Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 13, 2006 FBO #1509
SOLICITATION NOTICE

S -- Octel 350 Maintenance Full & Open

Notice Date
1/11/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
RTP Procurement Operations Division (D143-01) Research Triangle Park, NC 27711
 
ZIP Code
27711
 
Solicitation Number
PR-NC-06-10202
 
Response Due
1/23/2006
 
Archive Date
2/22/2006
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation PR-NC-06-10148 is being issued as a Request for Quote (RFQ).The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-06. This procurement is Full and Open Competition. All responses from responsible sources will be fully considered. The NAICS Code is 811213 with a Size Standard of $6 million. This action is for support to provide comprehensive maintenance for an Octel 350 (Voice Mail System). Base Year - CLIN 0001, Maintenance for Octel 350 Voice Mail System (1 year), Quantity - 12, Unit of Measure - Months. Option Period I - CLIN 1001, Maintenance for Octel 350 Voice Mail System (1 year), Quantity - 12, Unit of Measure - Months. Option Period II - CLIN 2001, Maintenance for Octel 350 Voice Mail System (1 year), Quantity - 12, Unit of Measure - Months. The requirements shall include the following: The contractor shall provide comprehensive maintenance for an Octel 350 (voice mail system). The scope of work is as follows: The contractor shall provide maintenance coverage 24 hours, 7 days per week for an Octel 350 system. The contractor must be an Avaya authorized distributor or authorized business partner with access to the Technical Assistance Center (TAC) of an Octel Maintenance provider. Onsite response time for major problems after notification shall be no longer than 4 hours. Major problems consist of, but not limited to, unscheduled total system outage and failure to reboot, system manager terminal (SMT) not accessible, if 25% or more of the ports are not active, one or more drives fail, loss of system integration, continuous system restarts, system unable to collect call detail records, message-waiting not functioning properly, and networking not functioning properly. The contractor shall provide remedial maintenance to include diagnose and repair of hardware and software problems. Provide software updates which will improve system performance and addresses safety issues. In the event of a system outage or disaster, the contractor shall provide the necessary parts and/or installation within 24 hours or less. EPA's existing system configuration for the Octel 350 includes Aria 3.11.05 software, 72 ports, two 4-GB system drives, 400 message hours, RS232-SMDI integration with a GTE Nortel DMS-100, voice mailbox with a capacity of 6000, fax mailbox capacity of 1955, global message redundancy (GMR), LAN card to support connectivity to the OctelAccess software (OAS) server, software features include: Networking, Bulletin Broadcast, Fax Processing, Fax on Demand, System Backup, ECP, Octel Forms, Decision Pro, Follow-Me-Forward, Index I and II, Automatic Number Identification (ANI), Visual Messenger, System Tape Back-up, and PowerCall. The contractor shall install, support, maintain and troubleshoot the new software and hardware specified. During this performance period EPA is planning to deploy MobilePath for the advanced mobility functionality. The contractor shall install, configure, support, maintain and troubleshoot the software and hardware necessary to manage the system. Note: also see attachment entitled "Agency Personal Identity Verification Procedures for Contractor Personnel" on http://www.epa.gov/oam/rtp_cmd/ regarding security requirements. The period of performance will be a base period from Date of Award through 30 September 2006 then to include two additional Option Years - 10/1/2006 through 9/30/2007 and 10/1/2007 through 9/30/2008. The place of performance for maintenance is Research Triangle Park, NC. FAR provisions and/or clauses referenced are available on-line at http://www.arnet.gov/far/ . Solicitation Provision at FAR 52.212-1, Instructions to Offerors-Commercial Items is hereby incorporated by reference. Solicitation Provision FAR 52.212-2, Evaluation -Commercial Items is hereby incorporated. The evaluation criteria to be included in paragraph (a) of provision 52.212-2 is as follows: All offerors will be evaluated on their past performance for work similar in size and scope as the requirement and their corporate experience in the area of the government's requirement. Past Performance and Corporate Experience are equal in importance. Offerors should provide references for their past performance, at least three for work performed similar in size and scope over the last three years. Offeors should also provide information regarding their corporate experience in performing and managing work similar to the government's requirement. Past Performance and Corporate Experience, when combined, are more important than cost/price. The government will award on the basis of best value. Contractors are reminded to submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their quote. To obtain a copy of the provision at this website http://www.epa.gov/oam/rtp_cmd/ . Clause 52.212-4, Contract Terms and Conditions - Commercial Items is hereby incorporated by reference. Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items is hereby incorporated by reference, as well as the following clauses cited in the clause which apply to this solicitation, 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (41U.S.C. 253g and 10 U.S.C. 2402)., 52.219-14, Limitations on Subcontracting (15 U.S.C. 637 (a)(14)). 52.222-3, Convict Labor (E.O. 11755), 52.222-21, Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity (E.O. 11246), 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212), 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793), 52.222-37, Employment Reports on special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (E.O. 13201) and 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (31 U.S.C. 3332), 52.239-1, Privacy or Security Safeguards (5 U.S.C. 3332). Additional terms and conditions include the clause 52.222-48 Exemption from Application of Service Contract Act Provisions for Contracts for Maintenance, Calibration, and/or Repair of Certain Information Technology, Scientific and Medical and/or Office and Business Equipment-Contractor Certification. Offerors must certify and submit with offer. Signed and dated proposals referencing the RFP number PR-NC-06-10148 must be submitted, no later than 2:00 p.m. 23 January 2006, to Kimberly N. Keith at FAX (919) 541-1075. Kimberly N. Keith is the point of contact regarding this solicitation and can be reached at 919-541-4474 or Keith.Kimberly @epa.gov .
 
Web Link
The Environmental Protection Agency
(http://www.epa.gov/oam/solicit)
 
Record
SN00964876-W 20060113/060111212528 (fbodaily.com)
 
Source
FedBizOpps 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.