Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2004 FBO #0933
SOLICITATION NOTICE

D -- Centralized Management System

Notice Date
6/14/2004
 
Notice Type
Solicitation Notice
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Treasury, Internal Revenue Service (IRS), National Office Procurement (OS:A:P), 6009 Oxon Hill Road, Suite 500, Oxon Hill, MD, 20745
 
ZIP Code
20745
 
Solicitation Number
Reference-C4C12
 
Response Due
6/25/2004
 
Archive Date
7/10/2004
 
Point of Contact
Paulette Montague, Contract Specialist, Phone 202-283-1246, Fax 202-283-1532,
 
E-Mail Address
paulette.montague@irs.gov
 
Description
The Internal Revenue Service intends to negotiate on a sole source basis under the authority of FAR 6.302-1 for a fixed price/indefinite-delivery, indefinite-quantity type contract with Unimax Systems Corporation, 430 First Avenue North, Suite 790, Minneapolis, MN 55401 for the maintenance and support of the Centralized Management System software solution for remote system administrators to maintain their local VMS system, which includes Intuity Audix and Octel voice messaging systems. The twelve mandatory functional requirements for the mailbox management system are to: (1) create mailboxes supplying ten fields as input (including the system's ID) with others taking the default. For auto attendant type mailboxes, create fields to set the auto attendant button extensions, treatments and comments; (2) modify mailboxes supplying eight fields as input (not including the mailbox numbers). For auto attendant type mailboxes, create fields to modify the auto attendant button extensions, treatments and comments; (3) delete mailboxes; (4) renumber mailboxes; (5) unlock mailboxes/reset passwords; (6) bulk create mailboxes; (7) bulk delete mailboxes; (8) schedule changes; (9) find mailboxes by a name or partial name and/or number; (10) find mailboxes across all systems; (11) list subscribers in alphabetical or numerical order; and (12) age administrator passwords. These functions will be performed using the Unimax 2nd Nature Application Programming Interface (API). The contractor shall furnish, upon receipt of task or delivery orders, software, documentation, maintenance, system integration, training, technology refreshment and enhancements, license conversions, and other services. The maximum contract period of performance, including all options, shall be five years. No solicitation document exists; therefore, requests for such document will be considered non-responsive. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested parties, other than Unimax Systems Corporation, must provide company and financial information, three last clients for similar systems, and their product?s capabilities to meet all mandatory requirements stated above. All inquiries and information on capabilities and experience will be accepted by email to paulette.montague@irs.gov. All responses must be received by June 25, 2004.
 
Place of Performance
Address: New Carrollton, MD
Zip Code: 20706
 
Record
SN00603088-W 20040616/040614212233 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.