calls and station number ALI.

5.7 Automatic Call Distributor (ACD)


The proposed system shall provide for an upgrade of the Aura Contact Center system to the most current release.

5.8 Management System


The RESPONDENT shall provide additional network management licenses for all additions to the existing Avaya Nortel PBX systems.
5.9 Inter-switch Communication
All proposed systems will be equipped with application-layer control (signaling) protocols:

  • Session Initiation Protocol (SIP)

  • H.323

The licenses for these protocols must be included in the proposal and a written explanation must accompany the proposal supporting the number of each type of license included in the proposal.

5.10 System Software Release
The proposed systems shall have the latest software release available at the time of cutover. The proposed systems must include all software release upgrades and patches at the time of installation. In addition all additional patches, software modifications and manufacturer upgrades must be applied to the systems by the VENDOR during the yearlong warranty period at no cost to the Library.

5.11 Voice Mail and Unified Messaging Systems


The proposed system shall be including a voice mail licenses for each telephone provided for in the proposal. The proposal shall include the installation, programming and training for all voice mail boxes licensed and purchased under this RFP.

5.12 Power System


The RESPONDENT's PBX must be configured to attach to the Library's commercial Con Edison AC power and NYPL’s battery backup. The system is to be 110-120 AC voltage operated. If you are proposing shelves or other equipment that are located in remote locations via fiber, T1, or copper, these must have redundant power supplies with (2) hours of battery backup.
Provide a schematic drawing to show all major components of the internal and external power distribution for the interim power arrangement for your proposed PBX. Identify the power requirements for your proposed PBX, including the AC power requirement.

5.13 Grounding and Bonding System


The RESPONDENT shall ensure the installed systems are properly grounded and lightning strike/surge protection is provided for the Voice Switching System and components. All approved grounds used must be bonded to the building system to form a single grounding electrode system as required. RESPONDENT shall be required to follow the NEC, ANSI/NFP 708, ANSI/TIA/EIA-607 and ANSI/IEEE Std. 1100 codes and standards.

    1. Heating, Ventilation and Air Conditioning System (HVAC)


The Library's believes that the existing HVAC systems are adequate to support the existing system and the RESPONDENT's PBX additions concurrently. It will be the responsibility of the RESPONDENT to confirm this as fact or to inform the Library of any changes that will be required to support both systems during pre-cutover testing and post cutover service.


5.15 Maintenance Guarantee


The RESPONDENT shall provide a commitment to support, maintain, and expand the Voice Switching System for ten years following the date of final system acceptance.

5.16 Response Times


The RESPONDENT shall provide a response time of 2 hours for emergency/major repair service and 24 hours for routine repair service. The RESPONDENT shall provide for a Management Escalation Procedure for emergency/major outages. The RESPONDENT shall include a detailed definition of the company’s emergency service, major service and routine service in their proposal. Emergency maintenance is defined as:

  1. System Failure

  2. Failure of a Common Control Unit

  3. Failure of 5% or more trunk circuits

  4. Failure of any Network Management system

  5. Failure of any E911 interface component

  6. Failure of the Maintenance or E911 database

  7. Failure of a power supply

  8. Failure of 5% or more stations

  9. Failure of a console

  10. Failure of SMDR output from any switching component.

  11. Failure of ANY server in the system even if redundant.

5.17 Training

5.17.1 Maintenance Training

The RESPONDENT will train the Library technical staff to perform daily maintenance and moves, adds and changes on all installed equipment prior to system acceptance. This training shall be performed at a NYPL facility, or another facility within NYC.



.

The training must impart a working knowledge of system operating details and diagnostic and maintenance techniques including, but not limited to, testing and repair, routine and preventive maintenance, installation and modification procedures, system programming, and network management at all levels. If the Library elects commencement of the training program during the installation period, the training shall commence sufficiently prior to cutover to permit the Library personnel to participate in final testing and cutover of the system. A specific plan for the training to be provided shall be included in the proposal along with samples of training material.


