Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2005 FBO #1369
SOLICITATION NOTICE

58 -- Avaya PBX

Notice Date
8/24/2005
 
Notice Type
Solicitation Notice
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
DHS - Emergency Preparedness and Response, Federal Emergency Management Agency, MWEOC Acquisition Section, 19844 Blue Ridge Mountain Road, State Route 601, Bluemont, VA, 20135
 
ZIP Code
20135
 
Solicitation Number
HSFEMW-05-Q-0052
 
Response Due
9/7/2005
 
Archive Date
9/22/2005
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. HSFEMW-05-Q-0052, issued as a Request for Quotation (RFQ), is for the purchase of an Avaya Private Branch Exchange (PBX) using only Avaya new and refurbished parts, based on the configuration identified below. The PBX will be used to allow another DHS facility to have voice connectivity to the existing DHS network. Installation will be performed by Government personnel. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular No. 2005-05, dated 7/27/2005. This procurement is not a small business set-aside. The NAICS code is 334290/small business size standard 750. It is anticipated that only one award will result from this solicitation via the issuance of a Delivery Order under Avaya?s GSA Schedule Contract No. GS35F4321D. The Delivery Order will also include Open Market commercial supply items. Delivery of the PBX will be made to FEMA?s MWEOC facility located in Bluemont, VA 20135, which is also the place of inspection and acceptance. Government desires delivery within 30 days (or sooner) after receipt of order. The list all configuration identified below shall be utilized by the offeror for their proposed PBX. The cards and phones should be refurbished, but the remaining items should be new. Offerors shall submit a detailed bill of materials for their proposed PBX based on the following list all PBX configuration: Material Code (MC) 113090, Enterprise Config to Quote Material, 1 EA; MC 185446, Avaya Communications Solution, 1 EA; MC 183436, CM Prologix Model, 1 EA; MC108628892, DEF Wire 1 PR 24 Gauge Spool 1000, 4 EA; MC 108724915, DEF Pkg 16MB Flashcard, 1 EA; MC179890, Integrated CSU, 4 EA; MC 108660390, DEF Data Unit 120A4 CSU Mod, 4 EA; MC107988867, DEF DS1 Loopback Jack 700A, 4 EA; MC 847107935, CSU Mod 18A Book Memo, 4 EA; MC180426, CC R 2.0 Lic, 1 EA; MC 182001, CM2 DEFcsi Sftw Lic, 1 EA; MC182005, CM2 Intro Offer Per User Sftw Lic, 200 EA; MC182006, CMS Per User Sftw Lic to 1000, 64 EA;, MC182012, CM2 Trunk Port Sftw Lic, 96 EA; MC 182257, CM2 US Doc S8300/S8500/S8700, 1 EA; MC 700349822, Doc for CM MGW and Srvrs, 1 EA; MC700331341, CM Little Instr Book Set R2, 1 EA; MC 183444, CM Prologix Cntl Cab Factory Assy, 1 EA; MC108267097, CP TN556D ISDN BRI Ln Board, 1 EA; MC 108551755, CP TN793B Anlg 24PT, 2 EA; MC108826884, CP TN464GP DS1 Intf 24/32, 1 EA; MC 180869, DEF csi CM2 Fixed BOM, 1 EA; MC 185206, CM Prologix Cntl Cab Fac Assy Opt, 1 EA; MC185596, C-Lan Intf Circuit Pack TN799DP, 1 EA; MC700059652, CP TN2224CP Dgtl Ln 24PT, 2 EA; MC 183445, CM Prologix Exp Cab Factory Assy, 1 EA; MC 108551755, CP TN793B Anlg 24PT, 2 EA; MC 108826884, CP TN464GP DS1 Intf 24/32, 1 EA; MC 183538, CMC1 Grth CAB, 1 EA; MC 185207, CM Prologix Exp Cab Fac Assy Opt, 1 EA; MC 185596, C-Lan Intf Circuit Pack TN799DP, 1 EA; MC700059645, CP TN744E Call Class Det, 1 EA; MC700059652, CP TN2224CP Dgtl Ln 24PT, 2 EA; MC 183445, CM Prologix Exp Cab Factory Assy, 1 EA; MC 108267097, CP TN556D ISDN BRI Ln Board, 1 EA; MC 108551755, CP TN793B Anlg 24PT, 2 EA; MC 108826884, CP TN464GP DS1 Intf 24/32, 2 EA; MC 183538, CMC1 Grth CaB, 1 EA; MC 185207, CM Prologix Exp Cab Fac Assy Opt, 1 EA; MC 185596, C-Lan Intf Circuit Pack TN799DP, 1 EA; MC 700059652, CP TN2224CP Dgtl Ln 24PT, 1 EA; MC 183535, Intgr Mgmt 2.1 Entprs 1 CM Sys, 1 EA; MC 7000327380, Intgr Mgmt 2.1 Entprs Converged Mgmt, 1 EA; MC 405362641, Pwr Cord 9X10 IN USA 17505, 3 EA; MC 407633999, Sportster Mdm 33.6 KBPS Extl, 1 EA; MC 700258577, Telset Dgtl 6408D+ Global Gry, 100 EA; MC 700287758, Telset Anlg 6221 Global Gry, 6 EA; MC 700326457, CSU Cable 50FT H600383G2, 4 EA; MC 847987187, DEF Prologix Conn Modlr 110A Hrdw, 3 EA; MC 185139, INT LX Model, 1 EA; MC 185686, IALX Factory Assy, 1 EA; MC 185687, IALX Fac Assy Opt, 1 EA; MC 186028, IALX 300 Seats X 8PT Lic Bndl, 1 EA; MC 700290836, AM Srvr Pwr Crd List 405, 1 EA; MC 700328230, AM S3210 Srvr, 1 EA; MC 700328586, AM 4PT Analog Card Type A US Kit, 2 EA; MC 700337108, IALX Srve Offer Code Sftw, 1 EA; MC 18982, Rlty Unit Versant FSTOBJ Lnx IALX, 1 EA; MC 700211444, IALX Mn Modem Serial, 1 EA; MC 700211451, IALX Mn Keyboard with Mouse, 1 EA; MC 700211477, Int Aud Monitor 15IN with Pwr Cord, 1 EA; MC 700337116, IALX Doc Bundl R1.1, 1 EA; MC 103002, DEF Term Entprs Mgmt 715BCS WH, 1 EA; MC 407510353, Term Vid W/O Keyboard WH 901812-03, 1 EA; MC 407510395, Keyboard 715, 1 EA; MC 108209073, Telset 2554YMGP-003 Sgl Ln Ring Vol Blk, 5 EA; MC*094987, 255 Enclosure W/630A Phone Jack, 5 EA; MC 407349307, eCAS Database Prep up to 250 Exten, 2 EA; MC 700203607, eCAS Base 50 Ext Sys SFTW Lic:CU, 1 EA; MC 700203615, eCAS SFTW ADD 50 Extension Lic:CU, 5 EA; MC 700208929, eCAS 2-Hour TELEL Train & Support, 1 EA; MC 700212327, eCAS RSP Interface eCAS only Lic:CU, 1 EA; Remote System Software Activation. Only Avaya and authorized Avaya resellers will be considered for award since the PBX must be compatible with the existing Avaya telecommunication systems throughout DHS. Offerors are to specify on their bill of materials which items are from Avaya?s GSA Schedule Contract No. GS35F4321D and which items are Open Market. Offerors shall also designate which items are refurbished. The provision at FAR 52.212-1, Instructions to Offerors?Commercial Items, applies to the Open Market items under this acquisition. The provision at FAR 52.212-2, Evaluation?Commercial Items, applies to the Open Market items under this acquisition. Technical Evaluation Factors: (The three evaluation factors listed below are of equal importance to each other.) 1. In order for an offeror?s proposal to be evaluated, the offeror must be an authorized Avaya reseller or Avaya itself. 2. The proposed bill of materials making up the PBX must be compatible with FEMA?s existing Avaya telecommunications system. 3. The PBX must be shipped as an integrated product. Award will be made to the responsible offeror whose offer conforming to the stated requirements will be most advantageous to the Government, technical and price being considered. The technical evaluation factors are of greater importance when compared to price, therefore, the Government will utilize Best Value procedures in making the award. Offerors are to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications?Commercial Items, with their response. The clause at FAR 52.212-4, Contract Terms and Conditions?Commercial Items, applies to the Open Market items under this acquisition. (NOTE: All referenced FAR provisions and clauses may be accessed electronically at http://www.arnet.gov/far.) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items, applies to the Open Market items under this acquisition and the following additional FAR clauses apply: 52.203-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-13, and 52.232-33. Written responses to this RFQ must be received no later than 3:00 PM/EST, 09/07/2005 and shall be addressed to Federal Emergency Management Agency, Mt. Weather Emergency Operations Center, 19844 Blue Ridge Mountain Road, Bluemont, VA 20135, ATTN: Sandi Nixon/Bldg. 413 or sent electronically to Sandra.Nixon@dhs.gov (electronic is preferred). Technical questions must be received no later than five business days following publication of this notice and emailed to Ms. Nixon at Sandra.Nixon@dhs.gov or faxed to 540/542-2632. Amendments to this RFQ will be published in the same manner as the initial synopsis/solicitation.
 
Record
SN00877794-W 20050826/050824211604 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.