Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 18, 2006 FBO #1818
SOLICITATION NOTICE

70 -- CISCO Maintenance Support

Notice Date
11/16/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Veterans Affairs;Dayton VA Medical Center;4100 W. Third St.;Dayton OH 45428
 
ZIP Code
45428
 
Solicitation Number
VA-552-07-RQ-0015
 
Archive Date
12/16/2006
 
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. The solicitation is a request for quotation (RFQ).     The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-13. NAICS is 517310.     Maintenance Support for IPCC Call Center. Maintenance Support for Cisco software and hardware located at the Dayton Department of Veterans Affairs located in Dayton Ohio is required. The contractor must be Gold Certified which includes certification for IPCC, IPT and Unified Communications. The following components need maintenance support (CISCO): Call Manager Call Manager Express Cisco Unified Survivable Remote Site Telephony (SRST) Unity Unity Express Voice Gateways (ATA 18X, VG2xx) Response System (CRS) IPCC Express Cisco Unified Contact Center Enterprise (Formerly IPCC Enterprise) Cisco Unified Intelligent Contact Management (ICM) Cisco Computer Telephony Integration (CTIOS) IPIVR Adaptive Security Appliance (ASA) Cisco Security Agent (CSA) Cisco Media Convergence Server 78xx IP Phones (79xx) Meeting Place IP Communicator Attendant Console Personal Assistant Routers (2800, 3600, 3800, 7200, 7600) and switches (35xx, 37xx, 45xx, 65xx) WAN and LAN links (T1, DS1, T3, DS3, OC3, 10/100/1000bT) Delivery must be 45 days after receipt of purchase order and FOB Destination. Place of delivery, performance, and acceptance is FOB Destination, Edwards AFB, CA 93524.     The following provisions and clauses apply: Offerors must include a completed copy of the provision at 52.212-3 Use of On Line Representations and Certifications Application (ORCA).     Further Information on ORCA may be obtained from the ORCA Help Menu, . This help menu includes ORCA background information, frequently asked questions (FAQ), and the ORCA Handbook, 52.212-3,.     If the offeror does not have a copy of these provision go to http://farsite.hill.af.mil and look up far clauses; copy and complete all applicable provisions answering all questions.     If you do not have access to the Internet please contact the contract specialist to request a copy. Any responses without all provisions will be considered non-compliant.     Additionally all bidders must have a current registration with the Central Contractors Registration database @ http://www.ccr.gov to be eligible for contract award The following provisions and clauses apply: 52.252-1 -- Solicitation Provisions Incorporated by Reference.     This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil. Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition.     Provision at 52.212-2 -- Evaluation -- Commercial Items. (Jan 1999) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) lowest price 52.212-3 Offeror Representations and Certifications -- Commercial Items 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. 52.219-6 Notice of Total Small Business Set-Aside 52.219-14, Limitations on Subcontracting 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facilities 52.222.26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.225-1 Buy American Act -- Supplies 52.225-13 Restrictions on Certain Foreign Purchases 52.232-34 Payment by Electronic Funds Transfer-Other than Central Contract Registration. Offers are due at the Department of Veterans Affairs, 4100 West Third Street, 90C, Dayton OH 45428, by close of business on 30 November 2006. Any questions concerning this synopsis should be submitted to the Contract Specialist, Shirley Whitby, by email at, shirley.whitby@va.gov or by fax at (937) 262-5975.     Email transmissions of quotes are preferred although faxes are acceptable.
 
Record
SN01182188-W 20061118/061116220432 (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  © 1994-2020, Loren Data Corp.