The cost of this training shall include all equipment, spare parts, and documentation.
      1. Customer Training


The VENDOR shall provide, at a minimum the month prior to cutover, a detailed hands-on instructional program for customer (telephone user) training. This program will include live equipment of the type to be installed at the Library. The VENDOR will provide training for all staff at the facility where the equipment is being installed or in the SASB training facility. This training is to be done in a classroom environment. Classes will have no more 12 students at a time and the VENDOR must commit to providing as many classes as required to ensure that all staff are sufficiently trained. VENDOR will also provide classes for up to two weeks after cut for any staff that may have missed the initial training.
In addition selected Library personnel are to receive a comprehensive training program qualifying them to act as “super users” for their departments. This program shall include those methods necessary to provide familiarization with the system's special features and the procedures to be used for most effective system utilization. The VENDOR will be required to demonstrate, through criterion tests, that the required level of training has been achieved. A specific plan for the training to be provided shall be included in the proposal along with samples of training materials. VENDOR training personnel are also to be present at cutover to answer questions and assist in problem solving, and to be on site for a period of two weeks after cutover.

    1. Spare Parts


VENDORs must maintain an inventory of critical parts in the metro New York area. This inventory must include all hardware included in a manufacturer's recommended, "crash kit". VENDOR must administer such inventory at its own risk and at no extra cost to the Library. Spare parts will remain the property of the VENDOR.
    1. Maintenance Center Location and Personnel Profiles


Each proposal must include a listing showing information on the location from which maintenance personnel will be dispatched. Maintenance personnel must be available twenty-four hours per day, seven days per week. The proposal must list type and number of service personnel at this location, manufacturer certifications of technicians, and their experience. The Library reserves the right to reject any maintenance personnel it determines to be unsatisfactory for any reason.
    1. System Installation/Cutover Plans


The RESPONDENT shall provide a detailed cutover plan with timelines to include the systems and equipment to be installed. The cutover plan shall provide and include all locations being affected by the work as here defined in this RFP. Proposed plan shall take special notice of the emergency systems and provide for virtually no downtime. Any modification to the cutover plan must be submitted to the Library for approval.
Provide a project plan illustrating the planned installation steps from the date of contract signing to completion of all phases of the system cutover. Include at least the following

  • Contract Signing

  • Issuance of the Funding Commitment Decision Letter by USAC

  • Issuance of Purchase Order

  • Equipment Delivery

  • System Installation

  • System Testing

  • NYPL technician training

  • Station customer training

  • Complete system operational testing

  • Cutover



    1. Project Management


The VENDOR will assign a full-time program manager to this project from the date specified in the written Notice to Proceed to the date specified in the written Notice of Final Acceptance whose responsibilities will include:


  1. Acting as the single point of contact for the VENDOR to the Library.




  1. Effecting the necessary coordination between the VENDOR, other suppliers and the Library.




  1. Establishing and maintaining all project implementation schedules and plans subject to approval by the Library.



    1. System Testing and Acceptance


The VENDOR shall conduct the following system tests, witnessed by authorized Library personnel.


  1. Installation tests




  1. Pre-Cutover tests




  1. Acceptance tests
    1. Installation Tests


During installation, the VENDOR shall perform all tests necessary to insure that the portions of the system being installed are ready for pre-cutover tests. Written documentation will be required as to the test findings. The installation tests shall include, but not be limited to, the following:


  1. Visual and mechanical inspection




  1. Electrical continuity, grounding, shielding, and signal loss tests




  1. Component operational tests




  1. Subsystem operational tests



    1. Pre-Cutover Tests


Prior to cutover of each portion of the system, the VENDOR shall perform scheduled pre-cutover tests designed to confirm the operation of all components and subsystems within the performance limits specified in this RFP. All service features shall be tested and demonstrated. The VENDOR shall provide all necessary test equipment and manpower, and shall furnish a certified copy of the test procedures, data and results to the Library's Representative. Pre-cutover tests assuring successful performance for any designated portion of the system shall be completed at least 15 calendar days prior to the scheduled cutover date for that portion, or later if so scheduled by the Library's Representative.
    1. Acceptance Tests


Acceptance of the system shall be granted after successful completion of the acceptance tests for all portions of the system in accordance with this RFP. After cutover of any portion of the system, the VENDOR shall conduct acceptance tests consonant with factory system performance specifications to be supplied with the system prior to installation.
Operational tests shall be conducted on all telephone circuits and central equipment to demonstrate performance of functions and provision of all service features. Load tests shall be conducted to demonstrate the system's ability perform without degradation under maximum traffic load conditions. Loads above the designated maximum also shall be applied to determine the extent and nature of performance degradation.
Performance and reliability tests shall be conducted, demonstrating acceptable performance over a thirty (30) day period after cutover.
A brief description of the acceptance testing procedures the VENDOR will use is desired as part of their proposal. Acceptance of the telephone system shall be granted after successful completion of the acceptance-tests for all portions of the system.

