Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2004 FBO #1012
SOLICITATION NOTICE

58 -- Conference Bridge

Notice Date
9/1/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
BLM MONTANA STATE OFFICE 5001 SOUTHGATE DR PO BOX 36800 BILLINGS MT 59107
 
ZIP Code
59107
 
Solicitation Number
ESQ040079
 
Response Due
9/16/2004
 
Archive Date
9/1/2005
 
Point of Contact
Charlene Gunther Purchasing Agent 4068965195 charlene_gunther@mt.blm.gov;
 
E-Mail Address
Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis /solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a solicitation will not be issued. Request for Quotation ESQ040079 incorporates provisions and clauses in effect through Federal Acquisition Circular 2001-19. This procurement is set aside for Small Business Concerns. The North American Industry Classification System (NAICS) code is "517310"., with a small business size standard of 1,500 employees. This is a firm-fixed price contract with the Bureau of Land Management, Montana State Office, Billings, Mt. Evaluation for Award: Award will be made to the responsible firm whose quote is most advantageous to the Government, Price and Technical Capability considered. Furnish the following item: 48-port Consortium SE, Maintenance, Training, Installation. Audio Conference Bridge Requirements: 1. Manufacturer must have been in continuous operation continuously using the same corporate name for a minimum of 10 years. 2. System must start at 24 ports and have the ability to expand to 96 ports in a single system. 3. System must have the ability to connect to a standard T1 connection - either AMI D4 OR ESF B8ZS. System must be able to connect directly to the Central Office or connect behind the PBX. 4. Product must be a tested (not in beta) and reliable product for minimum of 3 years. 5. Product must have excellent audio quality using DSP technology devoting echo canceller to EACH port. 6. Product must have power and enhanced scheduling capability. System must be used easily by both participants as well as operators. 7. Product must have a minimum of 4500 hours of recording internal to the system - not an additional item. Recorded conferences must have the ability to have secure and non-secure playback. Ability to export audio files is required. 8. Confirmation notices and a minimum of 3 automatic reminder notices through e-mail and calendars that meet i-calender standards. 9. Automatic post-conference attendance reports sent AUTOMATICALLY by e-mail to unlimited specified participants. 10. Ability to attach documents to confirmation reports including all file types. 11. Customizable reporting capabilities. 12. Polling through the use of DTMF touch-tones. 13. Several levels of security policies on a per-participant basis. 14. Operates in a multi-vendor environment - regardless of PBX type or manufacturer. 15. Scheduling must be available through LAN client, Web browser and touch tones 16. Unlimited LAN client seats for scheduling capability included in base price of system. 17. Ability to customize all messages and pre-recorded announcements. 18. Separate data base for permanent entries than for guest participants. 19. Highly functional Moderator view that is simple to use and accessible from the LAN client AND Web browser. 20. Easy to use - less than 10 minutes training time for operators and reservationists. 21. Flexibility in assigning conference numbers and participant PIN numbers. Must have unlimited ability with 4 - 32 number capability. 22. Blast dial capability of 96 ports in less than 3 minutes. 23. Easy to use GUI that requires a minimum of training. 24. Automatic administrative default settings. 25. Optional redundant power supply & hard drive. 26. Easy to use database management. 27. Administrative support time MUST be less than 1 hour per week. 28. Must not be dependant on operator to function and schedule. 29. Extensive reporting capability required - confirmation reports, attendance reports with hours - minutes - seconds connected, participant report, all conference report, expected participant report, voice message report, touch-tone code report, single conference secure report, single conference report, on-line reports. 30. Ability to export reports in a Text file format. 31. Participants must have the ability to mute / unmute themselves from a touch tone phone. NOTE: We also require initial installation of the system and Technician Level training such that our own staff will be certified to assume maintenance and troubleshooting responsibilities after initial installation. DELIVERY AND ACCEPTANCE: Deliver, FOB Destination, within 30 calendar days of award. Delivery shall be made between 8:00 AM - 4:30 PM, Monday through Friday, holidays excluded. Inspection and acceptance will be made upon the government's determination that the 48-port consortium meet the requirements of these specifications. The following FAR clauses apply and are incorporated by reference: 52.212-1, Instructions to Offerers - Commercial; 52.212-2, Evaluation - Commercial Items; 52.212-3, Offerers Representations and Certifications - Commercial Items, 52.212-4, Contract Terms and Conditions - Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statuses or Executive Orders - COmmercial Items. These may be reviewed at "http://farsite.hill.af.mil". Quotes are due by 4:00 PM MST on September 16, 2004 and shall be submitted by E-mail to Charlene_gunther@blm.gov., or may be faxed to Charlene Gunther at 406-896-5020. Questions may be directed to Charlene Gunther at 406-896-5195. This award is 100% set-aside for small business concerns. Contractors receiving this award must be registered in Central Contractor Registration. See Numbered Note(s) 1.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=LM142201&objId=756179)
 
Place of Performance
Address: Billings, Mt
Zip Code: 591076800
Country: USA
 
Record
SN00663448-W 20040903/040901213001 (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.