    1. Drawings and Documentation


The successful RESPONDENT shall provide the following documentation within the indicated number of calendar days after the date specified in the written Notice to Proceed.
All test procedures and documentation submitted prior to beginning of the relevant work shall be subject to prior approval of the Library. Such approval does not relieve the VENDOR from the responsibility to meet all requirements of the RFP.
All documentation that contain special symbols either of a product or technical-specialty nature shall contain legends denoting the meaning of the symbols.


  1. Installation and Floor Plan drawings, showing complete system layout. This document is due no later than thirty (30) days after the date specified in the written Notice to Proceed.




  1. Equipment Inventory for the PBX drawings, listing all equipment items and indicating the location of items within frames, shelves, etc. This document is due no later than thirty (30) days after the date specified in the written Notice to Proceed.




  1. Compliance with FCC and New York PSC requirements for the connection of customer-provided equipment to public utility telephone company systems. This document is due no later than thirty (30) days after the date specified in the written Notice to Proceed.




  1. Proposed acceptance test, and set of system and component specifications to be utilized during acceptance tests. This document is due no later than thirty (30) days after the date specified in the written Notice to Proceed.




  1. Project schedule for complete project. This document is due no later than thirty (30) days after the date specified in the written Notice to Proceed.




  1. A New York State/New York City license will be required for any engineer or architect performance that constitutes practice of one of those professions. This document is due no later than thirty (30) days after the date specified in the written Notice to Proceed.




  1. Equipment adjustment and maintenance data, providing any necessary adjustment, calibration, testing and maintenance data. This document is due no later than thirty (30) days after the date specified in the written Notice to Proceed.




  1. Cable distribution drawings showing pair assignments and cross connect information documenting connections to existing facility/campus systems, if any. This document is due no later than ninety (30) days after the date specified in the written Notice to Proceed.




  1. Subsystem diagrams, including schematic drawings, circuit drawings and wiring diagrams. This document is due no later than ninety (30) days after the date specified in the written Notice to Proceed

6.0 RESPONDENT QUALIFICATIONS

6.1 Company Information


Provide the following information about your company


  1. Description

  2. Years In Business

  3. D&B Rating

  4. Number of Employees

  5. Financial history, including the most recent full year’s financial statement

  6. Information that would establish the company and its products/services as a strong business organization and qualified to undertake this project.

  7. Information regarding the company’s relationship with the manufacturer of the proposed system and ancillary products.

  8. Number of Full Time Service people (not installers) in New York Metro Area trained on proposed equipment

  9. Number of "In House" Repair Center, Full- Time Technicians trained on equipment proposed (in New York City)

  10. System Training/Coordinator Specialists trained on equipment proposed (in New York City)

6.2 References


Provide the following information regarding three installations and maintenance of systems that are equivalent in size and configuration to this project. List all installations at higher-level academic institutions. Include the following:


  1. Company or institution name, address, contact person’s name and telephone number.

  2. Date of system installation.

  3. Size of installation and short description.

6.3 VENDOR Personnel Requirements


The Library reserves the rights to inspect credentials of all VENDOR employees and workers and refuse VENDOR employees that are found not to be acceptable to the Library. Waivers to the personnel requirements, described below, shall be requested at the time of VENDOR proposal, in the case the VENDOR personal do not meet these requirements. Only equivalent work experience and/or education will be considered with waiver requests. All VENDORs shall present credentials of the Project Manager and Installation Technician/Engineer with the proposal and shall be expected to present credentials of all other employees prior to start of work at the Library. At no time will technicians or workers with less than six months experience with VENDOR’s company or in the subject matter area work alone and without supervision.

      1. Project Manager must have a minimum of one-year employment with VENDOR’s company and have at least five years experience in installing, programming, and maintaining voice-switching equipment.

      2. Installation Technician/Engineer – Shall have at least on advanced certification from the manufacturer of the proposed system for each component s/he will install. Have a minimum of one-year employment with VENDOR’s company and have at least five years experience in installing, programming, and maintaining the chosen manufacture’s equipment. The Installation Technician/Engineer shall be at the Library and on site during the time frame that the equipment and software is being installed, configured and cutover, and for the next business day following the installation at each location.

7.0 RESPONDENT CERTIFICATION/SIGNATURE PAGE



AUTHORIZED SIGNATURE: This RFP must be signed with the full name and address of the RESPONDENT; if a co-partnership, by a member of the firm with the name and address of each member; if a corporation, by an authorized officer thereof in the corporate name.
The below-named individual, submitting and signing this proposal, verifies that he/she is a duly authorized officer of the company, and that his/her signature attests that all items and conditions contained in this Request for Proposal for a Voice Switching System for The New York Public Library, are understood and accepted.

_________________ ___________________________________

DATE AUTHORIZED SIGNATURE

______________________________________

COMPANY NAME
______________________________________

ADDRESS:
______________________________________

CITY/STATE/ZIP CODE
______________________________________

PRINT NAME OF AUTHORIZED SIGNATURE
______________________________________

TELEPHONE NO. WITH AREA CODE

APPENDIX A

Existing PBX Line and Station Counts



PBX or

Gateway CO DID TEL T-1

Location LINES LINES SETS NYPL Network
LB 6 6 130 1

BRONX LIBRARY 7 23(PRI T-1) 100 1


SASB 8(backup) 92(4XPRI T-1) 1325

LSC Backup PRI In above

SIBL Backup PRI In above
LPA 8 16 190 1
MID-MHTN 28 25 425 1
SCHOMBURG 8(backup) 46(2XPRI T-1) 140 1
ST. GEORGE 9 16 50 1

(Spirit)









APPENDIX B

Existing PBX Locations





BTN

























SASB










476 Fifth Ave










NY,NY 10018

212

930

0500

Bronx Library Center












2556 Bainbridge Ave










Bronx, NY 10458

718

579

4200













AH/LB










40 West 20th Street










NY, NY 10011

212

206

5400













LPA










40 Lincoln Center Plaza










NY, NY 10023

212

870

1600













Mid-Manhattan










455 Fifth Ave










NY,NY 10016

212

340

0800













Schomburg










515 Malcolm X Blvd.










NY, NY 10037

212

491

2200













SIBL










188 Madison Ave










NY, NY 10016

212

592

7000













St. George Branch










5 Central Ave.







Staten Island, NY 10301

718

442

8560



APPENDIX C

PBX Software LoadS

AVAYA G3 PBXS


And

AVAYA Nortel CS1000Es



Location Software Load IL
SASB Avaya Nortel 1000E Release 7.5
AH/LB V8I.02.0.034.5 018-913-6518

LPA V8I.02.0.034.5 018-913-6518

MID/MHTN V8I.02.0.034.5 016-122-5917


SCHOMBURG Avaya Nortel 1000E Release 5.5
BRONX LIBRARY Avaya Nortel 1000M Release 4.0





APPENDIX D

PBX Locations with Voice Mail Systems




SASB Avaya Nortel CALL PILOT

476 Fifth Ave

NY,NY 10018



LPA Avaya Intuity

40 Lincoln Center Plaza

NY, NY 10023



Mid-Manhattan Avaya Intuity

455 Fifth Ave

NY,NY 10016



BLC Avaya Nortel CALL PILOT (SASB)

2556 Bainbridge Ave

Bronx, NY 10458

APPENDIX E


NYPL CURRENT Voice network



APPENDIX F


Avaya equipment Hardware and Software SPECIFICATION FOR SASB


Upgrade of existing PBX at SASB to current release at time of implementation




QTY

PART NUMBER

DESCRIPTION

1751

TBD

SW Upgrade 7.5 to TBD (current at time of install)

6

TBD

CPPM SS Linux Upgrade CFC

1

TBD

Upgrade to Avaya Aura CC (current at time of install) Base

50

TBD

Upgrade to Avaya Aura CC (current at time of install) Base IVA-1

One Year Avaya Partner Assurance Software Support

1410

GE4300883

CallPilot Partner Assurance Software







Support – Basic – SL883

1767

GE4300AQR

CS1000 - Partner Assurance Software




 

Support - Tier 3 (1200-1999 users) Basic -SLNAQR

50

GE4300CCE

AACC Nodal Voice Standard Agent 1-100







Partner Assurance Software Support Basic – SLCCE

5

GE4300CCL

AACC Supervisor License-1-Partner







Assurance Software Support Basic - SLCCL



Avaya equipment Hardware and Software SPECIFICATION FOR LPA


Installation of 200 VoIP Instruments as well as an Avaya CS1000E Gateway Equipped with

(4) T-1 (PRI), (16) Analog Ports, (200) IP Station Ports




QTY

PART NUMBER

DESCRIPTION

1

N0023082

Geo Red Primary Specifier Code

16

NTE907AD

1 Premium Service Pkg TDM User License

200

NTE907EB

1 Prem IP Set License

6

NTM427CDE6

CPPM SS Linux Upg-R7.5 CFC

1

N0119677

CP 5.0 Keycode

1

NTZE19DA

Multimedia Mailbox /Voice-200

1

NTZE4002

CP Upgrade Code (NO Charge)

1

MPR01759

Collaborate Your Way Level 3 - Exp. 9/30/11

1

NTBK80BA

Ground Bar Assy Opt11

1

NTDW12AAE5

UDT Clock Controller D/B

1

NTHU61IA

CS1000E CPMG 0L/0T SA Chassis

1

NTTK14ABE6

PWR Cord 9.9ft 11CM 125VA

160

NTYS03BFE6

1120E - Eng keys no ps

40

NTYS05BFE6

1140E - Eng keys no ps

1

NTE920CB

Surv MG CPMG128 CoRes SW R7.5

4

NTSF6800

Tmdi Pkg (1.5MB Dti/Pri)

1

NT8D09CAE5

Ext. Analogue MW Line Card

1

NT8D14DAE5

Card, 8 Port UXT

250

S110P1-44-05

Siemon S110 to modular 8 position plug (10")

1

Specify

Avaya 24 Port Ethernet Switch

10

NTE905YA

CC ACD Agent ISM L4 Premium

1

NTE908CAE5

Keycd (elec) CS1000E Platforms

1

NT9S80AD

CC Electronic Delivery License

10

NT9Y44DA

Avaya Aura CC 6 SIVA-1

1




Installation, Programing and Training

One Year Avaya Partner Assurance Software Support

200

GE4300883

CallPilot Partner Assurance Software

 

 

Support - Basic -SL883

200

GE4300AQR

CS1000 - Partner Assurance Software

 

 

Support - Tier 3 (1200-1999 users) Basic -SLNAQR

10

GE4300CCE

AACC Nodal Voice Standard Agent 1-100







Partner Assurance Software Support Basic – SLCCE

1

GE4300CCL

AACC Supervisor License-1-Partner







Assurance Software Support Basic - SLCCL

the parts listed may be substituted by equivalent parts, from AVAYA OR another manufacturer. IF PROPOSAL INCLUDES SUBSTITUTION, YOU MUST INDICATE HOW YOUR PROPOSED SYSTEM WILL FULLY INTEROPERATE WITH THE EXISTING NORTEL/AVAYA ENVIRONMENT.



Avaya equipment Hardware and Software SPECIFICATION FOR LB


Installation of 140 VoIP Instruments as well as an Avaya CS1000E Gateway

Equipped w/ (2) T-1 (PRI), (16) Analog Ports, and (140) IP Station Ports




QTY

PART NUMBER

DESCRIPTION

1

N0023082

Geo Red Primary Specifier Code




NTE907AD

1 Premium Service Pkg TDM User License

140

NTE907EB

1 Prem IP Set License

1

NTZE19DA

Multimedia Mailbox /Voice-200

1

MPR01759

Collaborate Your Way Level 3 - Exp. 9/30/11

1

NTBK80BA

Ground Bar Assy Opt11

1

NTDW12AAE5

UDT Clock Controller D/B

1

NTHU61IA

CS1000E CPMG 0L/0T SA Chassis

1

NTTK14ABE6

PWR Cord 9.9ft 11CM 125VA

120

NTYS03BFE6

1120E - Eng keys no ps

20

NTYS05BFE6

1140E - Eng keys no ps

1

NTE920CB

Surv MG CPMG128 CoRes SW R7.5

2

NTSF6800

Tmdi Pkg (1.5MB Dti/Pri)

1

NT8D09CAE5

Ext. Analogue MW Line Card

1

Specify

Avaya 24 Port Ethernet Switch

10

NTE905YA

CC ACD Agent ISM L4 Premium

1

NTE908CAE5

Keycd (elec) CS1000E Platforms

1

NT9S80AD

CC Electronic Delivery License

10

NT9Y44DA

Avaya Aura CC 6 SIVA-1

1




Installation, Programing and Training

One Year Avaya Partner Assurance Software Support

140

GE4300883

CallPilot Partner Assurance Software

 

 

Support - Basic -SL883

140

GE4300AQR

CS1000 - Partner Assurance Software

 

 

Support - Tier 3 (1200-1999 users) Basic -SLNAQR

10

GE4300CCE

AACC Nodal Voice Standard Agent 1-100







Partner Assurance Software Support Basic – SLCCE

1

GE4300CCL

AACC Supervisor License-1-Partner







Assurance Software Support Basic - SLCCL

the parts listed may be substituted by equivalent parts, from AVAYA OR another manufacturer. IF PROPOSAL INCLUDES SUBSTITUTION, YOU MUST INDICATE HOW YOUR PROPOSED SYSTEM WILL FULLY INTEROPERATE WITH THE EXISTING NORTEL/AVAYA ENVIRONMENT.

Avaya equipment Hardware and Software SPECIFICATION FOR St George


Installation of 60 VoIP Instruments as well as an Avaya CS1000E Gateway

Equipped w/ (2) T-1 (PRI), (16) Analog Ports, and (60) IP Station Ports




QTY

PART NUMBER

DESCRIPTION

1

N0023082

Geo Red Primary Specifier Code




NTE907AD

1 Premium Service Pkg TDM User License

60

NTE907EB

1 Prem IP Set License

1

MPR01759

Collaborate Your Way Level 3 - Exp. 9/30/11

1

NTBK80BA

Ground Bar Assy Opt11

1

NTDW12AAE5

UDT Clock Controller D/B

1

NTHU61IA

CS1000E CPMG 0L/0T SA Chassis

1

NTTK14ABE6

PWR Cord 9.9ft 11CM 125VA

40

NTYS03BFE6

1120E - Eng keys no ps

20

NTYS05BFE6

1140E - Eng keys no ps

1

NTE920CB

Surv MG CPMG128 CoRes SW R7.5

2

NTSF6800

Tmdi Pkg (1.5MB Dti/Pri)

1

NT8D09CAE5

Ext. Analogue MW Line Card

1

Specify

Avaya 24 Port Ethernet Switch

10

NTE905YA

CC ACD Agent ISM L4 Premium

1

NTE908CAE5

Keycd (elec) CS1000E Platforms

1

NT9S80AD

CC Electronic Delivery License

10

NT9Y44DA

Avaya Aura CC 6 SIVA-1

1




Installation, Programing and Training

One Year Avaya Partner Assurance Software Support 

60

GE4300883

CallPilot Partner Assurance Software

 

 

Support - Basic -SL883

60

GE4300AQR

CS1000 - Partner Assurance Software

 

 

Support - Tier 3 (1200-1999 users) Basic -SLNAQR

10

GE4300CCE

AACC Nodal Voice Standard Agent 1-100







Partner Assurance Software Support Basic – SLCCE

1

GE4300CCL

AACC Supervisor License-1-Partner







Assurance Software Support Basic - SLCCL

the parts listed may be substituted by equivalent parts, from AVAYA OR another manufacturer. IF PROPOSAL INCLUDES SUBSTITUTION, YOU MUST INDICATE HOW YOUR PROPOSED SYSTEM WILL FULLY INTEROPERATE WITH THE EXISTING NORTEL/AVAYA ENVIRONMENT.

Avaya equipment Hardware and Software SPECIFICATION FOR EACH OF THE OTHER LOCATIONS


Installation of 10 VoIP Instruments




QTY

PART NUMBER

DESCRIPTION

12

NTE907EB

1 Prem IP Set License

12

NTYS03BFE6

1120E - Eng keys no ps

1

NTE908CAE5

Keycode (elec) for CPPIV/CPPM

1

N0119677

CallPilot 5.0 Keycode

1

Specify

CV Telephone Red (Single Line Telephone)

1

Specify

CallPilot 5 voice seats

1

Specify

Multimedia Mailbox /Voice-5

11

Specify

6’ RJ-45 Patch Cables

1




Installation, Programing and Training

One Year Avaya Partner Assurance Software Support

5

GE4300883

CallPilot Partner Assurance Software




 

Support - Basic -SL883

10

GE4300AQR

CS1000 - Partner Assurance Software




 

Support - Tier 3 (1200-1999 users) Basic -SLNAQR

the parts listed may be substituted by equivalent parts, from AVAYA OR another manufacturer. IF PROPOSAL INCLUDES SUBSTITUTION, YOU MUST INDICATE HOW YOUR PROPOSED SYSTEM WILL FULLY INTEROPERATE WITH THE EXISTING NORTEL/AVAYA ENVIRONMENT.






Table of Contents Page of


Download 0.6 Mb.

Share with your friends:
1   2




The database is protected by copyright ©ininet.org 2024
send message

    Main page